Loading...
HomeMy WebLinkAboutC2025-101 - 4/29/2025 - Approved C-s CITY OF CORPUS CH RISTI FINANCE AND PROCUREMENT DEPARTMENT REQUEST FOR BIDS ("RFB") Citywide Large-Size Water Line Cathodic Protection System (I DIQ) Re-Bid PROJECT NO. 23064 RFB No . 6292 2/7/25 CS SENJAMiN•C.MCCRAY r . •�.....126689....... E CONFORMED FOR CONSTRUCTION �dtl '••,cENS GrC o PNA ock od,Andre s ewnam, Texas Firm .F-2614 Table of Contents Section 1 - Notice of Request for Bids 4 1.1 Request for Bids 4 1.2 Term 4 1.3 Schedule 4 1.4 Delivery Address and Procurement Officer 5 Section 2 - Instructions to Bidders 6 2.1 Pre-bid Conference 6 2.2 Requests for Clarification (Questions and Answers) 6 2.3 Bid Requirements 7 2.4 Requirements for Selected Bidder: 10 2.5 Submission of Bid 11 2.6 Evaluation Factors 12 2.7 Bid Acknowledgments 13 Section 3 - Conditions Governing the Procurement 16 3.1 RFB Procedural and Content Questions 16 3.2 Basis for Bid 16 3.3 Terms and Conditions 16 3.4 Signing of Bids 16 3.5 Cost of Bids 17 3.6 Ownership of Bids 17 3.7 Disqualification or Rejection of Bids 17 3.8 Right to Waive Irregularities 18 3.9 Withdrawal of Bids 18 3.10 Amending of Bids 18 3.11 Bid Offer Firm 19 3.12 Bidder's Qualifications 19 3.13 Exceptions to RFB Specifications 19 3.14 Consideration of Bids 19 3.15 City's Reservation of Rights 19 3.16 No Obligation 20 3.17 Sufficient Appropriation 20 3.18 Recommendation for Award 20 3.19 Construction Contract 20 3.20 Execution of Contract 20 3.21 Disputes 21 3.22 Contract Term 21 3.23 Contractor's Ethical Behavior 21 3.24 Use of Subcontractors 21 3.25 Protest Procedure 21 3.26 Insurance Requirements 24 Section 4 - Scope of Work 25 4.1 General Requirements/Background Information 25 4.2 Scope of Work 25 4.3 Work Site and Conditions 26 4.4 Contractor Quality Control and Superintendence 26 4.5 Special Instructions 27 Section 5- Bid Forms 28 Section 6 - Construction Contract Documents (Including Plans and Specifications) 52 MOWERYD ,4coRo CERTIFICATE OF PROPERTY INSURANCE Gs PATE(MM/DD/YYYY) 05/15/2025 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. CONTACT PRODUCER NAME, Dianne Klaus Insurance Office of America A/CC,N EXt:(561)721-3746 ONE FAX No): Abacoa Town Center E-MAIL Dianne.Klaus/�ioausa.com 1200 University Blvd,Suite 200 ADDRESS: Dianne.Kiaus@ioausa.com FL 33458 PRODUCER RANGUTI-01 CUSTOMER ID: INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURERA:Toklo Marine America Insurance Company 10945 INSURER B RUTS Construction,LLC 9204 US-287 INSURER C Fort Worth,TX 76177 INSURER D INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: LOCATION OF PREMISES/DESCRIPTION OF PROPERTY (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Citywide Large-Size Water Line Cathodic Protection System FY23(IDIQ)-Contract#6292 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. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION COVERED PROPERTY LIMITS LTR DATE(MM/DD/YYYY) DATE(MM/DD/YYYY) PROPERTY BUILDING $ CAUSES OF LOSS DEDUCTIBLES PERSONAL PROPERTY $ BASIC BUILDING BUSINESS INCOME $ BROAD CONTENTS EXTRA EXPENSE $ SPECIAL RENTAL VALUE $ EARTHQUAKE BLANKET BUILDING $ WIND BLANKET PERS PROP $ FLOOD BLANKET BLDG&PP $ INLAND MARINE TYPE OF POLICY $ CAUSES OF LOSS $ NAMED PERILS POLICY NUMBER $ CRIME $ TYPE OF POLICY $ BOILER&MACHINERY/ $ EQUIPMENT BREAKDOWN A Installation IM 5001941-00 05/15/2025 05/15/2026 X Jobsite Limit $ 7,500,000 A Installation IM 5001941-00 05/15/2025 05/15/2026 X Transit $ 100,000 SPECIAL CONDITIONS/OTHER COVERAGES (ACORD 101,Additional Remarks Schedule,may be attached 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 City of Corpus Christi-Procurement ; 1201 Leopard St-City Hall First Floor Corpus Christi,TX 78469 — ACORD 24(2016/03) ©1995-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD � DATE(MM/DD/YYYY) AC40RV CERTIFICATE OF LIABILITY INSURANCE Gs ATE(MM/DDN 05/1412025 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 have ADDITIONAL INSURED provisions or 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). PRODUCER Kari Smith Insurance Agency CONTACT Kari Childress 5796 E Hwy 114,#2D a/c°N No.EXt: FAX AIC No): Haslet TX 76052 EMAIL ithi i arsmnsurance ADDRESS: karismithinsurance@gmaii.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:TEXAS MUTUAL INSURANCE COMPANY 22945 INSURED RUTS Construction,LLC INSURER B:Westchester Surplus Lines Insurance Co 10172 9204 Hwy 287 INSURER C: Fort Worth TX 76131 INSURER D INSURER E: INSURERF: 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR I POLICY NUMBER MM/DD/YYYY MM/DD/YYYY COMMERCIAL GENERAL LIABILITYLi EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY❑ PRO- POLICY ❑ LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITYEl COMBINED SINGLE LIMIT $ Ea accident H ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HHIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION OTH- AND EMPLOYERS'LIABILITY Y/NSTATUTE TUTE ER A ANYPROPRIETOR/PARTNER/EXECUTIVE N/A 0002075155 03/07/2025 03/07/2026 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $$1,000,000 B Contractors Pollution Liability G48709448 001 08/05/2024 08/05/2025 Contractors Liability $2,000,000 0 E General Aggregate $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The Workers Compensation policy includes a blanket waiver of subrogation endorsement.The policy includes a blanket notice of cancellation to certificate holders endorsement providing for 30 days advance of cancellation if the policy is cancelled by the company other than non payment.Project Name:Citywide Large-Size Water Line Cathodic Protection System FY23(IDIQ)-Contract #6292 CERTIFICATE HOLDER CANCELLATION City of Corpus Christi-Procurement SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y p THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1201 Leopard St-City Hall First Floor ACCORDANCE WITH THE POLICY PROVISIONS. Corpus Christi,TX 78469-9277 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD RANGUTI-01 MOWERYD ACORO CERTIFICATE OF LIABILITY INSURANCE GS DATE(MM/DD/YYYY) GS 5/14/2025 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 have ADDITIONAL INSURED provisions or 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). PRODUCER CONTACT Dianne Klaus NAME: Insurance Office of America PHONE FAX Abacoa Town Center (A/C,No,Ezt):(561)721-3746 (A/C,No): 1200 University Blvd,Suite 200 ADDAIL RESS:Dianne.Klaus@ioausa.com Jupiter,FL 33458 INSURERS AFFORDING COVERAGE NAIC# INSURER A:Associated Industries Insurance Company,Inc. 23140 INSURED INSURER B:Progressive County Mutual Insurance Company 29203 RUTS Construction LLC INSURER C:Ascot Specialty Insurance Company 45055 9204 US-287 INSURER D:Colony Insurance Company 39993 Fort Worth,TX 76177 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR AES1245912 00 2/18/2025 2/18/2026 DAMAGE TO RENTED 100,000 X X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ Included PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY� JECT El LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: POLICY AGGREGAT $ 5,000,000 B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ ANY AUTO 996738505 5/10/2025 5/10/2026 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY X AUTOS BODILY INJURY Per accident $ X HIRED )( NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ A UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS-MADE EXA1260468 00 2/18/2025 2/18/2026 AGGREGATE $ 5,000,000 DED RETENTION$ Excess GL AL EL $ 5,000,000 WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C Excess Liab GL EL ESXS2510004514-01 2/18/2025 2/18/2026 Each Occurrence 5,000,000 D Equipment Floater IM4290437-0 2/18/2025 2/18/2026 Leased/Rented Equipt 800,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project Name:Citywide Large-Size Water Line Cathodic Protection System FY23(IDIQ)-Contract#6292 Certificate Holder is Additional Insured with respect to General Liability with on going and&is primary and non-contributory when required by written contract perform#CG2010,CG2037&NXGL009.Waiver of Subrogation with respect to General Liability perform#CG2404. Umbrella Liability is follow form over General Liability.30 Days' Notice of Cancellation /10 Days Non-Payment of Premium in accordance with the policy provisions 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. City of Corpus Christi—Engineering AUTHORIZED REPRESENTATIVE Attn:Construction Contract Admin. P.O. Box 9277 Corpus Christi TX 78469 ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: AES1245912 00 COMMERCIAL GENERAL LIABILITY AES GL 226 04 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION - DESIGNATED ENTITY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL EXCESS LIABILITY COVERAGE PART It is agreed that should this policy be cancelled before the expiration date thereof, the issuing company will endeavor to mail 30 day written notice (10 days for non-payment of premium) to the following additional insured: Designated Entity: All certificate holders where written notice of cancellation of this policy is required by written contract, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed in the Declarations Page of this policy for the purpose of complying with such request. You must have provided the list(s) prior to the date that the notice of cancellation is sent by us to the first Named Insured. Such list(s) must contain accurate and complete mailing addresses. If no list on file with the company, then the mailing of the notice will fall on the broker. All other terms and conditions remain unchanged. Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agent or representatives. All other terms and conditions of the policy remain unchanged. AES GL 226 04 18 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission POLICY NUMBER: AES1245912 00 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations All persons or organizations where required by All locations where the Named Insured is performing written contract with the Named Insured. operations on behalf of the designated additional insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to This insurance does not apply to "bodily injury" or include as an additional insured the person(s) or "property damage" occurring after: organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property 1. All work, including materials, parts or equip- h such work, on damage" or "personal and advertising injury" he project (other than sment furnished in ervice,ce,tion ltmaintenance or caused, in whole or in part, by: repairs) to be performed by or on behalf of the 1. Your acts or omissions; or additional insured(s) at the location of the 2. The acts or omissions of those acting on your covered operations has been completed; or behalf; 2. That portion of "your work" out of which the in the performance of your ongoing operations for injury or damage arises has been put to its in- the additional insured(s) at the location(s) desig- tended use by any person or organization other nated above. than another contractor or subcontractor en- gaged in performing operations for a principal B. With respect to the insurance afforded to these as a part of the same project. additional insureds, the following additional exclu- sions apply: CG 20 10 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 ❑ POLICY NUMBER: AES1245912 00 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organization(s): Location and Description of Completed Operations All persons or organizations where written contract All locations where the Named Insured is performing. with the Named Insured requires additional insured operations on behalf of the designated additional completed operations coverage. This form does not insured. apply to your work on residential property. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". CG 20 37 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 ❑ POLICY NUMBER: AES1245912 00 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or organizations where required by written contract with the Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 POLICY NUMBER: AES1245912 00 COMMERCIAL GENERAL LIABILITY NX GL 009 08 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE (THIRD-PARTY) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Third Party: All persons or organizations where required by written contract with the Named Insured (Absence of a specifically named Third Party above means that the provisions of this endorsement apply as required by written contractual agreement with any Third Party for whom you are performing work.) Paragraph 4. of SECTION IV: COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced by the following: 4. Other Insurance: With respect to the Third Party shown above, this insurance is primary and non-contributing. Any and all other valid and collectable insurance available to such Third Party in respect of work performed by you under written contractual agreements with said Third Party for loss covered by this policy, shall in no instance be considered as primary, co-insurance, or contributing insurance. Rather, any such other insurance shall be considered excess over and above the insurance provided by this policy. NX GL 009 08 09 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission J net Whitehead 00 61 16 PAYMENT BOND BOND NO. SPA150847-012 Contractor as Principal Surety Name: RUTS Construction, LLC Name: SiriusPoint America Insurance Company Mailing address(principal place of Mailing address(principal place of business): business):9204 US-287 1 World Trade Center 285 Fulton Street Fort Worth,TX 76177 47th Floor,Suite 47J New York, NY 10007 Physical address(principal place of business): Owner 1 World Trade Center 285 Fulton Street Name: City of Corpus Christi,Texas 47th Floor,Suite 47J Mailing address(principal place of business): New York, NY 10007 Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Newyork 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): Citywide Large-Size Water Line Cathodic Protection (877) 234-4420 System FY23 (IDIQ) Project No. 23064 Telephone (for notice of claim): (877) 234-4420 Local Agent for Surety Name: The Nitsche Group Award Date of the Contract:April 29, 2025 Address: 143 E.Austin, Giddings,TX 78942 $2,500,000.00 per year; Contract Price:Total Contract NTE $7,500,000.00 Bond Telephone: (979) 542-3666 Email Address: KennethN@TheNitscheGroup.com Date of Bond: May 6th, 2025 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll free number.1-800-252-3439 Payment Bond Form 0061 16-1 Citywide Large-Size Water Line Cathodic Protection System FY23(IDIQ),23064 5/2024 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 Documents 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: Christopher Campbell Name: Kenneth Nitsche Title: COO Title: Attorney-In-Fact Email Address: Chris.C@rutsconstruCtion.COm Email Address: KennethN@TheNitscheGroup.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 0061 16-2 Citywide Large-Size Water Line Cathodic Protection System FY23(IDIQ),23064 5/2024 J netnet Whitehead 00 61 13 PERFORMANCE BOND BOND NO. SPA150847-012 Contractor as Principal Surety Name: RUTS Construction, LLC Name: SiriusPoint America Insurance Company Mailing address(principal place of Mailing address(principal place of business): business): 1 World Trade Center 285 Fulton Street 9204 US-287 47th Floor, Suite 47J Fort Worth,TX 76177 New York, NY 10007 Physical address(principal place of business): Owner 1 World Trade Center 285 Fulton Street 47th Floor,Suite 47J Name: City of Corpus Christi,Texas New York, NY 10007 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street Corpus Christi,Texas 78401 under the laws of the state of: New York 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): Citywide Large-Size Water Line Cathodic Protection (877) 234-4420 System FY23 (IDIQ) Telephone (for notice of claim): Project No. 23064 (877) 234-4420 Local Agent for Surety Name: The Nitsche Group Award Date of the Contract:April 29, 2025 Address: 143 E.Austin, Giddings,TX 78942 $2,500,000.00 per year; Contract Price: Total Contract NTE $7,500,000.00 Bond Telephone: (979) 542-3666 Email Address: KennethN@TheNitscheGroup.com Date of Bond: May 6th, 2025 The address of the surety company to which any notice of claim should be sent may be obtained C(Date Bond cannot be earlier than Award Date from the Texas Dept.of Insurance by calling the of the Contract) following toll free number:1-800-252-3439 Performance Bond 0061 13-1 Citywide Large-Size Water Line Cathodic Protection System FY23(IDIQ),23064 Rev 5/2024 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 through the Warranty Period required by the Contract Documents then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. The Contract Documents between Owner and Contractor is incorporated by reference into this Statutory Performance Bond,pursuant to Chapter 2253 of the Texas Government Code. 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 some extent as if it were copied at length herein. If Contractor does not faithfully construct and complete said Work through the Warranty Period under its contract with Owner,and Owner invokes its contractual rights and declares Contractor in default,Surety shall promptly remedy the default,and at Owner's sole option,Surety shall: 1. Within a reasonable time(but not later than 30 days after Surety receives written notice of Contractor's default),with written notice to Owner,step into and assume the role,an rights and all obligations of the defaulting Contractor under the Contract Documents. Upon assumption of this role, Surety directly shall contract with a Completion Contractor hired/engaged by Surety to complete the Work. The selection of the Completion Contractor must be approved in writing by Owner. Surety shall be responsible for any and all costs incurred,up to the Bond Sum, to complete the Work;or 2. In the event Surety fails to contract with a Completion Contractor within 90 days of receipt of Owner's written notice of Default, Owner may,at Owner's sole discretion,select a Completion Contractor in accordance with Texas law to complete the Work. In this event,Surety shall pay Owner any and all costs,up to the Bond Sum,for Owner's selected Completion Contractor to complete the Work;or 3. At Owner's sole discretion,Surety shall pay Owner the estimated amount for Owner to execute a Project Completion Contract with a Completion Contractor,selected by Owner in accordance with Texas Law,solely to complete the Work. Surety shall pay Owner any and all costs,up to the Bond Sum,for Owner-selected Completion Contractor to complete the Work. Venue shall lie exclusively in Nueces County, Texas. Surety agrees to be bound by the mediation clause in Article 22 of the Contract Documents between Owner and Contractor,said Contract Documents incorporated by reference in this Bond. Performance Bond 0061 13-2 Citywide Large-Size Water Line Cathodic Protection System FY23(IDIQ),23064 Rev 5/2024 Contractor as Principal Surety // Signature: Signature: / No Il i✓ Name: Christopher Campbell Name: Kenneth Nitsche Title: COO Title: Attorney-In-Fact Email Address: Chris.C@rutsconstruction.COm Email Address: KennethN@TheNitscheGroup.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 61 13-3 Citywide Large-Size Water Line Cathodic Protection System FY23(IDIQ),23064 Rev 5/2024 POWER OF ATTORNEY NITGID01-0623 SIRIUSPOINT AMERICA INSURANCE COMPANY NEW YORK KNOW ALL MEN BY THESE PRESENTS:That SiriusPoint America Insurance Company(the"Company"),a New York corporation,having its principal office in the City of New York,pursuant to the following Resolution,which was adopted on August 27,2024 by Unanimous Written Consent of the Board of the Directors of the Company,to wit: RESOLVED, that the President, Senior Vice President, Chief Financial Officer, Secretary or the Assistant Secretary is hereby authorized to execute Powers of Attorney appointing as attorneys-in-fact selected employees of certain surety companies who shall have the power for and on behalf of the Company to execute and affix the seal of the Company to surety contracts as co-surety. Does hereby nominate,constitute and appoint: Kenneth Nitsche,Robert James Nitsche,Robert K.Nitsche,Craig Parker,Gary Nitsche,Jennifer J.Biehle Its true and lawful agent and attomey-in-fact,to make,execute,seal and deliver for and on its behalf,and its act and deed any and all bonds.contracts, agreements of indemnity and other undertakings in suretyship(NOT INCLUDING bonds without a fixed penalty or financial guarantee)and to bind the Company thereby as fully and to the same extent as of same were signed by the duly authorized officers of the Company,provided,however,that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $62,687,000 single bond limit All acts of said attomeys-in-fact pursuant to the authorities herein given are hereby ratified and confirmed. The President.Senior Vice President,Chief Financial Officer.Secretary or Assistant Secretary may from time to time and at any time remove such appointee and remove the power given to him or her. The execution of such bonds or undertakings in pursuance of these presents,within one year of the date of these present,shall be binding under said Company,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in New York,New York,in their own proper persons. IN WITNESS WHEREOF,SiriusPoint America Insurance Company has caused its corporate seal to be hereunto affixed and these presents to be signed by its President this tenth day of October,2024. SiriusPoint America Insurance Company �.•,Cp INSU- SEAL p 1979 °= State of New York �id,`.'►'YO4aa- Paul Mihulka County of New York �''�m ',,,,,.•`' President On this tenth day of October 2024,before me a Notary Public of the State of New York,in and for the County of New York,duly commissioned and qualified,came Paul Mihulka.President,of SiriusPoint America Insurance Company,to me personally known to be the individual and officer described in,and who executed the preceding instrument,and acknowledged the execution of the same,and being by me duly sworn,deposed and said that he is the officer of the said Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company,referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my official seal. L"d SUSm4 HISCOM �f E PUW-static d New York Ho.o1,Hw�797 /Notary Public uaSfled In qkh'mod c 20�i Eq+ires My Commission cxpires aoC dQa� STATE OF New York COUNTY OF New York I.Paul Mihulka,President of SiriusPoint America Insurance Company,a New York corporation,do hereby certify that the above and foregoing is a full,true and correct copy of Power of Attorney,is still in full force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand,and affixed the Seal of said Company,on the 6th day of May 20 25 p INS iz� SEAL F T' 1979 °` Paul Mihulka President n��qun,U,,,••1,P, IMPORTANT NOTICE-TEXAS This bond has been issued by one of the North American Casualty Group and/or SiriusPoint America Insurance Company insurance carriers listed below: Continental Indemnity Company Illinois Insurance Company Pennsylvania Insurance Company California Insurance Company SiriusPoint America Insurance Company To obtain information or make a complaint: You may call the insurance carrier's toll-free telephone number for information or to make a complaint at: (877) 234-4420 Please send all notices of claim on this bond to: Applied Surety Underwriters - Surety Claims 10805 Old Mill Road Omaha, NE 68154 Phone: (877) 234-4420 Fax: (877) 234-4425 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 at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Con sum erProtection(a),tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Applied Surety Underwriters first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. AS-10010-NAC (05-2022) ,�yyUS O v N�OgPORPtE� 1852 00 52 23 AGREEMENT This Agreement,for the Project awarded on April 29, 2025, is between the City of Corpus Christi (Owner) and RUTS Construction, LLC (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: RFB 6292 Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid Protect No. 23064 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Lockwood,Andrews& Newnam, Inc 500 N.Shoreline Blvd.,Suite 905 Corpus Christi,TX 78401 SMHarris@Ian-inc.com 2.02 The Owner's Authorized Representative for this Project is: Joseph Johnson City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg. No 5 Corpus Christi,Texas 78411 JosephJ2@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to Agreement 00 52 23- 1 Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 renew based on the Contractor's successful performance of the work on all Delivery Orders, the recommendation of the City's Design Engineer, Construction Management& Inspection Team, approval by the City's Director of Engineering Services, and the concurrence of the Contractor. B. The contract allows for a City-approved economic adjustment to apply to a renewal period, based upon published cost-of-construction indices acceptable to the City. In the scenario of contract renewal, all draft delivery orders provided by the City to the Contractor during the duration of the previous one-year (12-canlendar months) period will be based on the bid prices approved for that one-year(12-calendar months) period. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order and is eligible for Final Payment 30 days after the date for Substantial Completion. C. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. D. 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 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 $500.00 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$500.00 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 forfinal payment in accordance with Paragraph 17.16 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. Agreement 00 52 23-2 Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 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 15.03 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. NTE$2,500,000.00/year; Total Base Bid Price $ Contract Total NTE$7,500,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 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 the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. 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 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 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 17.16 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. Invoices must comply with Article 17 of the General Conditions. Agreement 00 52 23-3 Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 6.02 Except as specified in Article 5, 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; 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. Agreement 00 52 23-4 Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 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. Solicitation documents. 2. Specifications,forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. Documentation required bythe 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. Agreement 00 52 23-5 Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca ffwta Rebecca Huerta (Jun 9,2025 15:18 CDT) Jeffrey Edmonds(Jun 9,2025 13:18 CDT) Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services M2025-047 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 4/29/2025 RH/SB Janet Whitehead (Jun 9,2025 10:49 CDT) Assistant City Attorney ATTEST(IF CORPORATION) RUTS CONSTRUCTION, LLC ChilI� �o ha- CagpbeU Christopher Ca pbell (Jun 3,20251 :59 CDT) (Seal Below) By: Christopher Campbell Note: Attach copy of authorization to sign if Title: Chief Operations Officer person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 1150 Blue Mound Rd. W, Ste. 821 Financial Officer Address Haslet TX 76052 City State Zip (682) 324-7887 Phone Fax chris.c@rutsconstruction.com EMail END OF SECTION Agreement 00 52 23-6 Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 00 30 01 BID FORM Project Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid Name: Project 23064 Number: Owner: City of Corpus Christi OAR: Joseph Johnson Designer:I Lockwood,Andrews& Newnam, Inc. By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: Rangeline Utility Services, LLC dba RUTS Construction, LLC (full legal name of Bidder) Signature (signature of person with authority to bind the Bidder) Name: Christopher Campbell (printed name of person signing Bid Form) Title: COO (title of person signing Bid Form) Attest: (signature) State of Residency: Texas Federal Tx ID No. 87-3879495 Address for Notices: 1150 Blue Mound Rd W., Ste. 821 Haslet,TX 76052 Phone: 682-324-7887 Email: chris.co_rutsconstruction.com Bid Form 00 30 01-Page 1 of 3 Project No.23064 Citywide Large-Size Water Line Cathodic Protection System(IDIQ)Re-Bid Rev 8/2019 CIVCAS, RFB No.6292 Citywide Large-Size Water Line Cathodic Protection System(IDI... Report Created On: 1/29/2025 9:31:58 PM BID TOTALS BASE BID Total Part A- General $365,000.00 Part B-Street and Water Improvements $4,965,410.00 Total $5,330,410.00 Part A-General No. Description Unit Qty Unit Price Ext Price 1 MOBILIZATION (MAX 5%) LS 1 $130,000.00 $130,000.00 2 BONDS AND INSURANCE(MAX 2%) AL 1 $100,000.00 $100,000.00 3 STORMWATER POLLUTION PREVENTION EA 30 $4,500.00 $135,000.00 Subtotal: $365,000.00 Part B-Street and Water Improvements No. Description Unit Qty Unit Price Ext Price 1 SILT FENCE EA 30 $8,410.00 $252,300.00 2 TRENCH SAFTEY SYSTEM EA 30 $7,600.00 $228,000.00 3 EXPLORATORY EXCAVATION (UP TO 10 EA 30 $6,700.00 $201,000.00 FEET DEEP) 4 PREPARATION AND IMPLEMENTATION AL 1 $300,000.00 $300,000.00 OF TRAFFIC CONTROL PLANS 5 SITE RESTORATION - EA 35 $8,650.00 $302,750.00 HYDROMULCH/SEEDING,SODDING 6 SAWCUT HMAC PAVEMENT, FULL DEPTH LF 900 $35.00 $31,500.00 7 REMOVE HMAC PAVEMENT, UP TO 9" SY 400 $85.00 $34,000.00 THICKNESS 8 STREET EXCAVATION, UP TO 12" OF SY 400 $110.00 $44,000.00 BASE AND SUBGRADE 9 2.5"TYPE D HOT-MIX ASPHALTIC SY 400 $133.00 $53,200.00 CONCRETE PAVEMENT(HMAC), INCLUDING TACK COAT 10 5"TYPE B HOT-MIX ASPHALTIC SY 400 $148.00 $59,200.00 CONCRETE PAVEMENT(HMAC) CIVCAST RFB No.6292 Citywide Large-Size Water Line Cathodic Protection System(IDI... Report Created On: 1/29/2025 9:31:58 PM 11 PRIME COAT MC-30 OR MC-70 AT 0.15 GAL 70 $133.00 $9,310.00 GAL/SY 12 10" LIMESTONE FLEXIBLE BASE,TYPE A SY 400 $92.00 $36,800.00 GR 1 OR 2 13 12" COMPACTED SUBGRADE SY 400 $98.00 $39,200.00 14 REFLECTIVE PAVEMENT MARKING TYPE LF 450 $13.00 $5,850.00 1,4"WHITE BROKEN (090 MIL) 15 REFLECTIVE PAVEMENT MARKING TYPE LF 450 $13.00 $5,850.00 1,4"WHITE SOLID(090 MIL) 16 SAWCUT CONCRETE PAVEMENT, FULL LF 70 $35.00 $2,450.00 DEPTH 17 REMOVE CONCRETE DRIVEWAY AND SY 300 $80.00 $24,000.00 PAVEMENT 18 REMOVE CURB AND GUTTER LF 40 $53.00 $2,120.00 19 REMOVE CONCRETE SIDEWALKAND SY 100 $53.00 $5,300.00 CURB RAMPS 20 8"CEMENT TREATED SUBGRADE SY 300 $100.00 $30,000.00 21 CONCRETE CURB AND GUTTER 6" LF 40 $77.00 $3,080.00 22 CONCRETE PAVEMENT AND DRIVEWAY SY 300 $185.00 $55,500.00 REPLACEMENT 23 CONCRETE SIDEWALK SY 100 $223.00 $22,300.00 24 CP- POTENTIAL TEST STATION EA 30 $4,000.00 $120,000.00 25 CP- FLANGE ISOLATION TEST STATION EA 4 $4,500.00 $18,000.00 26 CP- FOREIGN LINE TEST STATION EA 4 $2,000.00 $8,000.00 27 CP- REHAB TEST STATION EA 110 $4,600.00 $506,000.00 28 TAPPING SLEEVE AND VALVE WITH EA 4 $158,000.00 $632,000.00 MANHOLE 29 TAPPING SLEEVE AND VALVE WITH EA 2 $40,000.00 $80,000.00 VALVE BOX 30 EXTERNAL PIPE BOND CLIPS- EMBEDED EA 2 $1,400.00 $2,800.00 CYLINDER PIPE 31 EXTERNAL PIPE BOND CLIPS- BAR EA 2 $1,400.00 $2,800.00 WRAPPED CYLINDER PIPE 32 EXTERNAL PIPE BOND CLIPS-O-RING EA 2 $1,400.00 $2,800.00 STEEL PIPE CIVCAST RFB No.6292 Citywide Large-Size Water Line Cathodic Protection System(IDI... Report Created On: 1/29/2025 9:31:58 PM 33 EXTERNAL PIPE BOND CLIPS- MORTAR EA 7 $1,400.00 $9,800.00 COATED STEEL PIPE 34 ANODES-60 LB MAGNESIUM EA 110 $1,900.00 $209,000.00 35 ANODES-60 LB ZINC EA 80 $2,400.00 $192,000.00 36 CP-TESTING AND COMMISSIONING OF EA 4 $11,500.00 $46,000.00 ENTIRE SYSTEM 37 TYPE 1 - EXTERNAL LEAK INSPECTION EA 20 $6,600.00 $132,000.00 38 TYPE 2- INTERNAL FREE SWIMMING LF 20000 $8.00 $160,000.00 LEAK DETECTION 39 TYPE 2- REPORTS, LOCATING AND EA 2 $6,300,00 $12,600.00 MARKING IN FIELD 40 TYPE 3- INTERNAL TETHERED LF 2000 $83.00 $166,000.00 INSPECTION 41 TYPE 3- REPORTS, LOCATING AND EA 2 $12,200.00 $24,400.00 MARKING IN FIELD 42 TEMPORARY LOCKOUT TAGOUT EA 12 $2,400.00 $28,800.00 43 CONTRACTOR ACCESS ASSISTANCE FOR DAY 10 $4,600.00 $46,000.00 CITY CONDITION ASSESSMENT 44 RECTIFIER EA 1 $113,000.00 $113,000.00 45 RECTIFIER AND DEEP ANODE WELL EA 2 $220,000.00 $440,000.00 46 SMALL MISC RECTIFIER REPAIR EA 1 $2,500.00 $2,500.00 47 LARGE MISC RECTIFIER REPAIR EA 1 $5,000.00 $5,000.00 48 TESTING AND COMMISSIONING OF EA 1 $31,200.00 $31,200.00 ENTIRE SYSTEM -RECTIFIER SYSTEM 49 AC POWER FOR RECTIFIER EA 1 $31,000.00 $31,000.00 50 ALTERNATE POWER FOR RECTIFIER EA 2 $98,000.00 $196,000.00 Subtotal: $4,965,410.00 USC.� Section 6 - Construction ow o Contract Documents (Including Plans and U N�owPoap,Eo Specifications) 1852 CITY OF CORPUS CHRISTI RFB No. 6292 Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid Project No. 23064 CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITYWIDE LARGE-SIZE WATER LINE CATHODIC PROTECTION SYSTEM FY23 (IDIQ) RE-BID PROJECT NUMBER 23064 0 Lockwood, Andrews & Newnam, Inc 500 N. Shoreline Blvd., Suite 905, Corpus Christi, TX 78401 Issue For Bid September 19, 2024 Record Drawing Number: WTR-488 September 19, 2024 a���t�c1L rl I ENJAMIN C.MCCRA� 126689 0:0 i l+t��%f NTE� Lodk ,And a Ne am,lnc. Texas Registered Engineerrg Firm F-2614 This Page Intentionally Blank 000100 TABLE OF CONTENTS NOTE: The Texas Department of Transportation MDOT) Specification Sections listed in the Table of Contents, cross referenced in the TxDOT Specification Sections, and referenced in the Drawings and referenced in other technical specifications are included in the Contract Documents and incorporated in this Project Manual by reference as if copied verbatim. Copies of the TxDOT Specification Sections and other important related TxDOT information can be downloaded from TxDOT's website at the following links. Contractor is responsible for downloading all TxDOT specification sections. https://www.txdot.gov/business/resources/txdot-specifications.htmi https://ftp.txdot..ov/pub/txdot-info/des/spec-book-1114.pdf Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 000100 Table of Contents 00 01 01 Seals Page 000102 List of Drawings Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev 12-2021) 00 72 00 General Conditions(Rev 06-21) 00 73 00 Supplementary Conditions (Rev4-2022) Division 01 General Requirements 011100 Summary of Work(Rev10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Rev5-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Revs-2019) 01 57 00 Temporary Controls(Rev 8-2019) Part S Standard Specifications 022020 Excavation and Backfill for Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations 022420 Silt Fence 025802 Temporary Traffic Control During Construction Table of Contents 00 0100- 1 of 3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 1/2022 Division/ Title Section 026402 Waterlines 026409 Tapping Sleeve and Valves 026411 Gate Valves for Waterlines 028020 Seeding 028040 Sodding 030020 Portland Cement Concrete 032020 Reinforcing Steel 055420 Frames, Gates, Rings, and Covers Part T Technical Specifications 02519 Assessment and Rehabilitation of Large Diameter Water Lines 02521 Gate Valves 02525 Tapping Sleeves and Valves 15640 Joint Bonding and Electrical Isolation 15641 Corrosion Control Test Stations 16640 Cathodic Protection for Pipelines Code of Ordinances Chapter 49 Streets and Sidewalks TXDOT SPECIFICATIONS: Item 100 Preparing Right of Way Item 105 Removing Treated and Untreated Base and Asphalt Pavement Item 110 Excavation Item 132 Embankment Item 134 Backfilling Pavement Edges Item 216 Rolling (Proof) Item 247 Flexible Base Item 251 Reworking Base Courses Item 300 Asphalts, Oils, and Emulsions Item 310 Prime Coat Item 340 Dense-Graded Hot-Mix Asphalt Concrete Pavement Item 400 Excavation and Backfill for Structures Table of Contents 00 0100-2 of 3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 1/2022 Division/ Title Section Item 402 Trench Excavation Protection Item 500 Mobilization Item 502 Barricades, Signs, and Traffic Handling Item 666 Retro reflectorized Pavement Markings Item 678 Pavement Surface Preparation for Markings Appendix All Testing Reports as Applicable A EXAMPLE DRAWINGS— Leopard Street& Cayo De Oso B EXAMPLE DRAWINGS— Leopard Street C EXAMPLE DRAWINGS— Previous IDIQ Package D RECORD DRAWINGS— Leopard Street Water Transmission Main END OF SECTION Table of Contents 00 0100-3 of 3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 1/2022 000101 SEALS PAGE OF �11111 Jq�,or� �iENJAMIN^C^^MCCRA 0 126689 <) CIS T F �'- ' �l Lock woo , Andr & New am,lnc. Texas Registered Engineering Firm F-2614 SEALS PAGE 00 0101- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 1/2022 END OF SECTION SEALS PAGE 00 0101-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 1/2022 000102 LIST OF DRAWINGS SHEET SHEET TITLE NUMBER 1 G001- COVER SHEET VICINITY& LOCATION MAP 2 G002- LEGEND, SYMBOLS, &ABBREVIATIONS 3 G003-GENERAL NOTES 4 C501- INTERNAL INSPECTION DETAILS SHEET 1 OF 3 5 C502- INTERNAL INSPECTION DETAILS SHEET 2 OF 3 6 C503- INTERNAL INSPECTION DETAILS SHEET 3 OF 3 7 C506- CP DETAILS SHEET 1 OF 10 8 C507- CP DETAILS SHEET 2 OF 10 9 C508- CP DETAILS SHEET 3 OF 10 10 C509- CP DETAILS SHEET 4 OF 10 11 C510-CP DETAILS SHEET 5 OF 10 12 C511-CP DETAILS SHEET 6 OF 10 13 C512-CP DETAILS SHEET 7 OF 10 14 C513-CP DETAILS SHEET 8 OF 10 15 C514- CP DETAILS SHEET 9 OF 10 16 C515-CP DETAILS SHEET 10 OF 10 17 C516-WATER STANDARD DETAILS SHEET 1 OF 3 18 C517-WATER STANDARD DETAILS SHEET 2 OF 3 19 C518-WATER STANDARD DETAILS SHEET 3 OF 3 20 C519-STORM WATER POLLUTION PREVENTION STANDARD DETAILS 21 C520- PAVEMENT REPAIR DETAILS 22 C521-CURB &SIDEWALK STANDARD DETAILS 23 C522- DRIVEWAY STANDARD DETAILS SHEET 1 OF 3 24 C523- DRIVEWAY STANDARD DETAILS SHEET 2 OF 3 25 C524- DRIVEWAY STANDARD DETAILS SHEET 3 OF 3 26 C525-TRAFFIC CONTROL PLAN -TCP (2-1)-18 27 C526-TRAFFIC CONTROL PLAN -TCP (2-2)-18 28 C527-TRAFFIC CONTROL PLAN -TCP (2-3)-18 29 C529-TRAFFIC CONTROL PLAN -TCP (2-4)-18 30 C529-TRAFFIC CONTROL PLAN -TCP (2-6)-18 32 EX001- EXAMPLE DELV ORDER TITLE SHEET 33 EX002- EXAMPLE PLAN & PROFILE -481N WATERLINE 34 EX003- DELV ORDER SITE- LEOPARD ST WATER LINE 35 EX004- DELV ORDER SITE -CAYO DEL OSO WATER LINE 36 EX005- DELV ORDER SITE -TRANSMISSION LINE 37 EX006-CP TEST STATION TABLES SHEET 1 OF 2 38 EX007-CP TEST STATION TABLES SHEET 2 OF 2 List of Drawings 00 0102-1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 END OF SECTION List of Drawings 00 0102-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 PAGE INTENTIONALLY BLANK List of Drawings 00 0102-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 .bus cgs_ v �NOORPORPSE� 1852 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: Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Proiect No. 23064 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Lockwood,Andrews& Newnam, Inc 500 N.Shoreline Blvd.,Suite 905 Corpus Christi,TX 78401 SMHarris@Ian-inc.com 2.02 The Owner's Authorized Representative for this Project is: Joseph Johnson City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg. No 5 Corpus Christi,Texas 78411 JosephJ20cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Agreement 00 52 23- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 Orders, the recommendation of the City's Design Engineer, Construction Management & Inspection Team, approval by the City's Director of Engineering Services, and the concurrence of the Contractor. B. The contract allows for a City-approved economic adjustment to apply to a renewal period, based upon published cost-of-construction indices acceptable to the City. In the scenario of contract renewal, all draft delivery orders provided by the City to the Contractor during the duration of the previous one-year (12-canlendar months) period will be based on the bid prices approved for that one-year(12-calendar months) period. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order and is eligible for Final Payment 30 days after the date for Substantial Completion. C. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. D. 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 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$500.00 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$500.00 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 17.16 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. Agreement 00 52 23-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 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 15.03 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 17 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 the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. 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 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 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 17.16 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. Invoices must comply with Article 17 of the General Conditions. Agreement 00 52 23-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 6.02 Except as specified in Article 5, 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; 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. Agreement 00 52 23-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 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 Contractorthat without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 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. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. 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. Agreement 00 52 23-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 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 00 52 23-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 12/2021 Project No. 23064 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology......................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article 2—Preliminary Matters...................................................................................................................16 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................16 2.02 Copies of Documents..................................................................................................................16 2.03 Project Management System......................................................................................................16 2.04 Before Starting Construction.......................................................................................................17 2.05 Preconstruction Conference; Designation of Authorized Representatives.................................17 Article 3—Contract Documents: Intent,Requirements, Reuse.................................................................17 3.01 Intent...........................................................................................................................................17 3.02 Reference Standards...................................................................................................................18 3.03 Reporting and Resolving Discrepancies ......................................................................................19 3.04 Interpretation of the Contract Documents.................................................................................20 3.05 Reuse of Documents...................................................................................................................20 Article 4—Commencement and Progress of the Work...............................................................................20 4.01 Commencement of Contract Times; Noticeto Proceed .............................................................20 4.02 Starting the Work........................................................................................................................20 4.03 Progress Schedule.......................................................................................................................21 4.04 Delays in Contractor's Progress ..................................................................................................21 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................22 5.01 Availability of Lands ....................................................................................................................22 5.02 Use of Site and Other Areas........................................................................................................22 5.03 Subsurface and Physical Conditions............................................................................................23 5.04 Differing Subsurface or Physical Conditions................................................................................24 5.05 Underground Facilities................................................................................................................25 5.06 Hazardous Environmental Conditions at Site..............................................................................26 Article 6—Bonds and Insurance..................................................................................................................28 6.01 Performance, Payment, and Other Bonds..................................................................................28 General Conditions 00 72 00- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 6.02 Licensed Sureties.........................................................................................................................29 6.03 Required Minimum Insurance Coverage....................................................................................29 6.04 General Insurance Provisions......................................................................................................29 6.05 Contractor's Insurance................................................................................................................30 6.06 Property Insurance......................................................................................................................33 6.07 Waiver of Rights..........................................................................................................................34 6.08 Owner's Insurance for Project....................................................................................................34 6.09 Acceptable Evidence of Insurance..............................................................................................35 6.10 Certificate of Insurance...............................................................................................................35 6.11 Insurance Policies........................................................................................................................35 6.12 Continuing Evidence of Coverage...............................................................................................35 6.13 Notices Regarding Insurance ......................................................................................................35 6.14 Texas Workers' Compensation Insurance Required Notice........................................................36 Article 7-Contractor's Responsibilities.....................................................................................................38 7.01 Supervision and Superintendence..............................................................................................38 7.02 Labor; Working Hours.................................................................................................................38 7.03 Services, Materials, and Equipment............................................................................................39 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................39 7.05 Patent Fees and Royalties...........................................................................................................40 7.06 Permits........................................................................................................................................41 7.07 Taxes...........................................................................................................................................41 7.08 Laws and Regulations..................................................................................................................41 7.09 Safety and Protection..................................................................................................................42 7.10 Safety Representative.................................................................................................................43 7.11 Hazard Communication Programs..............................................................................................43 7.12 Emergencies................................................................................................................................43 7.13 Contractor's General Warranty and Guarantee .........................................................................43 7.14 INDEMNIFICATION......................................................................................................................44 7.15 Delegation of Professional Design Services.................................................................................45 Article 8-Other Work at the Site...............................................................................................................46 8.01 Other Work.................................................................................................................................46 8.02 Coordination ...............................................................................................................................47 8.03 Legal Relationships......................................................................................................................47 General Conditions 00 72 00-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 Article 9—Owner's and OPT's Responsibilities...........................................................................................48 9.01 Communications to Contractor...................................................................................................48 9.02 Replacement of Owner's Project Team Members......................................................................48 9.03 Furnish Data................................................................................................................................48 9.04 Pay When Due.............................................................................................................................48 9.05 Lands and Easements; Reports and Tests...................................................................................48 9.06 Insurance.....................................................................................................................................48 9.07 Modifications..............................................................................................................................48 9.08 Inspections,Tests, and Approvals...............................................................................................48 9.09 Limitations on OPT's Responsibilities..........................................................................................48 9.10 Undisclosed Hazardous Environmental Condition......................................................................49 9.11 Compliance with Safety Program................................................................................................49 Article 10—OAR's and Designer's Status During Construction...................................................................49 10.01 Owner's Representative..........................................................................................................49 10.02 Visits to Site.............................................................................................................................49 10.03 Resident Project Representatives...........................................................................................49 10.04 Rejecting Defective Work........................................................................................................49 10.05 Shop Drawings, Modifications and Payments.........................................................................50 10.06 Decisions on Requirements of Contract Documents and Acceptabilityof Work....................50 10.07 Limitations on OAR's and Designer's Authority and Responsibilities .....................................50 Article 11—Amending the Contract Documents; Changes in the Work.....................................................50 11.01 Amending and Supplementing the Contract Documents.......................................................50 11.02 Owner-Authorized Changes in the Work................................................................................51 11.03 Unauthorized Changes in the Work........................................................................................51 11.04 Change of Contract Price ........................................................................................................52 11.05 Change of Contract Times.......................................................................................................52 11.06 Change Proposals....................................................................................................................52 11.07 Execution of Change Orders....................................................................................................53 11.08 Notice to Surety......................................................................................................................54 Article 12—Change Management...............................................................................................................54 12.01 Requests for Change Proposal ................................................................................................54 12.02 Change Proposals....................................................................................................................54 12.03 Designer Will Evaluate Request for Modification...................................................................55 General Conditions 00 72 00-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 12.04 Substitutions...........................................................................................................................55 Article13—Claims.......................................................................................................................................56 13.01 Claims......................................................................................................................................56 13.02 Claims Process.........................................................................................................................57 Article 14—Prevailing Wage Rate Requirements.......................................................................................58 14.01 Payment of Prevailing Wage Rates.........................................................................................58 14.02 Records....................................................................................................................................58 14.03 Liability; Penalty; Criminal Offense.........................................................................................59 14.04 Prevailing Wage Rates.............................................................................................................59 Article 15—Cost of the Work; Allowances; Unit Price Work ......................................................................59 15.01 Cost of the Work.....................................................................................................................59 15.02 Allowances..............................................................................................................................63 15.03 Unit Price Work.......................................................................................................................63 15.04 Contingencies..........................................................................................................................64 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work.....................65 16.01 Access to Work........................................................................................................................65 16.02 Tests, Inspections and Approvals............................................................................................65 16.03 Defective Work.......................................................................................................................65 16.04 Acceptance of Defective Work................................................................................................66 16.05 Uncovering Work....................................................................................................................66 16.06 Owner May Stop the Work.....................................................................................................67 16.07 Owner May Correct Defective Work.......................................................................................67 Article 17—Payments to Contractor; Set-Offs; Completion;Correction Period.........................................67 17.01 Progress Payments..................................................................................................................67 17.02 Application for Payment .........................................................................................................69 17.03 Schedule of Values..................................................................................................................71 17.04 Schedule of Anticipated Payments and Earned Value............................................................72 17.05 Basis for Payments..................................................................................................................73 17.06 Payment for Stored Materials and Equipment.......................................................................73 17.07 Retainage and Set-Offs............................................................................................................74 17.08 Procedures for Submitting an Application for Payment.........................................................74 17.09 Responsibility of Owner's Authorized Representative ...........................................................75 17.10 Contractor's Warranty of Title................................................................................................76 General Conditions 00 72 00-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 17.11 Substantial Completion...........................................................................................................76 17.12 Partial Utilization.....................................................................................................................77 17.13 Final Inspection.......................................................................................................................77 17.14 Final Application for Payment.................................................................................................77 17.15 Final Payment..........................................................................................................................78 17.16 Waiver of Claims.....................................................................................................................78 17.17 Correction Period....................................................................................................................78 Article 18-Suspension of Work and Termination......................................................................................79 18.01 Owner May Suspend Work.....................................................................................................79 18.02 Owner May Terminate for Cause............................................................................................79 18.03 Owner May Terminate For Convenience................................................................................80 Article 19-Project Management...............................................................................................................81 19.01 Work Included.........................................................................................................................81 19.02 Quality Assurance ...................................................................................................................81 19.03 Document Submittal...............................................................................................................81 19.04 Required Permits.....................................................................................................................81 19.05 Safety Requirements...............................................................................................................82 19.06 Access to the Site....................................................................................................................82 19.07 Contractor's Use of Site ..........................................................................................................82 19.08 Protection of Existing Structures and Utilities........................................................................83 19.09 Pre-Construction Exploratory Excavations..............................................................................83 19.10 Disruption of Services/Continued Operations........................................................................84 19.11 Field Measurements ...............................................................................................................84 19.12 Reference Data and Control Points.........................................................................................84 19.13 Delivery and Storage...............................................................................................................85 19.14 Cleaning During Construction.................................................................................................86 19.15 Maintenance of Roads, Driveways,and Access......................................................................86 19.16 Area Access and Traffic Control..............................................................................................87 19.17 Overhead Electrical Wires.......................................................................................................87 19.18 Blasting....................................................................................................................................87 19.19 Archeological Requirements...................................................................................................87 19.20 Endangered Species Resources...............................................................................................88 19.21 Cooperation with Public Agencies..........................................................................................88 General Conditions 00 72 00-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 Article 20—Project Coordination................................................................................................................88 20.01 Work Included.........................................................................................................................88 20.02 Document Submittal...............................................................................................................88 20.03 Communication During Project...............................................................................................89 20.04 Project Meetings.....................................................................................................................89 20.05 Requests for Information........................................................................................................91 20.06 Decision and Action Item Log..................................................................................................91 20.07 Notification By Contractor......................................................................................................92 20.08 Record Documents..................................................................................................................92 Article 21—Quality Management...............................................................................................................94 21.01 Contractor's Responsibilities...................................................................................................94 21.02 Quality Management Activities by OPT..................................................................................95 21.03 Contractor's Use of OPT'sTest Reports..................................................................................96 21.04 Documentation.......................................................................................................................96 21.05 Standards................................................................................................................................97 21.06 Delivery and Storage...............................................................................................................97 21.07 Verification Testing for Corrected Defects..............................................................................97 21.08 Test Reports............................................................................................................................97 21.09 Defective Work.......................................................................................................................98 21.10 Limitation of Authority of Testing Laboratory.........................................................................98 21.11 Quality Control Plan................................................................................................................98 21.12 Implement Contractor's Quality Control Plan.......................................................................100 Article 22—Final Resolution of Disputes ..................................................................................................101 22.01 Senior Level Negotiations .....................................................................................................101 22.02 Mediation..............................................................................................................................101 Article 23—Minority/MBE/DBE Participation Policy................................................................................102 23.01 Policy.....................................................................................................................................102 23.02 Definitions.............................................................................................................................102 23.03 Goals......................................................................................................................................103 23.04 Compliance............................................................................................................................104 Article 24—Document Management........................................................................................................104 24.01 Work Included.......................................................................................................................104 24.02 Quality Assurance .................................................................................................................104 General Conditions 00 72 00-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 24.03 Contractor's Responsibilities.................................................................................................104 24.04 Document Submittal.............................................................................................................105 24.05 Document Numbering ..........................................................................................................105 24.06 Document Requirements......................................................................................................106 Article25—Shop Drawings.......................................................................................................................107 25.01 Work Included.......................................................................................................................107 25.02 Quality Assurance .................................................................................................................107 25.03 Contractor's Responsibilities.................................................................................................107 25.04 Shop Drawing Requirements ................................................................................................109 25.05 Special Certifications and Reports........................................................................................109 25.06 Warranties and Guarantees..................................................................................................110 25.07 Shop Drawing Submittal Procedures ....................................................................................110 25.08 Sample and Mockup Submittal Procedures..........................................................................112 25.09 Equal Non Specified Products...............................................................................................113 25.10 Requests for Deviation..........................................................................................................113 25.11 Designer Responsibilities ......................................................................................................114 25.12 Resubmission Requirements.................................................................................................116 Article26—Record Data ...........................................................................................................................117 26.01 Work Included.......................................................................................................................117 26.02 Quality Assurance .................................................................................................................117 26.03 Contractor's Responsibilities.................................................................................................117 26.04 Record Data Requirements...................................................................................................118 26.05 Special Certifications and Reports........................................................................................118 26.06 Warranties and Guarantees..................................................................................................119 26.07 Record Data Submittal Procedures.......................................................................................119 26.08 Designer's Responsibilities....................................................................................................120 Article 27—Construction Progress Schedule............................................................................................121 27.01 Requirements........................................................................................................................121 27.02 Document Submittal.............................................................................................................121 27.03 Schedule Requirements........................................................................................................121 27.04 Schedule Revisions................................................................................................................123 27.05 Float Time..............................................................................................................................123 Article 28—Video and Photographic documentation...............................................................................124 General Conditions 00 72 00-7 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 28.01 Work Included.......................................................................................................................124 28.02 Quality Assurance .................................................................................................................124 28.03 Document Submittal.............................................................................................................124 28.04 Photographs..........................................................................................................................125 28.05 Video Recording....................................................................................................................125 Article 29- Execution and Closeout .........................................................................................................125 29.01 Substantial Completion.........................................................................................................125 29.02 Final Inspections....................................................................................................................126 29.03 Reinspection Fees.................................................................................................................126 29.04 Closeout Documents Submittal.............................................................................................127 29.05 Transfer of Utilities................................................................................................................127 29.06 Warranties, Bonds and Service Agreements.........................................................................127 Article30-Miscellaneous........................................................................................................................128 30.01 Computation of Times...........................................................................................................128 30.02 Owner's Right to Audit Contractor's Records.......................................................................128 30.03 Independent Contractor.......................................................................................................129 30.04 Cumulative Remedies ...........................................................................................................129 30.05 Limitation of Damages ..........................................................................................................129 30.06 No Waiver.............................................................................................................................129 30.07 Severability............................................................................................................................129 30.08 Survival of Obligations...........................................................................................................130 30.09 No Third Party Beneficiaries..................................................................................................130 30.10 Assignment of Contract.........................................................................................................130 30.11 No Waiver of Sovereign Immunity........................................................................................130 30.12 Controlling Law.....................................................................................................................130 30.13 Conditions Precedent to Right to Sue...................................................................................130 30.14 Waiver of Trial by Jury...........................................................................................................130 30.15 Attorney Fees........................................................................................................................130 30.16 Compliance with Laws...........................................................................................................131 30.17 Enforcement..........................................................................................................................131 30.18 Subject to Appropriation.......................................................................................................131 30.19 Contract Sum.........................................................................................................................131 30.20 Contractor's Guarantee as Additional Remedy ....................................................................131 General Conditions 00 72 00-8 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 30.21 Notices ..................................................................................................................................131 General Conditions 00 72 00-9 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings 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 orforms. 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 Documents. 7. Bidding Documents — The solicitation documents, the proposed Contract Documents and Addenda. 8. Bidder—An individual or entity that submits a Bid to Owner. 9. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form,refers to individual instrument. 10. Change Order-A document issued on or after the Effective Date of the Contract,which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 11. 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. 12. City Engineer - The Corpus Christi City Engineer and/or designee as identified at the preconstruction conference or in the Notice to Proceed. General Conditions 00 72 00- 10 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 13. 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. Claims must be initiated by written notice, signed and sworn to be an authorized corporate officer, verifying the truth and accuracy of the Claim. 14. 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 pursuantto: 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. §§5101 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 etseq.; 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. 15. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 16. 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. 17. Contract Documents - Those items designated as Contract Documents in the Agreement. 18. 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. 19. Contract Times-The number of days or the dates by which Contractormust: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 20. Contractor-The individual or entity with which Owner has contracted for performance of the Work. General Conditions 00 72 00- 11 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 21. 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. 22. Cost of the Work -The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 23. 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 24. 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, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 25. 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. 26. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 27. 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. 28. 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, andthe requirements of the Contract. 29. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner. These costs include fees for engineers, architects, attorneys, and other professionals. 30. 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. 31. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. General Conditions 00 72 00- 12 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 32. 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. 33. 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. 34. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 35. Notice to Proceed -A notice to Contractor of the Contract Times and the date Work is to begin. 36. 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 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. 37. 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 theOwner. 38. 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. 39. 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. 40. 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. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 41. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 42. Project Manual — That portion of the Contract Documents that may include the following: introductory information,solicitation requirements and responses, proposal, Contract forms and General and Supplementary Conditions, General Requirements, Specification, Drawings, Project Safety Manual and Addenda. 43. 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. General Conditions 00 72 00- 13 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 44. 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. 45. Schedule of Documents -A schedule of required documents, prepared and maintained by Contractor. 46. 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. 47. 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. 48. 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 theContractor. 49. 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. 50. 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. 51. 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. 52. Supplementary Conditions -The part of the Contract that amends or supplements the General Conditions. 53. 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. 54. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at theSite, except Underground Facilities;or C. Hazardous Environmental Conditions at theSite. 55. 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. 56. Unit Price Work-Work to be paid for on the basis of unit prices. General Conditions 00 72 00- 14 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 57. Work - The construction of the Project or its component parts as required by the Contract Documents. 58. 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 asfollows: 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 theOPT. 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. E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, orequipment: 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 General Conditions 00 72 00- 15 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 thatnotice. 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. 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement (either electronic or printed) 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 Project Management System A. Owner shall administer its design and construction management through an internet-based project management system known as e-Builder. B. Contractor shall conduct all communication through and perform all project-related functions utilizing this project management system.This includes all correspondence, General Conditions 00 72 00- 16 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 submittals, requests for information, payment requests and processing, contract amendments, change orders, delivery orders and other administrative activities. C. Owner shall administer the software and provide training to Contractor's Team. 2.04 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, which must be a Critical Path Method (CPM)Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.05 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 theContractor. 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 theOPT. 1. The Contract requirements described in the General Conditions and Supplementary Conditions 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 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. General Conditions 00 72 00- 17 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 aModification. 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. 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. General Conditions 00 72 00- 18 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 ornot. 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 Paragraph11.01. 2. The exactness of existing grades, elevations, dimensions or locations given on any Drawings issued by Designer, or the work installed by other contractors, is not guaranteed by Owner. Contractor shall, therefore, satisfy itself as to the accuracy of all grades, elevations, dimensions and locations. Any errors due to Contractor's failure to verify at the site all such grades, elevations, dimensions or locations relating to such existing or other work shall be rectified by Contractor without any additional cost to Owner. 3. 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. 4. 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 tothe General Conditions 00 72 00- 19 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 5. 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. 6. 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 00 72 00-20 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 4.04 Delays in Contractor's Progress A. No Damages for Delay: Contractor shall receive no compensation for delays or hindrances to the Work,except in the case of direct interference with means and methods by the Owner. In no event shall the Contractor be entitled to any compensation or recovery of any special damages in connection with any delays, including without limitation: consequential damages, lost opportunity costs, impact damages, or other similar damages. Owner's exercise of any of its rights or remedies under the Contract Documents (including without limitation ordering changes in the Work,or directing suspension, rescheduling, or correction of the Work), regardless of the extent or frequency of Owner's exercise of such rights or remedies, shall not be construed as active interference in the Contractor's performance of the Work. An extension of Contract Time, to the extent permitted, shall be the sole remedy of the Contractor for any acknowledged delays.Contractor 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'sTeam. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D, 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 adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph.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 performing other work at or adjacent to the Site; 3. Acts of war or terrorism;and 4. Rain days in excess of the number specified in a calendaryear. General Conditions 00 72 00-21 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 3. Hazardous Environmental Conditions. 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. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. 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 General Conditions 00 72 00-22 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 d. Injuries and losses sustained by the owners or occupants of these lands orareas. 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 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. General Conditions 00 72 00-23 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 Workthat: 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 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 to 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 Timesto 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 15.03. General Conditions 00 72 00-24 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 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 ContractTimes. 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 responsiblefor: 1. Investigating and field-verifying the location of underground facilities before beginning Work; 2. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 3. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 4. Locating Underground Facilities shown or indicated in the Contract Documents; 5. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 6. 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, but in no event later than 3 days, 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 Paragraph7.12. General Conditions 00 72 00-25 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 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 15.03. 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 General Conditions 00 72 00-26 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 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 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. General Conditions 00 72 00-27 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 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. General Conditions 00 72 00-28 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 18 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 Chapter2253. 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 onFederal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of theTreasury. 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. 6.03 Required Minimum Insurance Coverage A. Obtain and maintain insurance as required in this Article and in the Supplementary Conditions. B. Deliver evidence of insurance in accordance with the Supplementary Conditions 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. 6.04 General Insurance Provisions A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with this Article 6 and the Supplementary Conditions. B. Provide endorsements to the policies as outlined in this Article. 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 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 endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate ofinsurance. 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 Workon the General Conditions 00 72 00-29 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 18 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 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. 6.OS Contractor's Insurance A. Purchase and maintain workers' compensation and employer's liability insurancefor: 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. 2. Claims for damages because of bodily injury, occupational sickness or disease, ordeath 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. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should 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 liabilitycoverage 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; and General Conditions 00 72 00-30 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 4. 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 Article and the Supplementary Conditions. Insurance is to remain in effect 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. If required by the Supplementary Conditions, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. 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 thatincludes: 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 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, fixtures, 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, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. General Conditions 00 72 00-31 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 motorvehicle. E. For Projects with a Contract Value that exceeds$5,000,000, 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 policiesthat: 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 Owner as defined in Article 1; and 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. 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 Article must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Article or the Supplementary Conditions or required by Lawsor 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, General Conditions 00 72 00-32 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 6.06 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 Article and the Supplementary Conditions or those required by Laws and Regulations and must comply with the requirements of Paragraph 6.09.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 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. General Conditions 00 72 00-33 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 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 Article and the Supplementary Conditions. 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. 6.07 Waiver of Rights A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in the Supplementary Conditions. B. All policies purchased in accordance with this Article are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional 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 contain provisions that the Subcontractor waive all rights against Owner, 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. 6.08 Owner's Insurance for 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. General Conditions 00 72 00-34 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 6.09 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. 6.10 Certificate 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. 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. 6.11 Insurance Policies A. If requested by the Owner, make available for viewing a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 6.12 Continuing Evidence of Coverage A. Provide updated, revised, or new evidence of insurance in accordance this Article and the Supplementary Conditions prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 6.13 Notices Regarding Insurance A. Notices regarding insurance are to be sent to the Owner at the following address: General Conditions 00 72 00-35 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 6.14 Texas Workers' Compensation Insurance Required Notice 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. 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 hasundertaken 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 General Conditions 00 72 00-36 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 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 this section, 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 General Conditions 00 72 00-37 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 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. Regular working hours are between sunrise and sundown Monday through Saturday unless other times are specifically authorized in writing by OAR. C. Do not perform Work on a 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 Martin Luther King Jr Day Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November General Conditions 00 72 00-38 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 Holiday Date Observed Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 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 17.01.E 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 Documents. 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 theOAR. 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. Under no circumstances shall any Subcontractor debarred under Chapter 41 of The Code of Ordinances, City of Corpus Christi, be deemed acceptable to Owner. 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. General Conditions 00 72 00-39 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 days of Owner's notice to replace a Subcontractor,Supplier,or other entity retained by Contractorto 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 orfurnishing 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, General Conditions 00 72 00-40 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. B. Contractor's obligation to indemnify Owner for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph7.14. 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. This Project is not exempt from City permits and fees unless expressly stated otherwise. 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 TaxCode. 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. General Conditions 00 72 00-41 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 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 lossto: 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. General Conditions 00 72 00-42 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 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 to pay 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 General Conditions 00 72 00-43 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 correction obligations contained in an assigned contract govern with respect toContractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 INDEMNIFICATION A. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner 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 and/or failure to comply with the terms and conditions of the contract, violations of Laws or Regulations, or bodily injury, death or destruction of tangible property caused by the acts, omissions or negligence of the Contractor's Team, regardless of whether such claim, damage, loss or expense is alleged to be caused in part by an Owner 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 against a claim, loss, damage or expense caused by the sole negligence of an Owner. B. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner 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 from the consequences of the Owner's sole negligence. c. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against Indemnified Costs resulting from infringement on patent rights or copyrights by Contractor's Team. General Conditions 00 72 00-44 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 D. The indemnification obligations of this Paragraph 7.14 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 by an employee or the survivor or personal representative of employee of Contractor's Team. The indemnification obligations of this Paragraph 7.14 shall not be deemed to be released,waived or modified in any respect by reason of any surety or insurance provided by Contractor. 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 from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner does 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 as to its defense of the claim within 10 days after being notified of the indemnification request. Owner may assume and control the defense if Contractor does not assume the defense. Pay all defense expenses of the Owner as an indemnified loss. 2. Owner 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 to comply with restrictions or limitations that adversely affect Owner; b. Would require Owner to pay amounts that Contractor does not fund in full;or c. Would not result in Owner's full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by thesettlement. 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 General Conditions 00 72 00-45 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 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 otherdocuments. 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. General Conditions 00 72 00-46 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 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 or other contractor retained by the City: 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 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 ofthe obligations described in this Paragraph 8.03 to other contractors if damages, delays, disruptions, or interference occur. General Conditions 00 72 00-47 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 E. Contractor's obligation to indemnify Owner for claims arising out of or related to 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 Article 17. 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 16.02. 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 00 72 00-48 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 9.12 Plans and Specifications A. Owner does not warrant the plans and specification. 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 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. General Conditions 00 72 00-49 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 10.OS 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. C. OAR and Designer's authority related to Modifications is described in Articlell. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 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 16.04 if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT toContractor. C. 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 00 72 00-50 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 will be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. If negotiations under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05 are unsuccessful, 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. 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 16.05. General Conditions 00 72 00-51 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 for authorized Work 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 13. B. An adjustment in the Contract Price is to be determined asfollows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 15.03, 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 15.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 15.05 when the Work involved is not covered by unit prices in the Contract Documents and 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, whichever is greater. Owner may decrease the Work by up to 25 percent of the Contract Price. 11.05 Change of Contract Times A. The Contract Times for authorized Work 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 13. 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 in accordance with Article 12 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. General Conditions 00 72 00-52 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 B. Notify the OAR within 3 days 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. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orderscovering: 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; 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 16.04 or Owner's correction of Defective Work under Paragraph 16.07,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 13. 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 Change Order, nor a warranty that the Change Order 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. If the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07, the Change Order is deemed to be in full force as if executed by Contractor. Contractor may file a Claim for payment and/or time, pursuant to Article 13. General Conditions 00 72 00-53 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. ARTICLE 12—CHANGE MANAGEMENT 12.01 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 12.02 to the Designer for evaluation by the OPT. 12.02 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. A Change Proposal must be submitted to the OAR no later than 30 days after the event initiating the 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 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; and 9) Other items of cost. General Conditions 00 72 00-54 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 d. Provide the level of detail outlined 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 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 15 for Cost ofWork. 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 OAR 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 Article 25. 12.03 Designer Will Evaluate Request for Modification A. 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 13. 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 Amendmentcan 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. 12.04 Substitutions 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 these procedures for a substitution. B. 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 12.02 along with a Shop Drawing as required by Article 25 to request approval of asubstitution. General Conditions 00 72 00-55 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 C. 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. D. 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. 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. E. Pay for review of substitutions in accordance with Article 25. ARTICLE 13—CLAIMS 13.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. Seeking an adjustment of Contract Price or Contract Times; 2. Contesting an initial decision by OAR concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; 3. Appealing OAR's decision regarding a Change Proposal; 4. Seeking resolution of a contractual issue that OAR has declined to address;or 5. Seeking other relief with respect to the terms of the Contract. B. Contractor shall be entitled to an extension of Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Contractor shall bear the entire economic risk of all weather delays and disruptions. Contractor shall not be entitled to any increase in the Contract Price by reason of such delays or disruptions. Upon Contractor reaching Substantial Completion, Owner and Contractor shall look back at the entire duration of the calendar day Project and review the totality of what Contractor claims were unusually severe weather disruptions. If the Project was delayed or disrupted due to unusually severe weather in General Conditions 00 72 00-56 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 excess of weather normally experienced over the entire duration of the Project, Contractor may make a Claim for an extension of the Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Any time extension granted shall be non-compensatory. 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Except for Claims resulting from unusually severe weather, notice of a Claim by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 14 days after the start of the event giving rise to the Claim. Failure by Contractor to submit written notice of a Claim within 14 days shall constitute a waiver of such Claim. C. Submit the complete Claim with supporting documentation to Owner no later than 60 days after the start of the event giving rise to the Claim (unless Designer allows additional time for claimant to submit additional or more accurate data in support of such Claim). The Claim must be signed and sworn to by Contractor, certifying 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 relief requested accurately reflects the full compensation to which Contractor is entitled. Failure by Contractor to submit the Claim within 60 days shall constitute a waiver of such Claim. D. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. E. Claims by Owner must be submitted by written notice to Contractor. F. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR or Designer. 2. Claims seeking an adjustment of Contract Time must include a Time Impact Analysis and native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR or Designer. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation. H. Designer will review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or General Conditions 00 72 00-57 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the Claim shall be deemed denied 30 days after receipt of the Claim. J. Following receipt of Designer's initial recommendation regarding a Claim,the Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. If the entity receiving a Claim approves the Claim in whole or in part or denies it in whole or in part, this action is final and binding unless the other entity invokes the procedure described in Article 22 for final resolution of disputes by filing a notice of appeal within 30 days after this action. L. If the Owner and Contractor reach a mutual agreement regarding a Claim, the results of the agreement or action on the Claim will be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents,the Contract Price, or the ContractTimes. M. Both parties shall continue to perform all obligations under the Agreement during the pendency of any dispute or disagreement relating to this Agreement, unless performance would be impracticable or impossible under the circumstances. N. Any failure of Contractor to comply with any of the foregoing conditions precedent with regard to any such Claim shall constitute a waiver of any entitlement to submit or pursue such Claim. O. Receipt and review of a Claim by City shall not be construed as a waiver of any defenses to the Claim available to the City under the Contract Documents or at law. ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS 14.01 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 Chapter2258. B. Contractor and its Subcontractors are required to pay Davis-Bacon Wage Rates. C. Contractor and its Subcontractors are required to pay laborers and mechanics an overtime rate of not less than one and one-half times the basic rate for all hours worked in excess of forty hours in a given workweek. 14.02 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. General Conditions 00 72 00-58 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 14.03 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 §2258.023(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 on 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 Chapter2258. 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. 14.04 Prevailing Wage Rates A. Use the Prevailing Wage Rates specified in the Supplementary Conditions. ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK 15.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 15.01, except those excluded in Paragraph 15.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 15.01 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. General Conditions 00 72 00-59 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 15.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs mayinclude: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, 2) Unemployment, 3) Excise and payroll taxes, 4) Workers'compensation, S) 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 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 15.01 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; General Conditions 00 72 00-60 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 iscompleted; d. For Contractor- and Subcontractor-owned machinery, trucks, power tools orother equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue Book") multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Blue Book at the time of use. Payment will be made for the actual hours used in the Work. 1) Standby costs will be paid at 50% of the FHWA rental rates found in the Blue Book if Contractor is directed by Owner in writing to standby. Standby costs will not be allowed during periods when the equipment would otherwise have been idle. For a six-day work week, no more than eight hours per a 24-hour day, no more than 48 hours per week and no more than 208 hours per month shall be paid of standby time. Operating costs shall not be charged by Contractor. e. 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; 1) The hourly rate shall be determined by dividing the actual invoice cost by the actual number of hours the equipment is involved in the Work. Owner reserves the right to limit the hourly rate to comparable Blue Book rates. 2) If Contractor is directed to standby in writing by Owner, standby costs will be paid at the invoice daily rate excluding operating costs, which includes fuel, lubricants, repairs and servicing. f. 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; g. Deposits lost for causes other than negligence of Contractor's Team; h. Royalty payments and fees for permits and licenses; i. Cost of additional utilities,fuel, and sanitary facilities at the Site; j. Minor expense items directly required by the Work;and k. 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, clerics, and other personnel employed General Conditions 00 72 00-61 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 15.01.C.1 or specifically covered by Paragraph 15.01.C.4. These administrative costs are covered bythe 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 ofOwner. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 15.01.C. E. The Contractor's fee for profit and overhead is determined asfollows: 1. In accordance with the Agreement when the Work is performed on a cost-plusbasis; 2. A mutually acceptable fixed fee; or 3. 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 15.01.C.1, 15.01.C.2 and 15.01.C.4; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 15.01.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 15.01.C.1 and 15.01.C.2 forthe Subcontractor that actually performsthe Work at whatever tier; 2) The Subcontractor's fee is 5 percent for costs incurred under Paragraph 15.01.C.4 for the Subcontractor that actually performs the Work at whatever tier; and 3) 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 Paragraph 15.01.D; General Conditions 00 72 00-62 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 4. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 15.05.6.1 through 15.05.13.5, inclusive when both additions and credits are involved in any one change. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 15.01. 15.02 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 15.02.13.1 and 15.02.13.2 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. 15.03 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 Contract. 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 beadequate 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 15.03.E. General Conditions 00 72 00-63 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 15.03.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 Contract; 2. There is no corresponding adjustment with respect to other items of Work;and 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 15.04 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 Contract. 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 15.01.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 Contract. 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 bythe Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. General Conditions 00 72 00-64 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 ARTICLE 16—TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 16.01 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. 16.02 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 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 priorto 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. 16.03 Defective Work A. It is Contractor's obligation to ensure 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. General Conditions 00 72 00-65 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 16.04 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 endangerpublic health or safety. B. Owner may impose a reasonable set-off against payments due under Article 17 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 17 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. 16.05 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 resulting from the Defective Work if it is found that the uncovered Work is Defective. General Conditions 00 72 00-66 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 16.06 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 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. 16.07 Owner May Correct Defective Work A. Owner may remedy deficiencies in the Work 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 16.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 16.07 are to be charged against Contractor as a set-off against payments due under Article 17. 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 16.07. ARTICLE 17—PAYMENTS TO CONTRACTOR;SET-OFFS; COMPLETION; CORRECTION PERIOD 17.01 Progress Payments A. Progress payment requests are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in this Article 17. General Conditions 00 72 00-67 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 17.03. 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 15.03. 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 15.01, 15.02 and 15.04 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 thefollowing: 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 16.07; 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; g. 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; i. Failure to submit up-to-date record documents as required by the Contract Documents; j. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; k. Failure to provide Project photographs required by the Contract Documents; I. Failure to provide Certified Payroll required by the Contract Documents; General Conditions 00 72 00-68 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 m. 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; n. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; o. 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. Other items entitling Owner to a set-off against the amount recommended;or q. 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. 17.02 Application for Payment A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the Supplementary Conditions, the Agreement, and this Article 17. 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; General Conditions 00 72 00-69 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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; 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of theenvironment; 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 orfeatures; 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; General Conditions 00 72 00-70 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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, andtraining; 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. 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. Record Documents per Article 20. 2. Progress Schedule per Article 27. 3. Project photographs per Article 28. 4. Documentation required to comply with Owner's Minority/ MBE/ DBE Participation Policy. 5. Documentation required to substantiate any approved Project deviation, including overruns of Designer's estimated quantity. 6. Documentation required by funding agency, if applicable. 17.03 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 attached to the Application for Payment - 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. If unit prices are included in the Contract, use each unit price line item in the Contract 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. General Conditions 00 72 00-71 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 costs associated with the item in the Contract. 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. 17.04 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. General Conditions 00 72 00-72 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 17.OS 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 17.03 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 17.06. 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 Contract. b. Payment for stored materials and equipment will be made per Paragraph 17.06. 2. Measure the Work described in the Contract 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. 17.06 Payment for Stored Materials and Equipment A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment shown in the Application for Payment and attachments will be made for the invoice amount,up to the value shown 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 the Application for Payment and attachments. Include invoice numbers so that a comparison can be made between invoices and amounts included on the Application for Payment and attachments. 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 paymentfor General Conditions 00 72 00-73 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 that Contractor provides 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 theproduct. 17.07 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. B. Reduce payments for set-offs per the General Conditions. Include the appropriate attachment to the Application for Payment. 17.08 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 Contract 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. General Conditions 00 72 00-74 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 items 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 forpayment. 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. 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. 17.09 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. General Conditions 00 72 00-75 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 E. This representation is subject to: 1. Further evaluation of the Work as a functioningwhole; 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; 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. 17.10 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. 17.11 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 within 30 days after Contractor's notification to determine if the Work is substantially complete. OAR, within 120 days after receipt of Contractor's notification, 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 00 72 00-76 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 17.12 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. Contractorand OPTaretofollowthe proceduresof Paragraph 17.11forthis partofthe 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. 17.13 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted 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. 17.14 Final Application for Payment A. Include adjustments to the Contract Price in the final Application for Paymentfor: 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. General Conditions 00 72 00-77 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 17AS Final Payment A. Make final Application for 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 Liensor 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. 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. 17.16 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 arisingfrom: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection; 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 22 and specifically noted in the Certificate of Final Completion. 17.17 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or, in the event of a latent defect, within 1 year after discovery thereof by City. 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 17.17.A and 17.17.E 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. General Conditions 00 72 00-78 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 D. Contractor's obligation to indemnify Owner 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 system is 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. Contractor's obligations under this Paragraph 17.17 are in addition to other obligations or warranties. The provisions of this Paragraph 17.17 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 18—SUSPENSION OF WORK AND TERMINATION 18.01 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. 18.02 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 havingjurisdiction; 6. Contractor's repeated disregard of the authority of OPT; 7. Contractor's failure to prosecute the work with diligence;or General Conditions 00 72 00-79 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 8. Contractor's other material breach of the contract. 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 18.02.A.4. Owner may terminate Contractor's performance under this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. C. Owner may declare Contractor to be in default, give notice to Contractor and surety that Contractor's performance under 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 18.02.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 Contractor's performance under the Contract for cause. E. Owner may elect not to proceed with termination of Contractor's performance under the Contract under this Paragraph 18.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent toterminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 18.02. 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. The 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. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination of Contractor's performance 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. H. In the event the Owner terminates the contract for cause, and it is later determined that cause for termination was lacking, the termination will be deemed a termination without cause under Paragraph 18.03. 18.03 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 15.05;and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. General Conditions 00 72 00-80 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. ARTICLE 19—PROJECT MANAGEMENT 19.01 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. 19.02 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. 19.03 Document Submittal A. Provide documents in accordance with Article 24. 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 Data. 19.04 Required 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. General Conditions 00 72 00-81 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 19.OS 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 Article 26. 19.06 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. 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 Article 26. 19.07 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 bytheft. 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. 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. General Conditions 00 72 00-82 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 19.08 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 and coordinate Work with local utility companies 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. 19.09 Pre-Construction Exploratory Excavations 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 andexposed. General Conditions 00 72 00-83 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 C. Prepare a Plan of Action 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 OAR. E. Unless specifically indicated otherwise in the Bid Form, no separate payment will be made for pre-construction exploratory excavations. Include the cost for pre-construction exploratory excavations in the unit price for the pipe construction or other applicable feature. When necessary, pavement repairs associated with exploratory excavations that are beyond the limits of the new pavement will be paid for at the unit prices for pavement repair when an item is included in the Bid Form. When an item for pavement repair is not included in the Bid Form, the cost should be included in the unit price for the pipe construction or other applicable feature. 19.10 Disruption of Services/Continued Operations A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner of 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 if facilities must be taken out ofoperation. 19.11 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 Data as required in Article 26. 19.12 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. General Conditions 00 72 00-84 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. 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, latestrevision. 3. Record Data and measurements per standards. 19.13 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. General Conditions 00 72 00-85 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 4. Provide surface drainage to prevent erosion and ponding of water. 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. 19.14 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 foracceptance. 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. 19.15 Maintenance of Roads, Driveways, and Access A. Maintain roads and streets in a manner that is suitable for safe operations of publicvehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: General Conditions 00 72 00-86 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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, withadequately 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 ordrives. 19.16 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. 19.17 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. 19.18 Blasting A. Blasting is not allowed for any purpose. 19.19 Archeological 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. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. General Conditions 00 72 00-87 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 thearea. 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. 19.20 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 suchspecies. 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. 19.21 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. ARTICLE 20—PROJECT COORDINATION 20.01 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. 20.02 Document Submittal A. Provide documents in accordance with Article 24. General Conditions 00 72 00-88 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The OAR 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. 20.04 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 isissued. 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 Article 27. b. Schedule of Values and anticipated Schedule of Payments per Article 17. C. List of Subcontractors and Suppliers. General Conditions 00 72 00-89 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 theProject. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend themeeting. 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. 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 20.07 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. General Conditions 00 72 00-90 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 20.05 Requests for Information A. Submit Request for Information (RFI) to the OAR 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. OAR 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 Article 12 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 20.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 20.06. 20.06 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 20.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. General Conditions 00 72 00-91 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 item if appropriate. The Contract Documents can only be changed by a Modification. 20.07 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 OPTtime to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 20.08 Record Documents A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. 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 fieldoffice. 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 theOPT. C. Maintain a digital record of Specifications and Addenda to identify products provided inPDF format. General Conditions 00 72 00-92 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 1. Reference the Record Data number,Shop Drawings number,and O&M manual number for each product and item of equipment furnished orinstalled. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDFformat. 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 orrepair. 4) Valves, unions,traps, and tanks. 5) Services entrance. 6) Feeders. 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project IssuesLog. 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. General Conditions 00 72 00-93 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. ARTICLE 21—QUALITY MANAGEMENT 21.01 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; General Conditions 00 72 00-94 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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; 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 through 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 OAR and the Designer. F. Provide an update on quality control activities at monthly progress meetings. 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. Owner will withhold payment for additional testing fees incurred due to Contractor noncompliance with OPT's Quality Control Program, including retesting fees, standby time, cancellation charges, and trip fees for retesting or cancellations. I. 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. 21.02 Quality Management Activities by 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 21.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 21.07. 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: General Conditions 00 72 00-95 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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; 3. Relieve the Contractor of its responsibility for damage to or loss of Work orproducts 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. 21.03 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 test 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 implement the Contractor's Quality Control Plan resulting from these deviations. 21.04 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 Article 25. 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, General Conditions 00 72 00-96 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per Article 25. 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 and why it does not comply. Submit these test reports on forms provided per Article 24. 21.05 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. 21.06 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, and processing test specimens as required by test standard to maintain the integrity of Samples. 21.07 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 thistesting. 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. 21.08 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; General Conditions 00 72 00-97 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 b. Name of the laboratory, address, and telephone number; C. Name and signature of the laboratory personnel performing thetest; d. Description of the product being sampled ortested; 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 orsampling; i. Location at the Site or structure where the sample was taken; j. Standard or test procedure used in making thetest; 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. 21.09 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. 21.10 Limitation of Authority of 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. 21.11 Quality Control Plan A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Article 25. Use Contractor's Quality Control Plan Checklist provided to review the document before General Conditions 00 72 00-98 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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 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 21.11.13.5 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 21.04. 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. General Conditions 00 72 00-99 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev 6/2021 Project No. 23064 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. 21.12 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. Include 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 Worktask: 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 properlystored. 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. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 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 discussthe 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. General Conditions 00 72 00-100 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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 timeacceptable 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 with the OPT one month prior to the expiration of the correction period. 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. ARTICLE 22—FINAL RESOLUTION OF DISPUTES 22.01 Senior Level Negotiations A. Each party is required to continue to perform its obligations under the Contract pendingthe final resolution of any dispute arising out of or relating to the Contract, unless it would be impossible or impracticable under the circumstances then present. B. All negotiations pursuant to Article 22 are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. C. Before invoking mediation, Owner and Contractor agree that they first shall try to resolve any dispute arising out of or related to this Contract through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. Both Owner and Contractor agree that this step shall be a condition precedent to use of any other alternative dispute resolution process. If the parties' senior management representatives cannot resolve the dispute within 45 calendar days after a party delivers a written notice of such dispute to the other, then the parties shall proceed with mediation. 22.02 Mediation A. In the event that Owner and/or Contractor contend that the other has committed a material breach of the Contract orthe parties cannot reach a resolution of a claim or dispute pursuant General Conditions 00 72 00-101 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 to Article 13,as a condition precedent to filing a lawsuit,either party shall request mediation of the dispute with the following requirements: 1. The request for mediation shall be in writing and shall request that the mediation commence not less than 30 calendar days or more than 90 calendar days following the date of the request, except upon agreement of the parties. 2. In the event Owner and Contractor are unable to agree to a date for the mediation or to the identity of the mediator within 30 calendar days following the date of the request for mediation, all conditions precedent shall be deemed to haveoccurred. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs.Venue for any mediation or lawsuit filed under this Contract shall be in Nueces County,Texas. Any agreement reached in mediation shall be enforceable as a settlement in any court having jurisdiction thereof. 4. Nothing in this Contract shall be construed as consent to a lawsuit. No provision of the Contract shall waive any immunity or defense. ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY 23.01 Policy A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, low income persons and Minority/Disadvantaged Business Enterprises (M/DBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 23.02 Definitions A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority/Disadvantaged Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) or socially and economically disadvantaged individual(s). Minority/Disadvantaged person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). General Conditions 00 72 00-102 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 C. For an enterprise doing business as a corporation, at least 51 percent of theassets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect,to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. D. Minority: Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Socially and economically disadvantaged individual: Any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who has been subjected to racial or ethnic prejudice or cultural bias within American society because of his or her identity as a member of a group and without regard to his or her individual qualities.The social disadvantage must stem from circumstances beyond the individual'scontrol. F. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman,a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. G. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the jointventure. 23.03 Goals A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be 1. Minority participation goal is 45%. 2. Minority Business Enterprise participation goal is 15%. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders.The hours of minority General Conditions 00 72 00-103 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 23.04 Compliance A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project,the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. ARTICLE 24—DOCUMENT MANAGEMENT 24.01 Work Included A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 24.02 Quality Assurance A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned withoutreview. 24.03 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 Article 27. 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. General Conditions 00 72 00-104 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 24.04 Document Submittal 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). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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 17paper. d. Submit color PDF documents where color is required to interpret the document. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. 24.05 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 CID Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor General Conditions 00 72 00-105 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 Prefix Description Originator RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor 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 thedocument. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference to 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. 24.06 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 Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions 00 72 00-106 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 Document Type Section Suppliers and Subcontractors Articles 20 and 26 ARTICLE 25—SHOP DRAWINGS 25.01 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. 25.02 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 25.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 25.03 Contractor's Responsibilities A. Provide Shop Drawings as required by Paragraph 25.03 of the Supplementary Conditions. B. Include Shop Drawings in the Schedule of Documents required by Article 24 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. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by Article 27. 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 General Conditions 00 72 00-107 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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 orSample: 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 Drawings; 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 Drawings are complete for their intended purpose;and 5. Conflicts between the Shop Drawings 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 attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 25.09. 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. General Conditions 00 72 00-108 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designercan: 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 theproduct; 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. 25.05 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 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 General Conditions 00 72 00-109 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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. 25.06 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 Article 29. 25.07 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 spaceprovided. 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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 17paper. d. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 25.08.A. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. General Conditions 00 72 00-110 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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. 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 Article 12 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 General Conditions 00 72 00-111 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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 25.03. 25.08 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 onetime. 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. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction perdetailed 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 finishedproduct. 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. General Conditions 00 72 00-112 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 25.09 Equal Non Specified Products A. 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 this article 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. 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. 25.10 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. General Conditions 00 72 00-113 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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. 25.11 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article 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. 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 Article 26. 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. General Conditions 00 72 00-114 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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. 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 awhole. 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 a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. General Conditions 00 72 00-115 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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 25.11 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. 25.12 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. 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 Requestform. 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 costs 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. General Conditions 00 72 00-116 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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. ARTICLE 26—RECORD DATA 26.01 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 require for record purposes. 26.02 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. 26.03 Contractor's Responsibilities A. Submit Record Data in accordance with SECTION 00 73 00 SUPPLEMENTARYCONDITIONS. B. Include Record Data in the Schedule of Documents required by Article 24 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. General Conditions 00 72 00-117 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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. 26.04 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; 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. 26.05 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. General Conditions 00 72 00-118 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 26.06 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. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 26.07 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 spaceprovided. 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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 17paper. d. Submit color PDF documents where color is required to interpret the Record Data. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. 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. General Conditions 00 72 00-119 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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 Article 12 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. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 26.03. 26.08 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 26.02 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 26.02. Document will be given the status of "Filed as Received" and no 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 Article 25. General Conditions 00 72 00-120 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. 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 the Record Data 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." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE 27.01 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 theschedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Schedule Work based upon a six day work week. 27.02 Document Submittal A. Submit Progress Schedules in accordance with Article 24. 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 Schedule 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. 27.03 Schedule Requirements A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution oftheWork; 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 General Conditions 00 72 00-121 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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. 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 revised when the existing schedule is notachievable. 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 byactivity; 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 Article 24 indicating: 1. Specific date each document is to be delivered to the Designer. 2. Specific date each document must be received in order to meet the proposed schedule. General Conditions 00 72 00-122 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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 each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet Specification requirements. 27.04 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. 27.05 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 orOwner. 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 othersubsystems. 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. General Conditions 00 72 00-123 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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 floattime. ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION 28.01 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 forthe 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 differentviews. 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 theProject. 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. 28.02 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. 28.03 Document Submittal A. Submit photographic documentation as Record Data in accordance with Article 24. B. Submit two DVDs of the video recording as Record Data in accordance with Article24. General Conditions 00 72 00-124 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 28.04 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 theexposure. 3. Description of the subject of photograph. E. Submit photographs 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. 28.05 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. H. Pipeline projects should be recorded linearly from beginning to end. ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the OAR 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. General Conditions 00 72 00-125 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 B. OPT will visit the Site to observe the Work within 30 days after notification is received to determine the status of the Project. C. OAR will notify the Contractor, within 120 days after notification, that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. OAR 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 OAR when the items of Work in the OAR's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. OAR 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 berecommended. 6. Review the list and notify the OAR of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 29.02 Final Inspections A. Notify the OAR 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 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 30 days 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 been corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. OAR 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 29.04 if notified that the Project is complete, and the Work is acceptable. 29.03 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. General Conditions 00 72 00-126 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 29.04 Closeout Documents Submittal A. Record Documents per Article 20. 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 bythe Contract Documents. F. Final Photographs per Article 28. 29.05 Transfer of Utilities A. If applicable to the Project,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. 29.06 Warranties, Bonds and Service Agreements A. Provide warranties, bonds, and service agreements required by the Contract Documents. B. The date for the start of warranties, bonds, and service agreements is established per the Contract Documents. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1-year correction period specified in the Contract Documents 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 service agreement; e. Indicate the start date for the correction period specified in the Contract Documents 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; General Conditions 00 72 00-127 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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 forreview. E. Submit warranties, bonds, and service agreements within 10 days after equipment or components are placed in service. ARTICLE 30—MISCELLANEOUS 30.01 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 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. 30.02 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. Examples of Contractor written and electronically stored records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondence, 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, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Contract 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 General Conditions 00 72 00-128 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Paragraph 30.02 in any Subcontractor, supplier or vendor contract. 30.03 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 anykind. 30.04 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 30.04 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. 30.05 Limitation of Damages A. Owner is not liable to Contractor for claims, costs, losses or damages sustained by Contractor's Team associated with other projects or anticipated projects. B. Contractor waives claims for consequential damages, incidental or special damages arising out of or relating to this Contract, whether the damages are claimed in contract, tort or on any other basis. 30.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision or affect the enforceability of that provision or the remainder of this Contract. 30.07 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 fullforce. General Conditions 00 72 00-129 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 30.08 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. 30.09 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. 30.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the prior written consent of the Owner. 30.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. B. This Contract is to perform a governmental function solely for the public benefit. 30.12 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. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County,Texas. 30.13 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. 30.14 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. 30.15 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'sfees. General Conditions 00 72 00-130 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 30.16 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 eitherstatute. B. No qualified person shall on the basis of race, color, religion, national origin, gender, age or disability be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity which receives or benefits from federal financial assistance. C. Comply with all applicable federal, state and city laws, rules and regulations. D. Each applicable provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein,and the Contract shall be read and enforced as though each were physically included herein. 30.17 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. 30.18 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. 30.19 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. 30.20 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. 30.21 Notices. A. Any notice required to be given to Owner under any provision in this Contract must include a copy to OAR by mail or e-mail. General Conditions 00 72 00-131 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 30.22 Public Information A. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract, and Contractor agrees that the contract can be terminated if Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. END OF SECTION General Conditions 00 72 00-132 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Rev6/2021 Project No. 23064 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 Lockwood,Andrews& Newnam, Inc B. Paragraph 1.01.A.51 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Each Delivery Order issued on this IDIQ project will stipulate the Notice to Proceed date and the Substantial Completion date for each Delivery order. b. Substantial Completion for each Delivery Order on this IDIQ project shall require completion of the following items when included in the scope of the Delivery Order. i. The proposed cathodic protection test station systems, if any, are completed,tested and commissioned. ii. The proposed cathodic protection rectifier system(s), if any,are completed, tested and commissioned. iii. The proposed pipe joint bond clips, if any, are completed, tested for continuity and pipe coatings restored. iv. Proposed modifications, if any, (ex., installation of access manways, manholes, isolation valves, etc.) to existing water lines are completed, tested, put into service. V. All internal remote testing and inspection, if any, has been completed and all associated reports and data have been delivered to the City. vi. All training, if any, has been completed. vii. All tools, equipment, materials and spare parts, if any, have been delivered to the City. Supplementary Conditions(Addenda 2) 00 73 00- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 viii. Final Operation and Maintenance(O&M) manuals, if any, including updates based on as-built conditions, are submitted and acceptable. ix. All materials, equipment, traffic control devices, trailers, trash, debris, etc. have been removed from the site and all restoration has been completed. c. Substantial Completion for the entire IDIQ project will be achieved when all Delivery Orders have been completed. Retainage will not be released until all Delivery Orders have been completed and Substantial Completion for the entire IDIQ project has been achieved. C. Add the following definitions. a. Paragraph 1.01.A.59: Delivery Order—The quantity, scope and location of services on IDIQ projects will be defined in one or more Delivery Orders issued by the City. The City may issue multiple Delivery Orders with Notice to Proceed dates and Substantial Completion dates that overlap. Delivery Orders will define the scope and duration of work and will be in accordance with the standard details, standard specifications, pay items in the Bid Form and Contract Documents, and may require the negotiation of new pay items for scope not covered by the standard details, specifications or pay items. b. Paragraph 1.01.A.60: Indefinite Delivery Indefinite Quantity (IDIQ)—IDIQ projects provide for an indefinite quantity of services for a base amount of contract time,typically one year, with the renewal option for additional years. 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: Supplementary Conditions(Addenda 2) 00 73 00-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year 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: a. None 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: a. City Record Drawings will be provided with each Delivery Order, if the drawings are available. SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE Supplementary Conditions(Addenda 2) 00 73 00-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS 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—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard S. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges T Required ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required Not Required Supplementary Conditions(Addenda 2) 00 73 00-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS A. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are between sunrise and sundown Monday through Saturday unless other times are specifically authorized in writing by OAR. B. Do not perform Work on a 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 Martin Luther King Jr Day Third Monday in January Memorial Day Last Monday in May Juneteenth June 19 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 SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction ( Project Type WD) No Type TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX288 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) Supplementary Conditions(Addenda 2) 00 73 00-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 "General Decision Number: TX20250021 01/03/2025 Superseded General Decision Number: TX20240021 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (1) . 11f the contract is entered 1 Executive Order 14026 1 linto on or after January 30, 1 generally applies to the 1 12022, or the contract is 1 contract. 1 lrenewed or extended (e.g. , an 1 The contractor must pay 1 loption is exercised) on or 1 all covered workers at 1 lafter January 30, 2022 : 1 least $17.75 per hour (or 1 1 1 the applicable wage rate 1 1 1 listed on this wage 1 1 1 determination, if it is 1 1 1 higher) for all hours 1 1 1 spent performing on the 1 1 1 contract in 2025 . 1 11f the contract was awarded onl . Executive Order 13658 1 for between January 1, 2015 andl generally applies to the 1 1January 29, 2022, and the 1 contract. 1 lcontract is not renewed or 1 The contractor must pay alll lextended on or after January 1 covered workers at least 1 130, 2022: 1 $13.30 per hour (or the 1 1 1 applicable wage rate listedl 1 1 on this wage determination, ) 1 1 if it is higher) for all 1 1 1 hours spent performing on 1 1 1 that contract in 2025. 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a Supplementary Conditions(Addenda 2) 00 73 00-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . . $ 9.05 ** Concrete Finisher. . . . . . . . . . . . . . . . $ 7 .56 ** ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 13.37 ** 2 .58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . . $ 7 .25 ** Utility. . . . . . . . . . . . . . . . . . . . . $ 7 . 68 ** Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . . $ 9.21 ** Motor Grader. . . . . . . . . . . . . . . . $ 8 .72 ** ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17 .75) or 13658 ($13.30) . Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017 . If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons Supplementary Conditions(Addenda 2) 00 73 00-7 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https: //www.dol.gov/agencies/whd/government-contracts . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type (s) of construction and geographic area covered by the wage determination. The classifications are listed in alphabetical order under rate identifiers indicating whether the particular rate is a union rate (current union negotiated rate) , a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with characters other than ITI'SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2024 . PLUM is an identifier of the union whose collectively bargained rate 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. The date, 07/O1/2024 in the example, is the effective date of the most current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 1000 of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024 . UAVG indicates that the rate is a weighted union average rate. OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. Supplementary Conditions(Addenda 2) 00 73 00-8 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 A UAVG rate will be updated once a year, usually in January, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non-union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SUFL2022-007 6/27/2024. SU indicates the rate is a single non-union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the 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. The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU? wage rates typically remain in effect until a new survey is conducted. However, the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1. 6 (c) (1) . State Adopted Rate Identifiers The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 C.F.R 1 . 3 (g) - (h) . Example: SAME2023-007 O1/03/2024 . SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter? This can be. a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification Supplementary Conditions(Addenda 2) 00 73 00-9 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol.gov or by mail 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 an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail 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 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. ---------------------------------------------------------------- END OF GENERAL DECISION" Supplementary Conditions(Addenda 2) 00 73 00- 10 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 "General Decision Number: TX20250288 01/03/2025 Superseded General Decision Number: TX20240288 State: Texas Construction Type: Building Counties: Aransas, Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (1) . 11f the contract is entered 1 Executive Order 14026 1 linto on or after January 30, 1 generally applies to the 1 12022, or the contract is 1 contract. 1 lrenewed or extended (e.g. , an 1 The contractor must pay 1 loption is exercised) on or 1 all covered workers at 1 lafter January 30, 2022 : 1 least $17.75 per hour (or 1 1 1 the applicable wage rate 1 1 1 listed on this wage 1 1 1 determination, if it is 1 1 1 higher) for all hours 1 1 1 spent performing on the 1 1 1 contract in 2025 . 1 11f the contract was awarded onl . Executive Order 13658 1 for between January 1, 2015 andl generally applies to the 1 1January 29, 2022, and the 1 contract. 1 lcontract is not renewed or 1 The contractor must pay alll lextended on or after January 1 covered workers at least 1 130, 2022: 1 $13.30 per hour (or the 1 1 1 applicable wage rate listedl 1 1 on this wage determination, l 1 1 if it is higher) for all 1 1 1 hours spent performing on 1 1 1 that contract in 2025. 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this Supplementary Conditions(Addenda 2) 00 73 00- 11 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 BOIL0074-003 07/01/2023 Rates Fringes BOILERMAKER. . . . . . . . . . . . . . . . . . . . . . $ 37 .00 24 . 64 ---------------------------------------------------------------- ELECO278-002 08/25/2024 Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 30 .80 8. 97 ---------------------------------------------------------------- ENGI0178-005 06/01/2020 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane. . . . . . . . . . . . . $ 32 .85 13 .10 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above. . . . . $ 28 .75 10. 60 (3) Hydraulic cranes 59 Tons and under. . . . . . . . . . . . . . $ 32 .35 13 . 10 ---------------------------------------------------------------- IRON0084-011 06/01/2024 Rates Fringes IRONWORKER, ORNAMENTAL. . . . . . . . . . . $ 28 .26 8.13 ---------------------------------------------------------------- SUTX2014-068 07/21/2014 Rates Fringes BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . . $ 20 .04 0.00 CARPENTER. . . . . . . . . . . . . . . . . . . . . . . . $ 15.21 ** 0.00 CEMENT MASON/CONCRETE FINISHER. . . $ 15.33 ** 0. 00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical Supplementary Conditions(Addenda 2) 00 73 00- 12 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 System Insulation) . . . . . . . . . . . . . . . $ 19.77 7 .13 IRONWORKER, REINFORCING. . . . . . . . . . $ 12 .27 ** 0.00 IRONWORKER, STRUCTURAL. . . . . . . . . . . $ 22 .16 5.26 LABORER: Common or General. . . . . . $ 9. 68 ** 0.00 LABORER: Mason Tender - Brick. . . $ 11 .36 ** 0. 00 LABORER: Mason Tender - Cement/Concrete. . . . . . . . . . . . . . . . . . $ 10 .58 ** 0. 00 LABORER: Pipelayer. . . . . . . . . . . . . . $ 12 .49 ** 2 . 13 LABORER: Roof Tearoff. . . . . . . . . . . $ 11 .28 ** 0.00 OPERATOR: Backhce/Excavator/Trackhoe. . . . . . . $ 14 .25 ** 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader. . . . . . . . . . . . . . . . $ 13. 93 ** 0.00 OPERATOR: Bulldozer. . . . . . . . . . . . . $ 18 .29 1 .31 OPERATOR: Drill. . . . . . . . . . . . . . . . . $ 16.22 ** 0.34 OPERATOR: Forklift. . . . . . . . . . . . . . $ 14 .83 ** 0.00 OPERATOR: Grader/Blade. . . . . . . . . . $ 13.37 ** 0. 00 OPERATOR: Loader. . . . . . . . . . . . . . . . $ 13.55 ** 0. 94 OPERATOR: Mechanic. . . . . . . . . . . . . . $ 17 .52 ** 3 .33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) . . . . . . . . . $ 16.03 ** 0.00 OPERATOR: Roller. . . . . . . . . . . . . . . . $ 12 .70 ** 0.00 PAINTER (Brush, Roller, and Spray) . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 14 .45 ** 0.00 PIPEFITTER. . . . . . . . . . . . . . . . . . . . . . . $ 25.80 8.55 PLUMBER. . . . . . . . . . . . . . . . . . . . . . . . . . $ 25. 64 8.16 ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . . $ 13.75 ** 0.00 SHEET METAL WORKER (HVAC Duct Installation Only) . . . . . . . . . . . . . . . $ 22 .73 7 .52 SHEET METAL WORKER, Excludes HVAC Duct Installation. . . . . . . . . . . $ 21 .13 6.53 Supplementary Conditions(Addenda 2) 00 73 00- 13 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 TILE FINISHER. . . . . . . . . . . . . . . . . . . . $ 11 .22 ** 0.00 TILE SETTER. . . . . . . . . . . . . . . . . . . . . . $ 14 .74 ** 0.00 TRUCK DRIVER: Dump Truck. . . . . . . . $ 12 .39 ** 1 .18 TRUCK DRIVER: Flatbed Truck. . . . . $ 19. 65 8 .57 TRUCK DRIVER: Semi-Trailer Truck. . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 12 .50 ** 0. 00 TRUCK DRIVER: Water Truck. . . . . . . $ 12 .00 ** 4 . 11 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17 .75) or 13658 ($13.30) . Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017 . If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https: //www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii) ) . Supplementary Conditions(Addenda 2) 00 73 00- 14 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 ---------------------------------------------------------------- The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type (s) of construction and geographic area covered by the wage determination. The classifications are listed in alphabetical order under rate identifiers indicating whether the particular rate is a union rate (current union negotiated rate) , a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with characters other than ""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2024 . PLUM is an identifier of the union whose collectively bargained rate 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. The date, 07/O1/2024 in the example, is the effective date of the most current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 1000 of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024 . UAVG indicates that the rate is a weighted union average rate. OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in January, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non-union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted Supplementary Conditions(Addenda 2) 00 73 00- 15 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SUFL2022-007 6/27/2024. SU indicates the rate is a single non-union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the 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. The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU? wage rates typically remain in effect until a new survey is conducted. However, the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1 . 6 (c) (1) . State Adopted Rate Identifiers The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 C.F.R 1 .3 (g) - (h) . Example: SAME2023-007 O1/03/2024 . SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter? This can be. a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Supplementary Conditions(Addenda 2) 00 73 00- 16 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol.gov or by mail 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 an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Requests for review and reconsideration can be submitted via email to dba.reccnsideration@dol.gov or by mail 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 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. ---------------------------------------------------------------- END OF GENERAL DECISION" Supplementary Conditions(Addenda 2) 00 73 00- 17 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Lockwood,Andrews& Newnam, Inc. 361-792-7225 Benjamin McCray, P.E. 713-821-0287 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 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 IT Department(City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centu ryl-i n k 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 Supplementary Conditions(Addenda 2) 00 73 00- 18 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items, when included in the scope of a Delivery Order: Specification Section Shop Drawing Description 02519 Assessment and Rehabilitation of Large Diameter Water Lines 15640 Joint Bonding and Electrical Isolation Corrosion Control Test Stations (Including as-built layout 15641 drawings for proposed test station locations based on Contractor's field investigation) 16640 Cathodic Protection for Pipelines Submit other items when included in the scope of a Delivery Other Order (ex., traffic control plans, access manways, tapping sleeves and valves, etc.). SC-2S.12 RESUBMISSION REQUIREMENTS B. Pay for excessive review of Shop Drawings. 1. 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 below: $200.00 per hour(minimum of$400.00 for each re-submittal) ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 02519 Assessment and Rehabilitation of Large Diameter Water Lines 15640 Joint Bonding and Electrical Isolation 15641 Corrosion Control Test Stations 16640 Cathodic Protection for Pipelines Submit other items when included in the scope of a Delivery Other Order (ex., traffic control plans, access manways, tapping sleeves and valves, etc.). SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions(Addenda 2) 00 73 00- 19 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2023 011100 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. Work is described in general, non-inclusive terms as: 1. This Project is an Indefinite Delivery, Indefinite Quantity(IDIQ) construction contract to complete cathodic protection improvements and possibly internal remote inspections of existing large diameter water lines at various locations around the City. The work will be issued in individual work orders called "Delivery Orders" that provide specific scope and requirements, in accordance with the plans, specifications, and contract documents. 2. In addition to the requirement of the General Conditions and technical specification related street repair resulting from utility repair or installation or other related activities that require the removal and replacement of street pavement, work under this contract will also conform to the City's updated Street Cut Policy as contained in Corpus Christi Municipal Code Sections 49-46-4, "Duties of persons making excavations or creating obstructions;"49-47-1, "Excavation in new or streets in good condition;" 49-47-2, "Variance/exemptions;" and, 49-47-3,"Exceptions for driveways, irrigation, sprinkler and residential purposes." a. Referenced sections are inspirited into this contract by reference as if copied verbatim and may be accessed and downloaded at: Mini TOC: Chapter 49 - STREETS AND SIDEWALKS I Code of Ordinances I Corpus Christi,TX I Municode Library 3. The City intends to award this contract for an initial one-year(365 calendar day) period, with the option to administratively renew for two (2) additional one-year(365 calendar day) periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders,the recommendation of the City's Design Engineer, Construction Management& Inspection Team, approval by the City's Director of Engineering Services, and the concurrence of the Contractor. The contract allows for a City-approved economic adjustment to apply to a renewal period, based upon published cost-of-construction indices acceptable to the City. Summary of Work 01 1100- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2018 4. The scope of work for each Delivery Order will vary, and may include, but is not limited,to the following. a. Temporary traffic control (TCP), including TCP plans signed and sealed by Contractor's Professional Engineer registered in Texas. Contractor is responsible for obtaining TCP approvals from TxDOT and City. Contractor is responsible for providing, maintaining, adjusting and removing all required TCP signs, barricades, devices,flagmen, etc. b. SWPPP/permit compliance, c. Temporary surface and groundwater control measures, including dewatering systems, d. Trench safety systems for excavation of existing water lines, e. Cathodic protection test stations, including testing and commissioning, f. Installation of external bond clips at existing pipe joints g. Impressed current cathodic protection system, including rectifiers, deep anode well, testing and commissioning, O&M manuals, and training of City staff, h. Contractor will be required to provide field support to assist the City's Engineer in performing various types of tests and inspections of existing water lines. Field support will include all materials, equipment, labor, and services necessary to assist the Engineer and will include, but is not limited to, excavation, installation of cadweld wires to pipe, restoration of pipe coatings, backfill/restoration, pumping water from manholes, providing confined space entry support, temporary traffic control, etc., i. Installation of access manways or tapping sleeves and valves, and associated appurtenances, necessary for internal remote inspection of existing water lines, j. Perform internal remote inspections of existing water lines by specialty inspection subcontractors, provide support to these specialty inspection subcontractors and provide inspection reports, data,videos, etc. k. Site restoration which may include, but is not limited to, HMAC and concrete pavement removal and restoration, concrete sidewalk and driveway removal and restoration, ditch and site regrading, hydromulch and SOD site restoration, etc. 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. Summary of Work 01 1100-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2018 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. D. In addition to the requirement of the General Conditions and technical specification related street repair resulting from utility repair or installation or other related activities that require the removal and replacement of street pavement, work under this contract will also conform to the City's updated Street Cut Policy as contained in Corpus Christi Municipal Code Sections 49-46-4, "Duties of persons making excavations or creating obstructions;" 49-47-1, "Excavation in new or streets in good condition;" 49-47-2, "Variance/ exemptions;" and,49-47-3,"Exceptions for driveways, irrigation, sprinkler and residential purposes." 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 01 1100-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2018 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 01 1100-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2018 THIS PAGE INTENTIONALLY BLANK Summary of Work 01 1100-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2018 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. The Bid Items described as"Allowances" have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES—NOT APPLICABLE 1.04 DESCRIPTION OF ALLOWANCES A. Item A2: Bonds and Insurance 1. This sum is to be used for the purchase of bonds and insurance required for the entire Project. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of insurance Alternates and Allowances 01 23 10- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 as required by the Contract Documents, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. Reimbursement also excludes any bonds and insurance the Contractor may require its subcontractors and/or suppliers to maintain for this project. B. Item 134: Allowance for Preparation and Implementation of Traffic Control Plan 1. The sum of$300,000.00 to be used for the Contractors preparation and implementation of traffic control plans as required for the various Dos issued under contract. 2. Measurement for payment shall be on a lump sum basis based on a 5% markup of the contractor's actual costs.The allowance may not be utilized/paid in conjunction with a TCP that is included in the drawings/plans. a. Contractor is required to provide documentation and invoices of their actual costs to receive payment. 3. Payment shall include but not be limited to: a. TCP prepared by Texas license professional engineer,furnishing, installing, moving, replacing, and maintaining all temporary traffic controls. b. Temporary traffic controls including but not limited to barricades signs. PCMS boards,flashing arrow boards, barriers, cones, lights, signals, temporary striping and markers, flagmen, and such temporary devices. C. Relocation of existing signs and devices. d. All materials, labor, equipment, and incidentals necessary to provide and safe condition and complete the work. 4. TCP allowance cannot be used for TCP on residential streets.Any and all TCP on residential streets is subsidiary to the work. 5. A change order will be required at the completion of the project to correct the amount for the allowance to the actual amount utilized.The Contractor shall provide a summary of all the costs used for this allowance under various Dos throughout the project. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 01 23 10-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 PAGE INTENTIONALLY BLANK Alternates and Allowances 01 23 10-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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 A1—Mobilization (5% Max) 1. Include the following costs in this Bid item: a. Transportation and setup for equipment. b. Transportation and/or erection of all field offices, sheds, and storage facilities. c. Salaries for preparation of documents required before the first Application for Payment. d. Salaries for field personnel assigned to the Project related to the mobilization of the Project. 2. Unless indicated otherwise in the Bid Form, Mobilization shall be measured by the lump sum. Payment shall be made per Delivery Order on the following basis: Mobilization Payment = (Mobilization Lump Sum)(DO Cost/Contract Amount) Measurement and Basis for Payment(Conformed for Construction) 01 29 01- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 3. Payment for each Delivery Order will be made per the mobilization lump sum amount established for each Delivery Order on the following basis: When at least 5% of the Delivery Order amount for construction is earned, 75% of the Delivery Order mobilization lump sum amount will be eligible for payment, minus retainage. Upon substantial completion of the Delivery Order, the remaining 25% of the Delivery Order mobilization lump sum amount will be eligible for payment, minus retainage. B. Bid Item A2—Bonds and Insurance (Maximum Allowance of 2%) 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate(s) paid for all bonds and insurance.Contractor will be reimbursed for the actual costs of unique insurance as required and obtained specifically for this Project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations.Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. C. Bid Item A3—Storm Water Pollution Prevention—Small Construction Site (< 1 acre) 1. Per each basis. 2. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees and best management practices related to the SWPPP will be included in this item. 3. Measurement for payment will be made per each test station on the following basis: The initial payment for each test station will include 50% of the unit price bid item amount minus retainage. The balance for each test station will be paid upon completion of the test station and removal of all SWPPP devices has occurred, minus retainage. D. Bid Item 131—Silt Fence: 1. Per each basis. 2. Measurement for payment will be made per each excavation location for each test station, each TS&V, etc. Excavation limits shall be minimum necessary to complete the proposed work. 3. Measurement and payment will be on the following basis: The initial payment for each excavation location will include 50% of the unit price bid item amount minus retainage once the silt fencing is installed. The balance for each location will be paid upon backfill of the excavation and removal of all silt fencing has occurred, minus retainage. 4. This item includes silt fence only. All other required best management practices (ex., curb inlet protection, rock filter dams, etc.) are included in the Storm Water Pollution Prevention lump sum pay item. E. Bid Item B2 -Trench Safety System 1. Per each basis. Measurement and Basis for Payment(Conformed for Construction) 01 29 01-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 2. Payment shall be full compensation for all work,equipment, materials, personnel,and incidentals as required to provide for worker safety in trenches and excavations F. Bid Item B3—Exploratory Excavation (Up to 10 Feet Deep) 1. Per each basis. 2. This item shall be measured for payment per each location.This includes, but is not limited to, all materials, labor, and equipment to excavate a 10-foot by 10-foot excavation 10-feet deep. Excavation to be kept stable and entry provided to sub- contractor, or staff performing work required at location. G. Bid Item B4—Preparation and Implementation of Traffic Control Plans 1. This item shall be measured for payment on an allowance basis in accordance with Section 0123 10 Alternates and Allowances H. Bid Item B5 -Site Restoration - Hydromulch/Seeding, Sodding 1. Per each basis. 2. Payment shall be full compensation for all labor, materials,tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil,topsoiling,fertilizing, planting, mulching, watering and maintaining vegetation. 3. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water I. Bid Item B6—Sawcut HMAC Pavement, Full Depth Bid Item B7—Remove Existing HMAC Pavement, Up To 9"Thickness Bid Item B8—Street Excavation, Up To 12" Of Base and Subgrade Bid Item B9—2.5"Type D Hot-Mix Asphaltic Concrete Pavement(HMAC), Including Tack Coat Bid Item B10—5"Type B Hot-Mix Asphaltic Concrete Pavement (HMAC) Bid Item B11—Prime Coat MC-30 or MC-70 at 0.15 Gal/Sy Measurement and Basis for Payment(Conformed for Construction) 01 29 01-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 Bid Item B12—10" Limestone Flexible Base,Type A Gr 1 or 2 Bid Item B13—12" Compacted Subgrade Bid Item B14—Reflective Pavement Marking Type 1, 4" White Broken (090 Mil) Bid Item B15—Reflective Pavement Marking Type 1, 4" White Solid (090 Mil) Bid Item B16—Sawcut Concrete Pavement, Full Depth Bid Item B17—Remove Concrete Driveway and Pavement Bid Item B18—Remove Existing Curb and Gutter Bid Item B19—Remove Concrete Sidewalks and Curb Ramps Bid Item B20—8" Cement Treated Subgrade Bid Item B21—Concrete Curb and Gutter 6" Bid Item B22—Concrete Pavement and Driveway Replacement Bid Item B23—Concrete Sidewalk 1. Measurement is per the unit of measure basis indicated on the Bid Form. 2. Payment shall include but is not limited to all labor, equipment, materials,tools, consumables, fees, permits, incidentals, and markups, etc. necessary to complete the work. J. Bid Item B24—Cathodic Protection - Potential Test Station: 1. Per each basis 2. This item shall be measured for payment on a per each basis. This includes, but is not limited to, all materials, labor, equipment, services, training support, fees, permits, incidentals, and markups required to install the test station. 3. Does not include excavation, excavation to be paid separately. 4. Payment includes any additional costs that may be necessary to shift the test station and route the test station wires over, under and around existing utilities and existing structures. 5. Note,subsequent Delivery Orders may convert a Potential Test Station to an Anode Test Station by adding anodes. The cost for adding anodes will be paid separately. K. Bid Item B25—Cathodic Protection - Flange Isolation Test Station: 1. Per each basis 2. This item shall be measured for payment on a per each basis. This includes, but is not limited to, all materials, labor, equipment, services, training support, fees, permits, incidentals, and markups required to install the test station. 3. Does not include excavation, excavation to be paid separately. Measurement and Basis for Payment(Conformed for Construction) 01 29 01-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 4. Payment includes any additional costs that may be necessary to shift the test station and route the test station wires over, under and around existing utilities and existing structures. 5. Payment includes all costs to install test station wires on each side of the existing valve (inside or outside of an existing manhole/vault), including costs to secure wires inside manholes/vaults and costs for pipe penetrations through the manhole/vault. L. Bid Item B26—Cathodic Protection - Foreign Line Test Station: 1. Per each basis 2. This item shall be measured for payment on a per each basis. This includes, but is not limited to, all materials, labor, equipment, services, training support, fees, permits, incidentals, and markups required to install the test station. 3. Does not include excavation, excavation to be paid separately. 4. Payment includes any additional costs that may be necessary to shift the test station and route the test station wires over, under and around existing utilities and existing structures. M. Bid Item B27—Cathodic Protection - Rehab Test Station: 1. Per each basis 2. This item shall be measured for payment on a per each basis. This includes, but is not limited to, all materials, labor, equipment, services, training support, fees, permits, incidentals, and markups required to install the test station. 3. Does not include excavation, excavation to be paid separately. 4. Payment includes any additional costs that may be necessary to shift the test station and route the test station wires over, under and around existing utilities and existing structures. 5. Rehab of Test Stations is restoring an existing test station from existing conditions to match the corresponding type of typical test station detail provided in the drawings. Type and location of test stations for rehabilitation will be included in delivery orders issued. This pay item excludes excavation to expose the pipe or restoring connections of wires to the pipe which will be paid separately. N. Bid Item B28—Tapping Sleave&Valve with Manhole 1. Per each basis 2. Measurement and payment shall include but is not limited to all materials, labor, equipment, services, fees and incidentals required to install a tapping sleave and valve with manhole. 3. Does not include excavation, excavation to be paid separately. O. Bid Item B29—Tapping Sleeve&Valve with Valve Box 1. Per each basis Measurement and Basis for Payment(Conformed for Construction) 01 29 01-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 2. Measurement and payment shall include but is not limited to all materials, labor, equipment, services, fees and incidentals required to install a tapping sleave and valve with valve box. 3. Item assumes a 6-inch diameter or less outlet will be installed, on any size or pipe material. 4. Does not include excavation, excavation to be paid separately. P. Bid Item B30—External Pipe Bond Clips—Embedded Cylinder Pipe Bid Item B31—External Pipe Bond Clips—Bar Wrapped Cylinder Pipe Bid Item B32—External Pipe Bond Clips—O-Ring Steel Pipe Bid Item B33—External Pipe Bond Clips—Mortar Coated Steel Pipe 1. Per each basis 2. This item shall be measured for payment on a per each joint bonded basis.This shall include buy not limited to all materials, labor, equipment, and services required to install joint bonding on various pipe materials including but not limited to embedded cylinder pipe, bar wrapped cylinder pipe, O-ring steel pipe, and mortar coated steel pipe. 3. Does not include excavation, excavation to be paid separately. Q. Bid Item B34—Anodes—60 LB Magnesium 1. Per each basis 2. This item shall be measured for payment on a per each basis.This shall include but not limited to all materials, labor, equipment, and services required to procure and install and connect anode to test station. Payment includes magnesium anodes of various weights and sizes, anode header cable, and shunts within test station if anodes are being added to an existing test station. 3. Excavation for anode installation considered part of this pay item. R. Bid Item B35—Anodes—60 LB Zinc 1. Per each basis 2. This item shall be measured for payment on a per each basis.This shall include but not limited to all materials, labor, equipment, and services required to procure and install and connect anode to test station. Payment includes zinc anodes of various weights and sizes, anode header cable, and shunts within test station if anodes are being added to an existing test station. 3. Excavation for anode installation considered part of this pay item. S. Bid Item B36—Cathodic Protection-Testing and Commissioning of Entire System 1. Per each basis 2. This item shall be measured for payment on a per each basis. This shall include but not limited to all materials, labor, equipment, services, fees and incidentals required to implement testing and commissioning of the entire system, including preparing and Measurement and Basis for Payment(Conformed for Construction) 01 29 01-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 furnishing operation and maintenance (O&M) manuals and supporting training efforts on proposed test stations. T. Bid Item B37 -Type 1—External Leak Inspection 1. Per each basis 2. This item shall be measured on a per each basis.This includes materials, labor, and services required to perform inspection. U. Bid Item B38 -Type 2—Internal Free Swimming Leak Detection 1. Linear feet basis 2. This item shall be measured on a per linear feet basis.This includes This includes materials, labor, equipment, and services required to perform inspection. 3. A minimum of 5280 LF fee will be required for any inspection less than one mile. V. Bid Item B39 -Type 2—Leak Detection Letter Report, Locating, and Marking in Field 1. Per each basis 2. This item shall be measured on a per each basis.This includes letter report featuring leak detection results with data gathered,field locating, and markings of leaks and anomalies detected. W. Bid Item B40-Type 3—Internal Tethered Inspection 1. Linear feet basis 2. This item shall be measured on a per linear feet basis.This includes materials, labor, equipment, and services required to perform inspection. X. Bid Item B41 -Type 3—Leak Detection Letter Report, Locating, and Marking in Field 1. Per each basis 2. This item shall be measured on a per each basis.This includes letter report featuring leak detection results with data gathered,field locating, and markings of leaks and anomalies detected. Y. Bid Item B42 -Temporary Lockout Tagout 1. Per each basis 2. This item shall be measured for payment on a per each basis.This includes, but is not limited to, all material, labor, equipment, and services required to perform lockout tagout. Z. Bid Item B43—Contractor Access Assistance for City Condition Assessment 1. Per day basis. 2. This item shall be measured for payment on a per day basis and shall include but is not limited to all materials, labor, and equipment required to access and assist the existing conditions. 3. This item includes the Contractor providing safe access and assistance to the City and the City's representatives to perform tests and inspections of the existing conditions. Measurement and Basis for Payment(Conformed for Construction) 01 29 01-7 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 4. Does not include excavation, excavation to be paid separately. AA. Bid Item B44—Rectifier 1. Per each basis 2. This item shall be measured for payment on a per each basis.This shall include but not limited to all materials, labor, equipment, and services required to remove and replace rectifier. BB. Bid Item B45—Rectifier and Deep Anode Well 1. Per each basis 2. This item shall be measured for payment on a per each basis.This shall include but not limited to all materials, labor, equipment, and services required to install ground bed with 10 anodes. 3. Excavation for anode installation considered part of this pay item. CC. Bid Item B46—Small Misc. Rectifier Repair 1. Per each basis 2. Small miscellaneous repairs shall be measured in repair costs less than or equal to $2,500. Prior to performing work, estimate of breakdown to be submit for approval. 3. This item shall be measured per each occurrence.This shall include, but not limited to, all materials, labor, equipment, services, fees and incidentals required for access to part within existing rectifier and replacement of components. 4. Testing prior to and after repairs to be submit for each repair. DD. Bid Item B47—Large Misc. Rectifier Repair 1. Per each basis 2. Large miscellaneous repairs shall be measured in repair costs greater than $2,500 and less than or equal to $5,000. Prior to performing work, estimate of breakdown to be submit for approval. 3. This item shall be measured per each occurrence.This shall include, but not limited to, all materials, labor, equipment, services, fees and incidentals required for access to part within existing rectifier and replacement of components. 4. Testing prior to and after repairs to be submit for each repair. EE. Bid Item B48 — Cathodic Protection-Testing and Commissioning of Entire System: Rectifier System 1. Per each basis 2. This item shall be measured for payment on a per each basis. This shall include but not limited to all materials, labor, equipment, services, fees and incidentals required to implement testing and commissioning of the entire system, including preparing and furnishing operation and maintenance (O&M) manuals and supporting training efforts on proposed solar power and rectifier systems. FF. Bid Item B49 -AC Power Installation Measurement and Basis for Payment(Conformed for Construction) 01 29 01-8 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 1. Per each basis 2. This item shall be measured for payment on a per each basis.This shall include but not limited to all materials, labor, equipment, and services required to install AC power. GG. Bid Item B50—Alternate Power for Rectifier 1. Per each basis 2. Work to include all materials, labor, equipment, and services required to install an alternative power source for rectifier. Contractor to assume alternative source will require battery bank and transfer from alternative source to rectifier as shown in drawings, C513—CP Details Sheet 8 of 10. 3. Contractor to submit signed and sealed drawings for foundation of any support structures required for alternative power source. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment(Conformed for Construction) 01 29 01-9 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 5/2020 0133 01 Submittal Register Specification Paragraph Types of Submittals Required Section Specification Description No. Product Sample or Operations Information Mockup Data 00 73 00 As-built drawings SC-26.03 Record Data na Site utilization plans for internal remote inspections Shop Drawing 01 57 00 Copy of any permits,notices,reports required by Laws 1.03E Record Data and Regulations that may be requried for drilling deep anode well or well points,SWPPP,disposal of unforeseen contaminated groundwater,etc. 022021 Proposed design of groundwater well point dewatering 1.4B Other system,including monitoring,testing and discharge plan 022022 Submit proposed trench safety plan Part 2 Other 022420 Submit data on proposed silt fencing Part 2 Product Data 025802 Submit proposed changes to temporary traffic control Part 3 Shop Drawing plans(signed and sealed by a Texas P.E.) 028020 Submit data on proposed seeding Part 2 Product Data Bond Clips-shop drawings 15641 Cathodic Test Stations-Product Data 1.05 Product Data 16640 Cathodic Protection Rectifier and Solar Powered Systems 1.05 Shop Drawing Shop drawings 16640 Cathodic Protection Rectifier and Solar Powered Systems 1.05 Product Data Product Data 16640 Cathodic Protection Rectifier and Solar Powered Systems 1.05 O&M Operations&Maintenance Manuals 16640 Cathodic Protection Rectifier and Solar Powered Systems 1.05 Other Spare Parts and Special Tools 16640 Cathodic Protection Rectifier and Solar Powered Systems 1.05 Other Testing,Startup&Commissioning Reports 16640 Cathodic Protection Rectifier and Solar Powered Systems 1.05 Other Training Agenda Submittal Register Citywide Large-Size Water Line Cathodic Protection System FY23(IDIQ)Re-Bid 01 33 01-1 Project No.23064 10/2018 0133 01 Submittal Register THIS PAGE INTENTIONALLY BLANK Submittal Register Citywide Large-Size Water Line Cathodic Protection System FY23(IDIQ)Re-Bid 01 33 01-2 Project No.23064 10/2018 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 01 50 00- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 8/2019 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—.FIELD OFFICE NOT REQUIRED 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. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. 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. Temporary Facilities and Controls 01 50 00-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 8/2019 2.OS 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. 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—NOT APPLICABLE 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. Temporary Facilities and Controls 01 50 00-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 8/2019 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. 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 01 50 00-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 8/2019 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 as applicable to the nature and size of the Project. 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 Article 25 of SECTION 00 72 00 GENERAL CONDITIONS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 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. Temporary Controls 01 57 00- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 8/2019 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. 1.05 PERMITS A. As applicable, 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 as applicable to the nature of the work and the total disturbed area: 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 Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 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 Temporary Controls 01 57 00-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 8/2019 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 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 Temporary Controls 01 57 00-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 8/2019 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 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 OZONE ADVISORY DAYS—NOT APPLICABLE A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 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. 1.11 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. Temporary Controls 01 57 00-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 8/2019 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 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 wastewater system. If discharging to temporary holding tanks and trucking to a wastewater 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 wastewater system the Contractor shall contact 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. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be US Ecology(USET)in Robstown,Texas or Texas Molecular in Corpus Christi,Texas. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 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 Temporary Controls 01 57 00-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 8/2019 disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION—NOT APPLICABLE 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 the current version of the International Building Code (IBC). When applicable, [Contractor] [Owner] 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. 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 01 57 00-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 8/2019 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water,the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe,6 inches minimum,for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. Excavation and Backfill for Utilities 022020-1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Project No. 23064 Rev 3/2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until thetrench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well-points, as conditions warrant. Removal of well- points shall be at rate of 1/3 per 24 hours (every third well-point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactoryto the Engineer. (6) Protection of Utilities.The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his workwith a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments orconflicts. ( ) Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. Excavation and Backfill for Utilities 022020-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Project No. 23064 Rev 3/2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement-stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95%Standard Proctordensity. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one(1)foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement),wetted if required to obtain proper compaction,and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95%Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hoursshall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95%Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe)to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". Excavation and Backfill for Utilities 022020-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Project No. 23064 Rev 3/2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement-stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95%Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density(ASTM D698)following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement-stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. Excavation and Backfill for Utilities 022020-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Project No. 23064 Rev 3/2015 022021 CONTROL OF GROUND WATER 1. GENERAL 1.01 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground waterconditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.02 REFERENCES A. ASTM D 698-Test Methods for Moisture-Density Relations of Soils andSoil-Aggregate Mixtures, Using 5.5-lb (2.49 kg) Rammer and 12-inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.03 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water-bearingsoil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods.The intent of dewatering isto increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. Control of Ground Water 022021-1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Workfrom any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters,for observingand recording flow rates. 1.04 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and toprovide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 -Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation,face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of thefoundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single-stage or multiple-stage well point systems, eductor and ejector-type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric,together with sump pumping. E. Provide ditches, berms, pumps and other methods necessary to divert and drain surfacewater away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. Control of Ground Water 022021-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation,adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.05 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality(TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities,file Notice of Intent (NOI)for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No.TXR150000, administered by the Texas Commission on Environmental Quality(TCEQ).The general permit falls under the provisions of Section 402of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction,file Notice of Termination (NOT)for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit withthe TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation,water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy,take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinityof potentially contaminated sites. Control of Ground Water 022021-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article3 below. 2. PRODUCTS 2.01 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desiredresults for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated byan experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation,where required. 3. EXECUTION 3.01 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground watercontrol systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment,techniques and methods to lower, control and handleground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays.Arrange for appropriate backup if electrical power is primary energy source for dewateringsystem. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation orinstalled Control of Ground Water 022021-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is nolonger required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement- bentonite grout or cement-sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at SO-foot intervals and fill pipe with cement-bentonite grout or cement-sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surfaceor ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordancewith ASTM D 698. 3.02 REQUIREMENTS FOR EDUCTOR,WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12-inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavationsin water bearing materials are pre-drained prior to excavation. Provide separate piezometersfor Control of Ground Water 022021-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginningthe associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre-drained by anexisting system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not providesatisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.03 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.04 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area orseepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers orwells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, onlyas necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground watercontrol operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.05 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system.Also monitor and record water level and ground water recovery.These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. Control of Ground Water 022021-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.06 SAMPLING,TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance,Article XVI,Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality ofthe receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of"Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Qualityaccording to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC§25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water.This requires testing of both the receiving water and a sample of the ground water.All parts of this procedure shall be complete prior to anydischarge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek),the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer,the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. Control of Ground Water 022021-7 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids(TDS) and Total Suspended Solids(TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Ground Receiving Water Water Monitoring Monitoring Maximum Parameter Limitation Frequency Frequency Total Dissolved Once Prior to Solids (TDS) Initial +Weekly Discharge < Receiving Water Total Suspended Once Prior to Solids (TSS) Initial +Weekly Discharge < Receiving Water Total Petroleum Hydrocarbons Initial +Weekly 15 mg/L Total Lead Initial +Weekly 0.1 mg/L Benzene Initial +Weekly 0.005 mg/L Total BTEX Initial +Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator(City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system.The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system,the responsible party Control of Ground Water 022021-8 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes/ No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant,the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system.Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.07 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains,when Control of Ground Water 022021-9 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the 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 forsheet flow prior to entering a storm water drainage ditch or storm water inlet.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 manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering thestorm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT A. Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. Control of Ground Water 022021-10 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utilitywork. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C.Trench Safety. Trench Safety for Excavations 022022- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTOM288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence-This system consists of fence posts,spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence-This system consists of fence posts,spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5- gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation,the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or insidestorage. Slit Fence 022420-1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification.The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls.This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style C. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. Slit Fence 022420-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTUCTION 1.00 GENERAL 1.01 SECTION INCLUDES A. This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing,and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs,and such temporary devices as necessary to safely complete the project. 2.00 PRODUCTS 2.01 EQUIPMENT AND MATERIALS A. Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3.00 EXECUTION 3.01 TRAFFIC CONTROLS A. Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. B. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. C. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. D. All signs, barricades, and pavement markings shall conform to the BC standard sheets,TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". E. The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. F. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. Temporary Traffic Control During Construction 025802- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev. 10/2014 G. A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. H. The name and off-hours phone number of the competent person shall be provided in writing at the Pre-Construction Conference. I. The competent person shall be on site, during working hours and on call at all times in the event of off-hour emergency. J. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted.The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." Example Blue Sign VANDARIN GARD [ N } 2' :o u+' 4.00 MEASUREMENT AND PAYMENT A. Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non-removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible-reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during Temporary Traffic Control During Construction 025802-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev. 10/2014 B. construction of all phases and elements of the project and to complete the work. C. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate,upon completion of the project. Temporary Traffic Control During Construction 025802-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev. 10/2014 026402 WATERLINES 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be granular material of low plasticity as indicated on the drawings. Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines:See City Standard Specification Section 026411. Fire Hydrants: See City Standard Specification Section026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. Waterlines 026402- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished bythe Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits,ducts,pipes,connections to sewers or drains,the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. One (1) 20-ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206, wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches(2 feet usual)vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings, the proposed PVC waterline may be encased in a 20-ft.joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe.The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. b) Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street gradeor the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. Waterlines 026402-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, "Excavation and Backfill for Utilities" and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile iron pipe,valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such mannerthat all surfaces of pipe,valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6-foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline, unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of sand encasement all around the pipe for 16-inch diameter and larger waterlines. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under,around the side,and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe (twelve inches for 16-inch diameter and larger waterlines), unless otherwise indicated on the drawings. (6) LOWERING PIPE AND ACCESSORIES IN THETRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance Waterlines 026402-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 from the bottom of the bell to the bottom of the bell hole.The trench shall then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective,damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75%of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed so that connections may be made with existing lines.This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long term use. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. Waterlines 026402-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2%solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint (one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated.The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See City Standard Specification Section 026202, "Hydrostatic Testing of Pressure Systems". (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, "Water Service Lines". 4. MEASUREMENTAND PAYMENT Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor,materials,tools,equipment and incidentals required to complete the work. Waterlines 026402-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what isencountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENTAND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement-stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. Tapping Sleeves and Tapping Valves 026409-1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge(C515)with non-rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve,except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation—layover. 4) Stem seals shall be the O-ring type on valves through 12-inch size.Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left(counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tappingvalvesto be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract,the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2" percent. Gate Valves for Waterlines 026411- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches(12") below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENTAND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement- stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. Gate Valves for Waterlines 026411-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 21 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 22 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed= Pure Live Seed x 10,000 Purity x%Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 - Sideoats Grama (premier) Bouteloua Curtipendula 0.6 - 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon - - 30.0 K-R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides - 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture-A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture- B: Recommended for sandy soil planted between December 1 thru May 1. Mixture-C: Recommended for all soils planted between May 2 thru November 30. Seeding 028020-1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 23 MULCH: Mulch shall be either the straw type or wood cellulose fibertype. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch.The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 24 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder- Equipment for applying a seed-fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer.The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt-coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion- resistant cover. Wood Cellulose Fiber Mulch Spreader- Equipment used for this application of fertilizer, seeds, wood pulp,water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat overthe area to be mulched. Seeding 028020-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments,shall be done as indicated on the drawings and as specified below. Clearing—Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading- Refer to City Standard Specification Section 021040, "Site Grading". Tilling-The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings, topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 32 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 33 SEEDING:The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding-Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy,dulled disk harrow,set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding- Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt-water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2) Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled,the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt-water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be Seeding 028020-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 comparatively smooth. Wood Cellulose Fiber Mulch Seeding- After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100) pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt-water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE:The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 35 GUARANTEE:The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three(3)square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warrantyperiod. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings.Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured forpayment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. Seeding 028020-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: All fertilizer used shall be delivered in bags or containers with clearly marked analysis.A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot.The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the rootsystem. Water: Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding: Prior to planting,the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on IS-inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field.After sod has been planted,the area shall be fertilized andwatered. Sodding 028040- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots.The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2-foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material.After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour.The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. Sodding 028040-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation:C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex-310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer,with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 607. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net.All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. Portland Cement Concrete 030020- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates asSO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26),except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than S percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TOOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TOOT Test Method Tex-411-A.The loss shall not be greater than 12 percent when sodium sulfate is used,or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required,coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. Portland Cement Concrete 030020-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Nominal 2-% 2 1-% 1 3/4 1/2 3/8 Grade No. Size In. In. In. In. In. In. In. No. 4 No. 8 1 2 in. 0 0 to 15 60 to 95 to 20 to 80 100 50 2 (467)* 1-% in. 0 0 30 to 70 95 to to 65 to 100 5 90 4 (57)* 1 in. 0 0 40 90 to 95 to t to 100 100 0 75 5 8 3/8 in. 0 0 to 35 to 90 to 5 80 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed.The Loss by Decantation (TxDOT Test Method Tex-406-A) plus the allowable weight of clay lumps,shall not exceed one percent, or the value shown on the plans,whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali,vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex-408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex-317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic,the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex-612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. Portland Cement Concrete 030020-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3 8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand,the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85,the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans,whichever is greater. For concrete Classes'A' and 'C',the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar(Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required.When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water- reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity,will reduce the quantity of mixing water required to produce concrete of a Portland Cement Concrete 030020-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 given consistency. (a) Retarding and Water-Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water-reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference"Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air-Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference"Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well-ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture.Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level.The bottom layer of aggregate shall not be disturbed or used without recleaning. Portland Cement Concrete 030020-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 When conditions require the use of two or more sizes of aggregates,they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used,the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that Portland Cement Concrete 030020-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85.The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water-reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water-reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water-reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain S percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection.When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water- reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided.Slump requirements will be as specified in Table3. Portland Cement Concrete 030020-7 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump Structural Concrete: (1) Thin-Walled Sections (9" or less) 4 inches 5 inches (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. 3 inches 4 inches Underwater or Seal Concrete 5 inches 6 inches Riprap, Curb, Gutter and Other Miscellaneous Concrete 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown.8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or Tex-420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets,culverts,wingwalls,etc.,the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 707 and 907. When control of concrete quality is by twenty-eight-day compressive tests,job control will be by seven- day compressive tests which are shown to provide the required twenty-eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the Portland Cement Concrete 030020-8 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (f'c) Strength Water-Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7-Day(psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air(slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only(except cased drilled shafts). ***When Type II Cement is used with Class C Concrete,the 7-day beam break requirement will be 550 psi; with Class A Concrete,the minimum 7-day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete-General",shall not be used. Retamping of concrete will not be permitted. In threatening weather,which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures,the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform Portland Cement Concrete 030020-9 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America.The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge,the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non-agitating equipment. 11. READY-MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not Portland Cement Concrete 030020- 10 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 be placed in the structure or pavement. Ready-Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central-Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit-Mix Concrete),subject to the following provisions: (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than SO nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non-agitating trucks with special bodies. This method of transporting will be permitted for concrete pavementonly. B. Equipment. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck-type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used.Worn blades shall be repaired or replaced with new in Portland Cement Concrete 030020- 11 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as astationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm)will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified.The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready-mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date.Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof.This mixing time shall start when all cement, aggregates and initial water have entered the drum. Portland Cement Concrete 030020- 12 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only,the loading shall not exceed 80 percent of the drum volume. When Ready-Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed.The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING,CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing,shall be in accordance with City Standard Specification Section 038000"Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in theBid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor,tools, equipment and incidentals necessary to complete thework. Portland Cement Concrete 030020- 13 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75,will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold-drawn from rods that have been hot-rolled from billets and shall comply with ASTM Designation:A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made,the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. Reinforcing Steel 032020- 1 Citywide Large-Size Water Line Cathodic Protection FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Number Diameter, Nominal Area, Sq.. Linear Foot, In. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No.4 shall be designated by diameter in inches. When wire is ordered by gauge numbers,the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 Reinforcing Steel 032020-2 Citywide Large-Size Water Line Cathodic Protection FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans,the inside diameter of bar bends, in terms of the nominal bar diameter(d),shall be as follows: Bends of 90 degrees and greater in stirrups,ties and other secondary bars that enclose another bar in the bend: Grade 60 #3,#4,#5 4d #6,#7,#8 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 #3 thru#8 6d -- #9,#10 8d -- #11 8d 8d #14, #18 10d -- Reinforcing Steel 032020-3 Citywide Large-Size Water Line Cathodic Protection FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plon Diemen. a 3/4" j7/8" Bar or Smaller--r"+1an. Dimon. s 1/27 1** Bow or Larger --P+an. D+men. ! 1� 1-1= over 6"---pomgm.-*- Zero or -1/2 14 = 6 and less-Dimen. • Zero or -#/4" CL ,--N Ii 7/8- Bar or Smaiier.--Pion Dimon. s 1/27 t- 1 Bar or Larger—Plon Dimon. _ 1 piroi or circulor Tie Tie or StirTYp Plon :0irmnen_&J1 Plan Dieseeeea= 1/2 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress.When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. Reinforcing Steel 032020-4 Citywide Large-Size Water Line Cathodic Protection FY23 (IDIQ) Re-Bid Project No.23064 Rev 10/2014 TABLE 1 Minimum Lap Requirements Lap Uncoated Coated Lapin inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar beingspliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20- diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto.The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction,alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or Reinforcing Steel 032020-5 Citywide Large-Size Water Line Cathodic Protection FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. Reinforcing Steel 032020-6 Citywide Large-Size Water Line Cathodic Protection FY23 (IDIQ) Re-Bid Project No. 23064 Rev 10/2014 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation:A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation:A36. Castings, whether Carbon-Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings,free from burnt-on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast-on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. Frames,Grates, Rings and Covers 055420- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 Painting on gray iron castings will not be required,except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used.The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,frames, grates, rings and covers will not be measured for payment, but shall be considered subsidiary to other bid items. Frames,Grates, Rings and Covers 055420-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Rev 3/2015 02519 ASSESSMENT AND REHABILITATION OF LARGE DIAMETER WATER LINES 1.00 GENERAL 1.01 SECTION INCLUDES A. Rehabilitation and replacement of existing pipe and appurtenances. B. Contractor support for the City or their assigned representatives to perform Condition Assessment of existing large diameter water lines. 1.02 MEASUREMENT AND PAYMENT A. See Section 0129 01—Measurement and Basis for Payment. 1.03 REFERENCES A. ANSI A 21.11/AWWA C111 -Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. B. ANSI/NSF Standard 61- Drinking Water System - Health Components. C. ASTM A 36-Standard Specification for Carbon Structural Steel. D. ASTM A 536 -Standard Specification for Ductile Iron Castings. E. ASTM A 126 -Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. F. ASTM B 21 -Standard Specification for Naval Brass Rod, Bar, and Shapes. G. ASTM B 98 -Standard Specification for Copper-Silicon Alloy Rod, Bar, and Shapes. H. ASTM B 301 -Standard Specification for Free-Cutting Copper Rod and Bar. I. ASTM B 584-Standard Specification for Copper Alloy Sand Casting for General Application. J. ASTM E 165 -Standard Test Method for Liquid Penetrant Examination. K. ASTM E 709 -Standard Guide for Magnetic Particle Examination. L. ASTM F 1674-Standard Test Method for Joint Restraint Products for Use with PVC Pipe. M. AWWA C 206-Standard for Field Welding of Steel Water Pipe. N. AWWA C 207-Standard for Steel Pipe Flanges for Waterworks Service -Sizes 4 Inches through 144 Inches. O. AWWA C 651 -Standard for Disinfecting Water Mains. 1.04 SUBMITTALS A. General: Submittals to conform to the requirements of Section 00 72 00—General Conditions and requirements indicated in this Section and related Sections. 1.05 QUALITY CONTROL A. All materials, fabrication, and installations are subject to inspection and testing by the City or its designated representative. Assessment and Rehabilitation of Large Diameter Water Lines 02519-1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 2.00 PRODUCTS 2.01 Pipe and Other Miscellaneous Materials A. Install pipe materials which City standard specifications and details. B. Conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61 and have certified by an organization accredited by ANSI. C. Type of pipe materials shall match existing pipe, unless specifically identified on Drawings. 3.00 EXECUTION 3.01 Provide lockout/tagout of valves that are to remain closed during work around existing water lines. A. Proposed method of lockout/tagout should be submit for review, discussed in the field, and confirmed prior to executing work. 1. Identify location and type of isolation valves to be closed to permit leak detection support. 2. Submit product data for lockout/tagout devices capable of preventing valves identified by Contractor and/or City from being used. 3. City will handle, at no additional cost to the Contractor, operations involving opening and closing valves. Contractor not permitted to operate existing valves. 4. After valves are closed, install lockout/tagout devices on each isolation valve and remain in place until backfilling operations are complete. B. After completion of work remove lockout/tagout devices. Notify affected personnel lockout or tagout devices have been removed. Include temporary traffic control for installation and removal of devices. 3.02 Confined Space Entry Support A. Contractor shall provide confined space entry support to City and their representatives in manholes, vaults, inside pipe, etc. 1. Provide certified attendants at each surface access point within the limits to be assessed. Attendants shall be able to communicate with assessment crew at all times. 2. Provide confined space safety equipment for City or their representatives(at least 3 people) intended the specific spaces to be entered. Verify calibration and expiration dates on all equipment. 3. Contractor assistance shall include providing OSHA trained supervisor and attendants with two-way radios, air blowers, air monitoring equipment, personal protective equipment, other safety equipment as appropriate, lighting, and use of additional portable pump to maintain water level in pipe due to minor leaks. 3.03 Excavation around existing pipe: A. When excavating around an existing large diameter water line,follow requirements described in Assessment and Rehabilitation of Large Diameter Water Lines 02519-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Specification Section 022020. B. Excavate the shore trench a width of at least 4 feet wider than pipe, and 4 feet longer than the length of pipe to be exposed to permit observations of circumference of pipe. C. Provide field surveyed (horizontal and vertical elevations) "as-builts" existing underground utilities encountered and all new work installed. 3.04 Joint Bonding A. Preparation of Prestressed Concrete Pipe for Bonding: 1. General: a) Fabrication: Use prestressed concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b) Acceptable Methods: Establish electrical continuity as indicated in drawings and specifications. 2. Criteria for Electric Continuity: a) Tensile Wire: Pipe manufacturer to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. Manufacturer to report values obtained and method of measurement. b) Internal Pipe Joint Components: Pipe manufacturer to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity: a) Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type prestressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. 1) Use and install two continuous straps 1800 apart longitudinally along the pipe. These straps must maintain electrical continuity between metallic components. 2) Use steel straps made of mild steel and free of grease, mill scale, or other high resistance deposits. 3) Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. Connect fasteners so as to remain intact during pipe fabrication process. 4. Steel Cylinder Continuity: a) Establish continuity of all joint components and steel cylinder. These components include the following: 1) Anchor socket brackets. 2) Anchor socket. 3) Spigot ring. 4) Bell ring. b) If mechanical contact does not provide a resistance of less than 0.03 ohms between components,tack weld component to provide electrical continuity. B. Preparation of Steel Pipe for Bonding: Bonding wires are not required for welded steel pipe. C. Preparation of Ductile Iron Pipe for Bonding: Install insulated bond wires as shown on contract drawings. Assessment and Rehabilitation of Large Diameter Water Lines 02519-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 D. Electrical Bond Wires: Electrical bond wires are to be a minimum No. 2 AWG, seven strand, copper cable with THHN insulation. Remove one inch of THHN insulation from each end of the bond wire. Provide the minimum number of bond wires as shown on drawings for steel or ductile iron pipe. E. Electrical Bond Clip: Weld three (3)ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8- inch fillet welds to the bell and spigot of adjacent prestressed concrete cylinder pipe or steel pipe with rubber gasketed joints. Manufacture clips to maintain continuity regardless of small deflections of finished joints END OF SECTION Assessment and Rehabilitation of Large Diameter Water Lines 02519-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 02521 GATE VALVES 1.0 GENERAL 1.01 SECTION INCLUDES A. Gate valves. 1.02 MEASUREMENT AND PAYMENT A. Cost for gate valves is included in the unit price pay item for tapping sleeves and valves. No separate payment for gate valves. 1.03 REFERENCES A. ASTM A 307-Standard Specification for Carbon Steel Bolts,Studs,and Threaded Rod 60,000 psi Tensile Strength. B. ASTM B 62 -Standard Specification for Composition Bronze or Ounce Metal Casting. C. ASTM D 429 -Standard Test Methods for Rubber Property-Adhesion to Rigid Substrates. D. ASTM B 763 -Standard Specification for Copper Alloy Sand Castings for Valve Applications. E. AWWA C 500-Standard for Metal-Seated Gate Valves for Water Supply Service. F. AWWA C 509-Standard for Resilient-Seated Gate Valves for Water Supply Service. G. AWWA C 515-Standard for Reduced Wall, Resilient- Seated Gate Valves for Water Supply Service. H. AWWA C 550-Standard for Protective Interior Coatings for Valves and Hydrants. 1.04 SUBMITTALS A. Conform to requirements of the General Conditions for the submittal procedures. B. Submit manufacturer's product data for proposed valves for approval. C. Provide detailed drawings of gearing mechanism for 24-inch and larger gate valves. 1.05 QUALITY CONTROL A. Submit manufacturer's affidavit that gate valves are manufactured in the United States and Gate Valves 02521- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 conform to stated requirements of AWWA C 500, AWWA C 509,AWWA C515, and this Section, and that they have been satisfactorily tested in the United States in accordance with AWWA C 500, AWWA C 509, and AWWA C 515. 2.0 PRODUCTS 2.01 MATERIALS A. Gate Valves:AWWA C 500,AWWA C 509,AWWA C 515 and additional requirements of this Section. Direct bury valves and those in subsurface vaults open clockwise; aboveground and plant valves open counterclockwise. B. If type of valve is not indicated on Drawings, use gate valves as line valves for sizes20- inches and smaller. When type of valve is indicated, no substitute is allowed. C. Gate Valves 1-1/2 inches in Diameter and Smaller: 125 prig; bronze; rising-stem; single- wedge; disc type; screwed ends D. Coatings for Gate Valves 2 inches and larger: AWWA C 550 non-toxic, imparts no taste to water,functions as physical, chemical, and electrical barrier between base metal and surroundings, minimum 8-mil-thick,fusion-bonded epoxy. Prior to assembly of valve, apply protective coating to interior and exterior surfaces of body. E. Gate Valves 2 inches in diameter: Iron body, double disc or resilient-seated,non-rising stem, 150-pound test, 2-inch square nut operating clockwise to open. F. Gate Valves 3 inches to 12 inches in diameter: Non-directional, standard-wall resilient seated (AWWA C 509), parallel seat double disc (AWWA C 500), or reduced-wall resilient seated gate valves (AWWA C 515), 200 psig pressure rating, bronzemounting, push-on bell ends with rubber joint rings, and nut-operated unless otherwise specified. Provide approved standard- wall resilient seated valves. Provide approved reduced-wall resilient seated valves. Provide approved double disc valves. Comply with following requirements unlessotherwise specified in Drawings: 1. Design: Fully encapsulated rubber wedge or rubber seat ring mechanically attached with minimum 304 stainless-steel fasteners or screws; threaded connection isolated from water by compressed rubber around opening. 2. Body: Cast or ductile iron, flange bonnet and stuffing box together with ASTM A 307 Grade B bolts. Manufacturer's initials, pressure rating, and year manufactured shall be cast in body. 3. Bronze:Valve components in waterway to contain not more than 15 percent zinc and not more than 2 percent aluminum. Gate Valves 02521-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 4. Stems: ASTM B 763 bronze, alloy number-995 minimum yield strength of40,000 psi; minimum elongation in 2-inches of 12 percent, non-rising. 5. O-rings: For AWWA C 500, Section 3.12.2. For AWWA C 509, Sections 2.2.6 and 4.8.2. For AWWA C 515, Section 4.2.2.5. 6. Stem Seals Consist of three O-rings, two above and one below thrust collar with anti- friction washer located above thrust collar for operating torque. 7. Stem Nut: Independent or integrally cast of ASTM B 62 bronze. 8. Resilient Wedge: Molded, synthetic rubber,vulcanized and bonded to cast or ductile iron wedge or attached with 304 stainless steel screws tested to meet or exceed ASTM D 429 Method B;seat against epoxy-coated surface in valve body. 9. Bolts: AWWA C 500 Section 3.4, AWWA C 509 Section 4.4 or AWWAC 515 Section 4.4.4; stainless steel; cadmium plated, or zinc coated. G. Gate valves 14 inch and larger in Diameter: AWWA C 500; parallel seat double disc gate valves; push-on bell ends with rubber rings and nut-operated unless otherwise specified. Provide approved double disc valves with 150 psig pressure rating. Comply with following requirements unless otherwise specified on Drawings: 1. Body: Cast iron or ductile iron; flange together bonnet and stuffing box with ASTM A 307 Grade B bolts. Cast following into valve body manufacturer's initials, pressure rating, and year manufactured. When horizontally mounted, equip valves greater in diameter than 12 inches with rollers,tracks, and scrapers. 2. O rings: For AWWA C 500, Section 3.12.2. For AWWA C 515, Section 4.2.2.5. 3. Stems: ASTM B 763 bronze, alloy number-995 minimum yield strength of40,000 psi; minimum elongation in 2-inches of 12 percent, non-rising. 4. Stem Nut: Machined from ASTM B 62 bronze rod with integral forgedthrust collar machined to size; non-rising. 5. Stem Seals: Consist of three O-rings,two above and one below thrust collar with anti- friction washer located above thrust collar for operating torque. 6. Bolts: AWWA C500 Section 3.4 or AWWA C 515 Section 4.4.4; stainless steel; cadmium plated, or zinc coated. 7. Discs: Cast iron with bronze disc ringssecurely penned into machined dovetailed grooves. Gate Valves 02521-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 8. Wedging Device: Solid bronze or cast-iron, bronze-mounted wedges.Thin plates or shapes integrally cast into cast-iron surfaces are acceptable. Other moving surfaces integral to wedging action shall be bronze monel or nickel alloy-to-iron. 9. Provide bypass for double-disc valves (AWWA C500). 10. Bronze Mounting: Built as integral unit mounted over, or supported on, cast-iron base and of sufficient dimensions to be structurally sound andadequate for imposed forces. 11. Gear Cases: Cast iron; furnished on 18-inch and larger valves and of extended type with steel side plates, lubricated, gear case enclosed with oil seal or 0- rings at shaft openings. 12. Stuffing Boxes: Located on top of bonnet and outside gear case. H. Gate valves 14 inches to 48 inches: Provide AWWA C515; reduced-wall, resilient seated gate valves with 250 psig pressure rating. Furnish with spur or bevel gearing. 1. Mount valves horizontally if proper ground clearance cannot be achieved by normal vertical installation. For horizontally mounted gate valves, provide bevel operation gear mounted vertically for above ground operation. 2. Use valve body, bonnet, wedge, and operator nut constructed of ductileiron. Fully encapsulate exterior of ductile iron wedge with rubber. 3. Ensure wedge is symmetrical and seals equally well with flow in either direction. 4. Provide ductile iron operator nut with four flats at stem connection toapply even input torque to the stem. 5. Bolts: AWWA C515, Section 4.4.4, Stainless Steel; cadmium plated or zinc coated. 6. Provide high strength bronze stem and nut. 7. O-rings: AWWA C515, Section 4.2.2.5, pressure O-rings as gaskets. 8. Provide stem sealed by three O-rings.Top two O-rings are to be replaceable with valve fully open at full rated working pressure. 9. Provide thrust washers to the thrust collar for easy valve operation. I. Gate Valves Extension Stem: When shown on Drawings, provide non-rising, extension stem having coupling sufficient to attach securely to operating nut of valve. Upper endof extension stem shall terminate in square wrench nut no deeper than 4 feet from finished grade or as shown on Drawings. Support extension stem with an arm attached to wall of manhole or structure that loosely holds extension stem and allows rotation in the axial direction only. Gate Valves 02521-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 J. Gate Valves in Factory Mutual (Fire Service)Type Meter Installations: Conform to provisions of this specification;outside screw and yoke valves; carry label of Underwriters' Laboratories, Inc.; flanged, Class 125; clockwise to close. K. Gate Valves for Tapping Steel Pipe: Provide double disc gate valve. Resilient wedge gate valve shall only be installed in a vertical position. L. Provide flanged joints when valve is connected to steel or PCCP. M. Key valve stem into the operator nut. N. Do not exceed 600 ft-lbs of torque on operator nut on gate valve. 3.0 EXECUTION 3.01 INSTALLATION A. Earthwork. Conform to applicable provisions of Section 022020-Excavation and Backfill for Utilities. B. Operation. Do not use valves for throttling without prior approval of manufacturer. 3.02 SETTING VALVES AND VALVE BOXES A. Remove foreign matter from within valves prior to installation. Inspect valves in open and closed positions to verify that parts are in satisfactory working condition. B. Install valves and valve boxes where shown on Drawings. Set valves plumb and as detailed. Center valve boxes on valves. Carefully tamp earth around each valve box for minimum radius of 4 feet, or to undisturbed trench face when less than 4 feet. Install valves completely closed when placed in water line. C. For pipe section of each riser, use only 6-inch, ductile iron Class 51, or DR18 PVCpipe cut to proper length. Riser must be installed to allow complete access for operation of valve. Assemble and brace box in vertical position as indicated on Drawings. 3.03 DISINFECTION ANDTESTING A. Assist Project Manager with disinfection of valves and hydrostatic testing in accordance with the City's standard specifications, details and procedures. B. Double-Disc Gate Valves:Apply hydrostatic test pressure equal to twice rated working pressure of valve between discs.Valve shall show no leakage through metal,flanged joints, or stem seals.Test at rated working pressure, applied between discs.Valve shall show no leakage through metal, Gate Valves 02521-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 flanged joints, or stem seals. Do not exceed leakage rate of 1 oz per hr per inch of nominal valve size. C. Solid-Wedge Gate Valves:Apply hydrostatic pressure equal to twice rated working pressure of valve with both ends bulkheaded and gate open.Valve shall show no leakage through metal, flanged joints,or stem seals.Test at rated working pressure, applied through bulkheads alternately to each side of closed gate with opposite side open for inspection.Valve shall show no leakage through metal,flanged joints, or stem-seals. Do not exceed leakage rate of 1 oz per hr per inch of nominal valve size. D. Repair or replace valves which exceed leakage rate. 3.04 PAINTING OFVALVES A. Paint valves in vaults, stations, and above ground with approved paint. END OF SECTION Gate Valves 02521-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 02525 TAPPING SLEEVES AND VALVES 1.00 GENERAL 1.01 SECTION INCLUDES A. Tapping sleeves and valves for connections to existing water system. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. 1. Payment is on unit price basis for each tap installed. 2. Refer to Section 0129 01 - Measurement and Payment for unit price procedures. 3. For water lines 4-inches and greater, no payment will be made until coupon (cutout portion of pipe tapped) is delivered to City. B. Stipulated Price (Lump Sum). If Contract is Stipulated Price Contract, payment for workin this Section is included in total Stipulated Price. 1.03 REFERENCES A. ASTM A240-Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications. B. ASTM A193 -Standard Specification for Alloy-Steel and Stainless Steel Bolting forHigh Pressure Service and Other Special Purposed Applications. C. ASTM A194-Standard Specification for Carbon Steel,Alloy Steel, and Stainless Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. D. AWWA C 110-Standard for Ductile-Iron and Gray-Iron Fittings, 3 in. through 48 in.,for Water and other Liquids. E. AWWA C 200-Standard for Steel Water Pipe-6 in. and Larger. F. AWWA C 207 -Standard for Steel Pipe Flanges for Waterworks Service-Sizes 4in.Through 144 in. G. AWWA C 500-Standard for Metal Seated Gate Valves,for Water Supply Service. Tapping Sleeves and Valves 02525-1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 H. AWWA C 223 - Fabricated Steel and Stainless-Steel Tapping Sleeves. I. OSHA 29 CFR 1926.1101—Asbestos. 1.04 SUBMITTALS A. Conform to requirements in the General Conditions for Submittal Procedures. B. Submit results of tapping sleeves NPT test opening. C. Submit manufacturer's affidavit as required in Section 02521 -Gate Valves. D. For tapping fiberglass reinforced pipe (FRP), submit tapping procedures in accordancewith FRP manufacturer's recommendations. 1.05 DELIVERY, STORAGE AND HANDLING A. Ship steel sleeves in wooden crates that provide protection from damage to epoxycoating during transport and storage. 2.00 PRODUCTS 2.01 MATERIALS A. Tapping Sleeves: 1. Tapping Sleeve Bodies:AWWA C 110 cast or ductile iron or AWWA C 200carbon steel in two sections to be bolted together with high-strength, corrosion-resistant, low-alloy steel bolts with mechanical joint ends. 2. Branch Outlet of Tapping Sleeve: a. Flanged, machined recess,AWWA C 207, Class D, ANSI 150 pound drilling. b. Gasket: Affixed around recess of tap opening to prevent rolling or binding during installation. 3. Use cast iron split sleeve where fire service from 6-inch water line is approved. 4. For tapping Fiberglass Reinforced Pipe (FRP), provide stainless steel tapping sleeves. Do not use cast iron or ductile iron tapping sleeves. Comply with FRP pipe manufacturer's recommendations for tapping procedures. B. Welded-steel tapping-sleeve bodies may be used in lieu of cast or ductile iron bodiesfor following sizes and with following restrictions: Tapping Sleeves and Valves 02525-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 1. Flange: AWWA C 207, Class D,ANSI 150 pound drilling. 2. Gasket: Affixed around recess of tap opening to prevent rolling or bindingduring installation. 3. Steel sleeves are restricted to use on pipe sizes 6 inches and larger. 4. Body: Heavy, welded-steel construction;top half grooved to retain neoprene O-ring seal permanently against outside diameter of pipe. 5. Bolts: AWWA C 500 Section 3.5; coated with 100 percent vinyl resin orcorrosive resistant material. 6. Steel Sleeves Finish: Fusion-bonded epoxy coated to minimum 12 mil thickness. 7. Finished Epoxy Coat: Free of laminations and blisters; and remain pliantand resistant to impact with non-peel finish. S. Provide approved steel tapping sleeves 9. Tapping Sleeves: Provide with 3/4-inch NPT test opening for testing prior totapping. Provide 3/4-inch bronze plug for opening. 10. Do not use steel sleeves for taps greater than 75 percent of pipe diameter. 11. Comply with AWWA C 223 - Fabricated Steel and Stainless Steel Tapping Sleeves. C. Stainless Steel tapping-sleeve bodies and flange may be used in lieu of cast or ductileiron bodies for following sizes and with following restrictions: 1. Flange: ASTM A240 Stainless Steel,Type 304, ANSI 150 pound drilling. 2. Gasket: Full circumferential, affixed around recess of tap opening to preventrolling or binding during installation, compounded for water and sewer service. 3. Stainless Steel sleeves are restricted to use on pipe sizes 4 inches and larger. 4. Body: ASTM A240 Stainless Steel,Type 304. 5. Bolts: ASTM A193 Stainless Steel,Type 304. 6. Nuts: ASTM A194 Stainless Steel,Type 304 7. Branch Outlet: Heavy Stainless Steel Pipe 8. Provide approved stainless steel tapping sleeves. Tapping Sleeves and Valves 02525-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 9. Do not use stainless steel sleeves for taps greater than 75 percent of pipe diameter. 10 Comply with AWWA C 223 - Fabricated Steel and Stainless Steel Tapping Sleeves. D. Tapping Valves: Meet requirements of Section 02521 -Gate Valves with following exceptions: 1. Inlet Flanges: a. AWWA C 110; Class 125. b. AWWA C 110; Class 150 and higher: Minimum 8-hole flange. 2. Outlet: Standard mechanical or push-on joint to fit any standard tapping machine. 3. Valve Seat Opening: Accommodate full-size shell cutter for nominal size tapwithout contact with valve body; double disc. E. Valve Boxes 1. Provide approved Type A, cast-iron/ductile-iron, slide-type,valve boxes. Design of valve box shall minimize stresses on valve imposed by loads on box lid. 2. Cast letter"W" into lid, 1/2 inch in height and raised 3/32 inch,for valves serving potable water lines. 3. Unless otherwise specified, uncoated cast iron. 4. After completion and acceptance by City, paint covers black. 5. Riser Pipe: Provide a single section of 6-inch PVC(DR 18) or 6-inch Ductile Iron (Class 51). Install with bell on top of valve. Riser pipe shall be vertical and plumb. Provide 6-inches telescoping freeboard space between riser pipe top butt end, and interior contact flange of valve box,for vertical movement damping. End of pipe resting on valve shall be notched out sufficiently to provide a snug fit around the valve bonnet and to center valve inside of pipe. 6. Set valve boxes flush with top of concrete sidewalks, driveways and pavement. Provide 2 FT by 2 FT by 6-inch thick concrete collar for valve boxes in unpaved areas with No. 3 reinforcing at 1 FT centers, each way. 3.00 EXECUTION 3.01 APPLICATIONS A. Install tapping sleeves and valves at locations and of sizes shown on Drawings, maintain 5 feet spacing from edge of tapping sleeve from any other tap or fitting. Install sleeve sovalve is in horizontally level position unless otherwise indicated on Drawings. B. Clean tapping sleeve,tapping valve, and pipe prior to installation and in accordancewith manufacturer's instructions. Tapping Sleeves and Valves 02525-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 C. Hydrostatically test installed tapping sleeve to 150 psig for minimum of 15 minutes.Inspect sleeve for leaks, and remedy leaks prior to tapping operation. D. When tapping concrete pressure pipe, size on size, use shell cutter one standard sizesmaller than water line being tapped. E. Do not use Large End Bell (LEB) increasers with next size tap unless existing pipe is asbestos-cement. 3.02 INSTALLATION A. Verify outside diameter of pipe to be tapped prior to ordering sleeve. B. Verify clearance of 5 feet to maintain spacing. C. Tighten bolts in proper sequence so that undue stress is not placed on pipe. Forinstallation of tapping sleeves on FRP, comply with pipe manufacturer's recommendations for bolt torque values. D. Align tapping valve properly and attach to tapping sleeve. Insert insulation sleeves into flange holes of tapping valve and pipe. Make insertions of sleeves on pipe side of tapping valve. Do not damage insulation sleeves during bolt tightening process. E. Make tap with sharp, shell cutter: 1. For 12-inch and smaller tap, use minimum cutter diameter one-half inch lessthan nominal tap size. 2. For 16-inch and larger tap, use manufacturer's recommended cutter diameter. 3. For tapping FRP pipe, comply with pipe manufacturer's recommendationsfor forward feed rate. F. Withdraw coupon and flush cuttings from newly-made tap. G. Wrap: 1. For 12-inch and smaller tap, wrap completed tapping sleeve and valve. 2. For 16-inch and larger tap, apply coal tar epoxy around completed tapping sleeve and valve. The coal tar epoxy shall be applied with minimum of two (2) coats. Each coat of coal tar epoxy shall have minimum dry film thickness of 16 mils. H. Place concrete thrust block behind tapping sleeve (not over tapping sleeve and valve). I. Request inspection of installation prior to backfilling. J. Backfill in accordance with Section 022020- Excavation and Backfill for Utilities. Tapping Sleeves and Valves 02525-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 3.03 ADDITIONAL REQUIREMENTS FOR TAPPING ASBESTOS-CEMENT(AC) PIPE A. Notify Project Manager when AC pipe is encountered. B. For removal of asbestos containing materials, or material that could potentially contain asbestos, comply with applicable provisions of OSHA 29 CFR 1926.1101—Asbestos, OSHA 29 CFR 1926.32—General Safety and Health Provisions, and EPA 40 CFR 61 Subpart M—National Emission Standard for Asbestos. C. Crew members must be trained in accordance with OSHA 29 CFR 1926.1101—Asbestos. D. Conduct negative exposure assessment to demonstrate asbestos exposure below permissible exposure limit (PEL) in accordance with OSHA 29 CFR 1926.1101—Asbestos and EPA 40 CFR 763 —Asbestos. E. If negative exposure assessment not conducted, or if results are above PEL, provide respiratory protection in accordance with OSHA 29 CFR 1910.134—Respiratory Protection, and National Institute of Occupational Safety and Health (NIOSH). F. Protocol: 1. Mechanically excavate to no more than 6 in. of AC pipe. Carefully uncoverthe remainder of pipe by hand or with shovel. 2. Keep pipe adequately wet before and during work. 3. Locate tap a minimum of 5 ft. away from existing AC collar. 4. Use of power tools is prohibited. 5. Remove waste AC pipe coupon. END OF SECTION Tapping Sleeves and Valves 02525-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 15640 JOINT BONDING AND ELECTRICAL ISOLATION 1.0 GENERAL 1.01 SECTION INCLUDES A. Joint bonding requirements for electrical continuity along steel, ductile iron and concrete cylinder pipe. B. Electrical isolation devices for installation at connections to existing piping, at selected below grade to above ground piping transitions, at cased crossings and at tunnels. 1.02 RELATED SECTIONS A. Section 15641 -Corrosion Control Test Stations B. Section 16640 -Cathodic Protection for Pipelines 1.03 MEASUREMENT AND PAYMENT A. Reference 0129 01 — Measurement and Basis for Payment. 1.04 REFERENCES A. ASTM D 1248 - Polyethylene Plastics Molding and Extrusion Material B. AWWA C207 -Steel Pipe Flange for Waterworks Service C. AWWA M9 Manual -Concrete Pressure Pipe D. ANSI B16.1 -Cast Iron Pipe Flanges and Flanged Fittings E. ANSI B16.5 - Pipe Flange and Flanged Fittings 1.05 SUBMITTALS A. General: Submit in accordance with the submittal procedure requirements in the General Conditions. B. Design Drawings: 1. Submit shop drawing details for proposed joint bonds. Prior to preparing shop drawings, Contractor shall field verify existing conditions and shall prepare shop drawing details based on existing conditions. 2. Contractor shall submit shop drawings and calculations for proposed alternate joint bonding. Shop drawings and calculations shall be signed by a Professional Engineer, registered in the State of Texas with a minimum of ten years of corrosion control experience. Joint Bonding and Electrical Isolation 15640- 1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 C. Catalog Cuts: Submit manufacturer's catalog cuts for each item. Include the manufacturer's name in the catalog cuts and provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. D. Test Results: Submit electrical continuity and flange isolation test results to the city of Corpus Christi or its designated representative. 1.06 QUALITY CONTROL A. Provide manufacturer's certification that all electrical continuity bonding meets the requirements of the drawings and specifications. Reference certification to applicable section of specifications and applicable standard detail. B. Provide manufacturer's certification that all isolation devices meet the published material specifications. C. All materials, fabrication, and installations are subject to inspection and testing by the City of Corpus Christi or its designated representative. 2.0 PRODUCTS 2.01 DESCRIPTION OF MATERIALS A. Joint bonding and electrical isolation materials to be incorporated into the project include, but are not limited to, the following: 1. Electrical continuity bonds 2. Flange isolation assemblies 3. Casing spacers 4. End seals 2.02 ELECTRICAL CONTINUITY BONDS A. Applications: Applications for electrical continuity bonding include the following: 1 Bonding across bolted joint assemblies 2. Bonding across gasketed joint assemblies B. Preparation of Prestressed Concrete Pipe for Bonding: 1. General: a) Fabrication: Use prestressed concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between Joint Bonding and Electrical Isolation 15640-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 metallic components of pipe and joints. b) Acceptable Methods: Establish electrical continuity as indicated in drawings and specifications. 2. Criteria for Electric Continuity: a) Tensile Wire: Pipe manufacturer to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. Manufacturer to report values obtained and method of measurement. b) Internal Pipe Joint Components: Pipe manufacturer to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity: a) Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type prestressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. 1) Use and install two continuous straps 1800 apart longitudinally along the pipe. These straps must maintain electrical continuity between metallic components. 2) Use steel straps made of mild steel and free of grease, mill scale, or other high resistance deposits. 3) Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. Connect fasteners so as to remain intact during pipe fabrication process. 4. Steel Cylinder Continuity: a) Establish continuity of all joint components and steel cylinder. These components include the following: 1) Anchor socket brackets. 2) Anchor socket. 3) Spigot ring. 4) Bell ring. b) If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. C. Preparation of Steel Pipe for Bonding: Bonding wires are not required for welded steel pipe D. Preparation of Ductile Iron Pipe for Bonding: Install insulated bond wires as shown on contract drawings. E. Electrical Bond Wires: Electrical bond wires are to be a minimum No. 2 AWG, seven strand, copper cable with THHN insulation. Remove one inch of THHN insulation from each end of the bond wire. Provide the minimum number of bond wires as shown on drawings for steel or ductile iron pipe. F. Electrical Bond Clip: Weld three (3)ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8- inch fillet welds to the bell and spigot of adjacent prestressed concrete cylinder pipe or steel pipe with rubber gasketed joints. Manufacture clips to maintain continuity regardless of small deflections of finished joints. Joint Bonding and Electrical Isolation 15640-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 2.03 FLANGE ISOLATION A. Applications: Required applications of dielectric flange isolation assemblies include but are not limited to the following: 1. At selected locations where new piping is mechanically connected to existing piping. 2. At selected below-grade to aboveground piping transitions. 3. At locations shown on the drawings. B. Isolation: Provide electrical isolation through the installation of the following materials: 1. Welded flange connections to steel pipe 2. Flange connections to bell and spigot adapters for concrete cylinder and ductile iron pipe. 3. Flange Isolation Gasket 4. Sleeves and Washers C. Flange Isolation Gasket: Provide type "E" gaskets with an EPDM sealingelement. 1. Thickness: Gasket to be 1/8 inch thick. 2. Dimensions: Gasket to be 1/8 inch less in I.D. than the I.D. of the flange in which it is to be installed and extend to the O.D. of the flange. 3. Flange Face: Provide sealing element positioned to accommodate either flat or raised face flanges. 4. Temperature Range: Temperature range of the product shall be-65°F to +250 'F. 5. Product Performance Testing: Gasket shall meet or exceed the following test criteria: ASTM D149 Dielectric Strength (short term) 550 Volts/mil ASTM D695 Compressive Strength 50,000 psi minimum ASTM D229 Water Absorption 0.15% maximum ASTM D 790 Flexural Strength 50,000 psi minimum ASTM D785 Hardness 110 minimum ASTM D256 IZOID Impact Strength 12.5 ft-Ibs/in minimum ASTM D638 Tensile Strength 45,000 psi minimum ASTM D32 Shear Strength 20,000 minimum Joint Bonding and Electrical Isolation 15640-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 ASTM F-36 Compressibility 2.1% maximum ASTM F-36 Recovery 88.9% minimum ASTM F-38(B) Creep Relation 5.1% maximum DIN-3535 Gas Permeability 0.43cm3/min. maximum D. Alternate Isolation Gasket: As an alternate to the above, provide a plain-faced phenolic gasket. Place the phenolic gasket between two full-faced gaskets. Provide cloth-inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. E. Sleeves and Washers: 1. Sleeve: Provide full length 1/32 inch thick, mylar sleeves for each bolt. The length of the sleeve shall extend half way into the outside steel backup washers. 2. Isolation Washers: Supply two, 1/8 inch thick, Pyrox G-10 isolation washers per bolt. Isolation washers to have a compressive strength of 50,000 psi, a dielectric strength of 550volts/mil and maximum water absorption of 0.10%. 3. Backup Washers: Provide two, 1/8 inch thick, zinc plated, hot rolled steel backup washers for each bolt. For pipe greater than 30 inch diameter, provide two additional steel washers to be placed inside the isolation washers for additional support. 4. Size: The isolation washers and the backup washers shall be of the same O.D. and I.D., with a sufficiently large I.D.to fit over the isolation sleeve. F. Coatings: Coat buried isolation flanges with petroleum based tape or synthetic, a- polar polymer wrap. 2.04 CASINGSPACERS A. For water or wastewater piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation. B. Inside diameter of casing or tunnel liner must be 4 inches greater in diameter than the outside diameter of the piping. In the case of mechanically coupled piping, the casing must be a minimum of 4 inches greater in diameter than the outside diameter of the coupling at its largest point. C. For welded steel pipe 12 inch diameter and smaller, use injection molded polyethylene insulators, Model PE as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. D. For all other pipe materials 12 inch diameter and smaller, use 8 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C8G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. E. For all piping greater than 12 inch diameter, use 12 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C12G-2 as manufactured by Pipeline Seal and Joint Bonding and Electrical Isolation 15640-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Insulator, Inc. or approved equal. 2.05 CASING END SEALS A. For all piping less than 24 inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. B. For all piping 24 inch diameter and greater, use pull-on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 3.0 EXECUTION 3.01 INSTALLATION OF ELECTRICAL CONTINUITY BOND WIRES A. Inspection: Use continuous bond wires with no cuts or tears in the insulation covering the conductor. B. General: Attach bond wires at required locations by thermite welding. C. Thermite Welding: Perform thermite welding of bond wires to piping in the following manner: 1. Clean and dry pipe to which wires are to be attached. 2. Use grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind surface to bright metal. 3. Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe, exposing clean, oxide-free copper forwelding. 4. Select proper size thermite weld mold as recommended by manufacturer. Place wire between graphite mold and the prepared metal surface. Use a copper sleeve crimped over wire for all 12 AWG wires. 5. Place metal disk in bottom of mold. 6. Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7. Close mold cover and ignite starting powder with flint gun. 8. After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. Pull on wire to assure a secure connection. If weld is not secure or the wire breaks, repeat procedure with new wire. 9. If weld is secure, coat all bare metal and weld metal with Kop-Coat. Cover coated weld with a plastic weld cap. D. Post-Installation Inspection: Make post-installation inspection of all electrical continuity Joint Bonding and Electrical Isolation 15640-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 bonds through a visual examination of each thermite weld connection for strength and suitable coating prior to backfilling. In addition, perform one or more of the following tests: 1. Circulate current through pipe using DC power supply. Calculate resistance through known length of pipe. Resistance must not exceed 150% of theoretical resistance for pipe and bonds. 2. Measure resistance through select bonded joints with a digital low resistance ohmmeter (DLRO). Resistance of 0.001 ohms or less is acceptable. 3. Position a CSE at a stationary location adjacent to bonded pipeline. Impress a temporary current on pipe. Record static, current-applied, and instant "off" pipe- to-soil potential readings along the pipe relative to the stationary CSE. a) Static potential measurements referenced to stationary CSE must be nearly identical along the pipe to indicate electrical continuity. b) Instant "off" potentials referenced to stationary CSE must be nearly identical along pipe to indicate electrical continuity. c) The difference between the instant "off" and the static potential referenced to stationary CSE must be equal at each point of contact to pipe to indicate electrical continuity. 4. If any of the above procedures indicates a poor quality bond connection, rebond the joint. 5. Record results and submit to City of Corpus Christi or its designated representative for approval prior to backfilling. E. Backfilling of Bonded Joints: 1. Backfill bonded piping in manner that prevents damage to the bond wires and all connections to the metallic structures. 2. If construction activity damages a bonded connection, install new bondwire. 3.02 INSTALLATION OF FLANGE ISOLATION DEVICES A. Placement: Install above-grade dielectric insulators at a minimum 12 inches and maximum of 48 inches above final grade. B. Assembly: Place gasket, sleeves, and washers as shown on the drawings. Follow manufacturer's recommendations for even tightening to proper torque. See drawings. C. Testing: Immediately after an insulating fitting has been installed, test electrical isolation with a Gas Electronics model, 601 meter. Fully document test results and submit to the City of Corpus Christi or its designated representative. D. Painting: Do not use metal base paints on insulating fittings. E. Encapsulation: Encapsulate below-grade insulating flanges with the Carboline Densyl tape system, or approved equal, after the insulating flange has been tested for effectiveness. Joint Bonding and Electrical Isolation 15640-7 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 3.03 INSTALLATION OF CASING SPACERS A. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. B. Avoid inadvertent metallic contact between casing and carrier pipe. Place spacers close enough to ensure that the pipe is adequately supported throughout its length, particularly at the ends, to offset settling and possible electrical shorting. The end spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the spigot into the bell. C. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. D. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. E. Install casing spacers in accordance with the manufacturer's instructions. Correctly assemble, evenly tighten, and prevent damage during tightening of the insulators and pipe insertion. F. Insulator Spacing: 1. Maximum distance between spacers to be 10 feet for pipe sizes 6 inches and smaller, and 6 feet for pipe sizes greater than 6 inches. 2. For ductile-iron pipe, flanged pipe, or bell and spigot pipe, install spacers within one foot on each side of the bell or flange, and one in the center of the joint where 18 foot or 20 foot long joints are used. 3. If the casing or pipe is angled or bent, reduce the spacing. 3.04 INSTALLATION OF END SEALS A. Assemble hard rubber Link-Seals around the pipe and slide into the annular space between the pipe and casing. Evenly tighten the bolts to provide a positive seal. B. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the casing. Securely fasten stainless steel bands. 3.05 ELECTRICAL CONTINUITY TESTS A. Immediately after the pipe has been installed in the casing, but prior to connecting the line, perform an electrical continuity test to determine whether the casing is in fact insulated from the pipe. Have the continuity check fully documented and approved by the City of Corpus Christi or its designated representative prior to backfilling. B. If the electrical isolation between pipe and casing is not effective, immediately investigate the cause and remedy the situation. Under no circumstances, backfill a shorted casing. Joint Bonding and Electrical Isolation 15640-8 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 END OF SECTION Joint Bonding and Electrical Isolation 15640-9 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 PAGE INTENTIONALLY BLANK Joint Bonding and Electrical Isolation 15640- 10 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 15641 CORROSION CONTROL TEST STATIONS 1.00 GENERAL 1.01 SECTION INCLUDES A. Test station materials and installation requirements. B. Locations requiring test stations are adjacent to manholes, major pipeline crossings, cased crossings and tunnels, below-grade insulated flanges and select sacrificial anode installations. 1.02 RELATED SECTIONS A. Section 16640-Cathodic Protection for Pipelines 1.03 MEASUREMENT AND PAYMENT A. See Section 0129 01—Measurement and Basis for Payment. 1.04 REFERENCES A. ASTM D 1248 - Polyethylene Plastic Molding and Extrusion Material B. NACE International SP0169 - Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems C. AWWA M9 Manual -Concrete Pressure Pipe D. UL 83 -Thermoplastic Insulated Wires E. UL 486A-Wire Connectors for Use with Copper Conductors 1.05 SUBMITTALS A. General: Submittals to conform to the requirements of Section 00 72 00—General Conditions and requirements indicated in this Section and related Sections. B. Qualifications: Submit qualifications for Contractor's proposed Corrosion Engineer that is a Professional Engineer, registered in the State of Texas with a minimum of ten years experience in cathodic protection design. C. Design Drawings and Computations: Prepare by or under the direct supervision of the Contractor's Corrosion Engineer. All computations and drawings shall be signed by the Contractor's Corrosion Engineer. D. Catalog Cuts: Submit manufacturer's catalog cuts for each item. Include the manufacturer' name on the catalog cuts and provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. E. Drawings: During installation and construction, maintain as-built drawings of the corrosion control test stations. Revise drawings to show exact locations of all wiring, connections, and Corrosion Control Test Stations 15641-1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 terminal boxes. Properly identify all items of equipment and material. Submit the original as-built drawings to the City or its designated representative. 1.06 QUALITY CONTROL A. Provide manufacturer's certifications that all components of the corrosion control test stations meet the requirements of the drawings and specifications. Reference the applicable section of the specifications and the applicable standard details on the certification. B. The drawings for the corrosion control test stations are diagrammatic and do not scale for exact locations unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features determine exact locations. Note other existing utilities in the area and during excavation, do not damage these utilities. Repair any damaged utilities to the satisfaction of the City at the Contractor's expense. C. All materials,fabrication, and installations are subject to inspection and testing by the City or its designated representative. 2.00 PRODUCTS 2.01 FLUSH MOUNT TEST STATIONS A. Test stations consist of test wires, a terminal box and a traffic box as shown on the drawings. B. For the terminal box, use a five terminal Big Fink as manufactured by Cott Manufacturing Company or approved equal C. For the concrete traffic box; use a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc or approved equal. 2.02 ABOVE-GRADE TEST STATIONS A. At test station locations where flush mounted structures are not practical, use an above- grade test station, and place such that possible damage from vandalism, traffic, etc. is minimized. Provide at no additional cost. B. For the test station, use a five terminal Big Fink as manufactured by Cott Manufacturing or approved equal. C. Have a lockable, corrosion-proof plastic cover for the terminal boxes. Mount on a 5-foot length of 3-inch diameter UV-resistant plastic conduit. D. Install the test station adjacent to a permanent structure, if possible, for physical protection. Corrosion Control Test Stations 15641-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 2.03 STATIONARY REFERENCE ELECTRODES A. Type: Provide a copper/copper sulfate, double membrane, ceramic cell in a geomembrane package such as a Permacell Plus or approved equal. B. Wire: Equip the electrode with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station without splicing. 2.04 TEST STATION LEAD WIRES A. Test station lead wires of all sizes shall have TW or THW insulation. B. Color code insulation based upon connection to underground structures: 1. Water piping: white 2. Foreign structures: red 3. Steel casings: yellow C. Wire all terminal boards as shown on the drawings. 2.05 THERMITE WELD EQUIPMENT A. Charges and Molds: Select weld charges and mold size for the specific surface configuration in accordance with manufacturer recommendations. Use Erico, Cadweld, or Continental Industries, Thermoweld weld charges and molds. B. Weld Coating: Coat weld with Stopaq CZ tape or approved equal. 3.00 EXECUTION 3.01 APPLICATIONS A. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: 1. Testing to determine the effectiveness of the installed cathodic protection systems and to allow for startup adjustments. 2. Testing to determine interference effects from and on adjacent or crossing foreign underground structures. 3. Testing to determine sources and magnitude of stray d-c currents and required mitigative measures. 4. Periodic monitoring to determine status of existing cathodic protection systems, stray current, and foreign line influence. Corrosion Control Test Stations 15641-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 B. Install test stations at each of the following locations: 1. On continuous pipelines adjacent to all manhole locations unless otherwise shown or noted on the drawings. 2. At all major underground pipeline crossings. 3. At all cased crossings and tunnels (both ends). 4. At all underground isolation flanges. 5. At galvanic anode locations, whereindicated. 6. At all other locations shown on the drawings. 3.02 GENERAL A. Locate test stations adjacent to manholes where possible. If a flush mounted test station is not feasible in a particular location, then an above-grade test station may be used, subject to approval by the Cityor its designated representative. B. Use continuous test station lead wires without cuts or tears in the insulation. C. Locate test stations as close to directly over the pipe as possible. If the pipe is installed under a road, place the test station at the curb for easy access. D. Attach test lead wires to the pipe by thermite welding. E. Use color coded test wires as indicated on the drawings. F. Wire test station terminal board configurations as shown on the drawings. G. At foreign pipeline crossing test stations, the owners of the pipeline must be notified and must give permission before the test leads are connected to their pipeline. The owner should have a representative present. If owner refuses test leads connected to their pipeline, then document owner's refusal and install potential test station on water main. Document owner contact name, phone number, email address, and date of contact. Submit documentation to City. H. Enclose all wires in grey PVC electrical conduit. 3.03 FLUSH-MOUNT TEST STATIONS A. Install flush-mount test stations as shown on the drawings. B. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Leave additional slack to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the concrete traffic box for test purposes. Corrosion Control Test Stations 15641-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 C. Install flush-mount test stations with stationary copper/copper sulfate reference electrodes where indicated on the drawings. 1. Install reference electrode approximately 12-inches from the pipe. 2. Compact native soil by hand around the electrode. Use select granular backfill material for the balance of the backfill. 3. Saturate the backfilled reference electrode with 5 gallons of water. D. Set test stations outside areas of permanent paving in a Portland cement concrete pad, minimum of 24 inches square and no less than 4 inches thick. 3.04 ABOVE-GRADE TEST STATIONS A. Install above-grade test stations where a flush mounted test station cannot be located. Use and location of above-grade test stations must be approved by the Cityor its designated representative. B. Locate test station adjacent to a permanent structure (e.g. a power pole), if possible, for physical protection. C. Coil sufficient slack beneath the test station to allow for soil settlement. Do not damage the leads during backfilling. D. Set test stations in a Portland cement concrete anchor, a minimum of 12 inches in diameter and no less than 2 feet thick. 3.05 TEST LEAD WIRE ATTACHMENT A. Attach test leads to the pipe by thermite welding. B. Clean and dry the pipe to which the wires are to be attached. C. Use grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind the surface to bright metal. D. Remove approximately 1 inch of insulation from each end of the wires to be thermite welded to the pipe, exposing clean, oxide-free copper for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. Use a copper sleeve crimped over the wire for all No. 12 AWG wires. F. Place the metal disk in the bottom of the mold. G. Pour the thermite weld charge into the mold. Squeeze the bottom of the cartridge to spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun. Corrosion Control Test Stations 15641-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 I. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. If the weld is not secure or the wire breaks, repeat the procedure. J. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape or approved equal. 3.06 POST INSTALLATION BACKFILLING OF TEST STATION - LEAD WIRES. A. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. B. After completion of the backfilling of the test wires to the pipe,verify the connection by recording a pipe-to-soil potential. C. Replace any test wire found to have a high resistance connection. 3.07 TRAINING COORDINATION AND SUPPORT A. Contractor shall coordinate the installation of the proposed test stations with the City and the City's Engineer. Contractor shall provide 72-hour minimum working day prior written notice for a minimum of one (1) of each type of test station installation (ex., one potential test stations, one flange isolation test stations, etc., excluding rehab test stations) to allow the City's utility maintenance personnel the opportunity to be present to observe the contractor's test station installation for training purposes. Contractor shall provide safe access to the City's utility maintenance personnel. END OF SECTION Corrosion Control Test Stations 15641-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 16640 CATHODIC PROTECTION FOR PIPELINES 1.00 GENERAL 1.01 SECTION INCLUDES A. Requirements for impressed current cathodic protection systems (ICCP) on steel, ductile iron and concrete cylinder pipe in water and sewer pipeline projects using rectifiers and deep anodes. B. Requirements for sacrificial anode cathodic protection (GCP) on steel, ductile iron and concrete cylinder pipes and metallic fittings in plastic pipe systems using zinc and/or magnesium anodes. 1.02 RELATED SECTIONS A. Section 15640—Joint Bonding and Electrical Isolation B. Section 15641 -Corrosion Control Test Stations 1.03 MEASUREMENT AND PAYMENT A. See Section 0129 01—Measurement and Basis for Payment. 1.04 REFERENCES A. ASTM B 418-Standard Specification for Cast and Wrought Galvanic Zinc Anodes. B. ASTM C 94-Standard Specification for Ready Mixed Concrete. C. ASTM A 518—Standard Specification for Corrosion-Resistant High-Silicon Iron Castings. D. ASTM D 1248 -Standard Specification for Polyethylene Plastics Extrusion Materials forWire and Cable. E. ASTM D 4239—Standard Test Methods for Sulfur in the Analysis Sample of Coal and Coke using High Temperature Tube Furnace Combustion Methods. F. ASTM D 5192—Standard Practice for Collection of Coal Samples from Core. G. AWWA M9 Manual -Concrete Pressure Pipe. H. CSA—Canadian Standards Association, Standard C22.2, No. 66 and No. 107. I. City of Corpus Christi Electrical Code. J. NACE International SP0169 - Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. K. NACE International SP0572 - Recommended Practice for Design, Installation, Operationand Maintenance of Impressed Current Deep Groundbeds. Cathodic Protection for Pipelines 16640-1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 L. NEC 70—National Electrical Code. M. NEMA TC6 - PVC and ABS Plastic Utilities Duct for Underground Installation. N. NEMA TC9 - Fittings for ABS and PVC Plastic Utilities Duct for Underground Installation. O. NEMA 4—Type 311 Enclosures. P. UL 83 -Thermoplastic-Insulated Wires. Q. UL 467 - Bonding and Grounding Equipment. R. UL 486A-Wire Connectors and Soldering Lugs for Use with Copper Conductors. S. UL 506—Specialty Transformers. 1.05 SUBMITTALS A. General: Submittals to conform to the requirements of Section 00 72 00—General Conditions and requirements indicated in this Section and related Sections. B. Qualifications: Submit qualifications for Contractor's proposed Corrosion Engineer that is a Professional Engineer, registered in the State of Texas with a minimum of ten years experience in cathodic protection design. C. Design Drawings and Computations: Prepared by or under the direct supervision of the Contractor's Corrosion Engineer. All computations and drawings shall be signed by the Contractor's Corrosion Engineer. D. Submit design for support poles(a minimum of two minimum 12-inch diameter marine grade wooden poles or two pre-cast concrete poles)and support systems,capable of supporting all components(ex., rectifier, anode junction box, solar panels, cabinet for battery bank, disconnects,support and framing systems, etc.). Provide shop drawings and calculations signed and sealed design for support structure that meets hurricane force loads and is in accordance with City Building Code. E. Catalog Cuts: Submit manufacturer's catalog cuts for each item. Include the manufacturer's name on the catalog cuts. Provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. F. Logs: Give the City of Corpus Christi representative a minimum of 48 hours notice prior todrilling the anode bore.Type and submit to the City of Corpus Christi representative, copies of detailed geological and resistance logs of each deep anode bore. G. Rectifier Operation and Maintenance Manual: The rectifier manufacturer to include a complete operation and maintenance manual with each rectifier shipped to the job site. In addition to operating instructions, include a circuit diagram and spare parts list in the manual. Operate the rectifier under full load conditions at the factory and thoroughly inspect and test by the manufacturer prior to delivery to the job site. Report results of this testing on a manufacturer's quality control form and include in the operation manual.The rectifier manufacturer is to reference each operating manual by Cathodic Protection for Pipelines 16640-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 rectifier model number and individual serial number. H. Report: Submit six (6) operating, monitoring and maintenance reports for the cathodic protection systems. Include all test data as required by Section 3.08, paragraph H. Include operating instructions, maintenance data, product data and test procedures in the manuals. I. Drawings: Maintain as-built drawings of the cathodic protection installation during installation and construction. Revise drawings to show exact locations of all rectifiers, anodes, wiring, connections, and terminal boxes. Properly identify all items of equipmentand material. Submit the original as-built drawings to the City representative. J. Rectifier Repair: Contractor to submit field investigation results, cost estimate and parts used for repairing rectifier and anode ground beds to functioning condition. 1.06 QUALITY CONTROL A. Certification: Provide manufacturer's certification that all components of the cathodic protection system meet the requirements of the drawings and specifications. Reference the applicable section of the specifications and the applicable standard detail on the certification. B. Drawings:The drawings for the cathodic protection system are diagrammatic and not scaled for exact locations unless scales are explicitly stated on the specific drawing. Determine exact locations by field conditions and non-interference with other utilities or mechanical and structural features. Note other existing utilities in the area and do not damage these utilities during excavation. Repair any damaged utilities to the satisfaction of the City of Corpus Christi at the Contractor's expense. C. Inspection:All materials,fabrication and installations are subject to inspection and testing by the City of Corpus Christi or its designated representative. 2.00 PRODUCTS 2.01 SACRIFICIAL ANODES-MAGNESIUM A. Magnesium Anodes: Use high potential magnesium anodes. Follow the metallurgical composition of the magnesium anodes as listed below: Element Percent Composition Aluminum 0.01 Maximum Manganese 0.50 to 1.3 Copper 0.02 Maximum Nickel 0.001 Maximum Iron 0.03 Maximum Other-(each) 0.05 Maximum Other-(total) 0.30 Maximum Magnesium Balance B. Magnesium Anode Current Capacity: Magnesium anodes require a current capacity of no less than Cathodic Protection for Pipelines 16640-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 500 amp-hours per pound of magnesium. C. Anode Backfill Material: Use chemical backfill material around all galvanic anodes. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode, and prevents passivation of the anode. 1. All galvanic anodes come prepacked in a backfill material conforming tothe following composition: a) Ground hydrated gypsum: 75 percent b) Powdered bentonite: 20 percent c) Anhydrous sodium sulfate: 5 percent. 2. Have a grain size backfill such that 100 percent is capable of passing through a20 mesh screen and 50 percent is retained by a 100 mesh screen. 3. Completely surround the anode with the backfill mixture within a cotton bag or cardboard box. 4. For standard cast magnesium ingots,the required weight of backfill follows: Anode Backfill Total Weight Weight Weight Pounds (Pounds) Pounds 32 38 70 48 48 96 60 70 130 D. Anode Lead Wires: 1. Use a 20-foot length of No. 12 AWG solid copper wire equipped with TW orTHW insulation for standard lead wires for a galvanic anode. 2. Color code all anode lead wires green when terminated in test stations. E. Lead Wire Connection to Magnesium Anode: 1. Cast magnesium anodes with a galvanized steel core with the weight of the corenot to exceed 0.10 pounds per linear foot. 2. Recess one end of the anode to expose the core for the lead wire connection. 3. Silver-solder the lead wire to the core and fully insulate the connection by fillingthe recess with an electrical potting compound. 2.02 SACRIFICIAL ANODES—ZINC A. Zinc Anodes: Use high purity zinc anodes.The metallurgical composition of the zinc anodes conform to ASTM B 418,Type II and the following: Cathodic Protection for Pipelines 16640-4 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Element Percent Composition Aluminum 0.005 Maximum Cadmium 0.003 Maximum Iron 0.0014 Maximum Lead 0.003 Maximum Zinc Balance B. Zinc Anode Current Capacity:Zinc anodes require a current capacity of no less than 335 amp-hours per pound of zinc. C. Anode Backfill Material: Use chemical backfill material around all galvanic anodes. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode, and prevents passivation of the anode. 1. All galvanic anodes come prepackaged in a backfill material conforming tothe following composition: a) Ground hydrated gypsum: 75 percent b) Powdered bentonite: 20 percent c) Anhydrous sodium sulfate: 5 percent. 2. Have a grain size backfill such that 100 percent is capable of passing through a20 mesh screen and 50 percent is retained by a 100 mesh screen. 3. Completely surround the anode with the backfill mixture within a cotton bag. 4. For standard cast zinc ingots, the required weight of backfill follows: Anode Weight Backfill Weight Total Weight (Pounds) (Pounds) (Pounds) 30 40 70 45 55 100 60 70 130 D. Anode Lead Wires: For the lead wire for the zinc anodes, use a 20-foot length of No. 12 AWG solid copper wire equipped with TW of THW insulation. E. Lead Wire Connection to Zinc Anode: 1. Cast zinc anodes with a 1/4-inch diameter galvanized steel core. 2. Extend one end of the core beyond the anode for the lead wire connection. 3. Silver-solder the lead wire to the core and fully insulate the connection. 2.03 IMPRESSED CURRENT ANODES Cathodic Protection for Pipelines 16640-5 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 A. Description: Use high silicon-chromium-iron anode centrifugally cast in tubular form in accordance with the following specifications. 1. Anode Alloy:The anode consists of Durichlor 51, high silicon, chromium iron.This alloy to be made in accordance with ASTM A 518, Grade 3 with nominal percentages as follows: Chemical Composition Composition Element Weight Carbon 0.70 - 1.10 Manganese 1.50, max Silicon 14.20- 14.75 Chromium 3.25-5.00 Molybdenum .20, max Copper 0.50, max Iron remainder 2. Mechanical and Physical Properties:The mechanical and physical properties of the anode are as follows: Tensile Strength (1/2" dia. bar) psi.......................................................15,000 Compressive Strength, psi .................................................................100,000 Hardness, Brinell................................................................................................. 520 Density, gr/ml ......................................................................................................7.0 Melting Point, °F.....................................................................................2300 Specific Resistance, micro-ohms-cm (20°C).......................................................... 72 Coefficient of expansion, 32'to 212° F ........................................7.33 X 106 3. Size: Conform to the following sizes for anode castings: Weight O.D. Length Type (pounds) inches feet TA-2 46 2.19 7 TA-3 63 2.66 7 TA-2 anodes are required unless otherwise noted on the drawings. B. Anode Lead Wire Connection: 1. Use a No. 8 AWG seven strand, copper conductor equipped with fluorinated polymer insulation for the lead wire for an impressed current anode. Required the length of the lead wire sufficient to reach the anode terminal box without splicing additional wire. 2. Attach the anode lead wire at the center of the anode. Have minimum pull-out strength of one and one-half times the breaking strength of the No. 8 AWG lead wire or 788 pounds for the center connection. 3. Do not exceed 0.004 ohms for the electrical contact resistance as measured across the lead wire-to-connector junction. Cathodic Protection for Pipelines 16640-6 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 C. Impressed Current Anode Backfill: Use SC3 calcined fluid petroleum coke as manufactured by Loresco, Inc. to backfill impressed current anodes.Anode backfill properties to be as follows: 1. Typical Chemical Analysis: Component Percent Composition Carbon (fixed) 99.35 minimum Ash 0.6 maximum Volatiles 0 (950°C) Moisture 0.05 2. Physical Properties: Bulk density of 74 pounds/cubic foot. 3. Particle Analysis: Dust free with a maximum particle size of 1 mm. 2.04 VENT A. Use plastic vent pipe from the bottom anode to the surface for dissipating gases to the atmosphere. B. Require 1-inch diameter AIIVent slotted pipe or plastic vent pipe with 1/8-inch holes drilled on 6-inch centers in the area of the anodes. Do not use slotted vent pipe or drill holes in the vent pipe above the anodes. C. Extend the plastic vent pipe above grade, screen the vent outlet, and install in an inverted manner. 2.05 RECTIFIERS Cathodic protection rectifiers to be air-cooled, tap adjust Super Custom model as manufactured by Universal Rectifiers, Corrpower or approved equal,conforming to NEMA MR-20-1958 and listed in CSA File No.45382. A. DC Output Ratings: Rate rectifiers as shown on the drawings.Supply units that are capable of operating at continuous, full rated output at an ambient temperature of 45' C, in full sunlight with an expected life in excess of 10 years. B. AC Input Ratings: Full rated DC output shall be obtainable with an AC input voltage at 5% below the nominal value. Continuous AC input voltage at 10% above the nominal value shall not damage the transformer, the diode bridge assembly, or exceed any component rates. (Note: This shall apply provided that the rectifier has not been previously adjusted to exceed the maximum DC voltage or amperage rating of the unit.) C. Cooling: Cool by natural air convection. Vent cabinets for natural air convection and screen against insects. D. Voltage Adjustments: Provide adjustment of the output voltage by means of not less than 25 approximately equal steps of secondary taps from 5 percent of rated voltage to full-rated voltage. E. Rectifying Elements: Rectifying elements to be silicon diodes sized as follows: Cathodic Protection for Pipelines 16640-7 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 1. The Peak Inverse Voltage (PIV) of the diode shall be 300%of the maximum impressed voltage on the diode or 400 volts, whichever is greater. 2. Configure diodes into a full-wave bridge assembly. Size diodes to carry a minimum average current of one half of rated rectifier output. 3. Size heat sinks to keep diode junction temperatures less than 100° C at rated output and maximum ambient temperature. 4. Protect diodes against overload by means of semiconductor fuses, located in the transformer secondary leg to the diode bridge assembly. 5. Equip diodes with supplemental Metal Oxide Varistor (M.O.V.) surge arrestors at the diode bridge assembly sized to provide protection against secondary over-voltage surges. F. AC Circuit Breakers: Provide input overload and short circuit protection by magnetic trip circuit breakers. Size the circuit breaker to hold 100 percent of rated load. It may trip between 101 percent and 125 percent of rated load, and must trip at 125 percent and above. G. Surge Protection: Provide separate AC and DC surge protection by means of high energy Metal Oxide Varistors rated at 500 joules on the DC output and 750 joules on the ACinput. H. Electrical Panels: Construct electrical panels from a minimum thickness of 1/4" NEMA "XX" laminated phenolic, rated for Class "B" operation (105'C maximum). Equip rectifiers rated at 100 amperes DC or higher with panels constructed from a minimum sheet thickness of 1/4" "UTR" fiberglass reinforced laminate rated for Class "F" operation (155' C). Permanently silk-screen rectifier front panel identifications onto the panel. I. Connection Hardware: Use only copper or high conductivity brass electrical hardware, suitably sized, and finished in electroless nickel plating for superior corrosion resistance. Tightly secure all connections with lock washers and nuts torqued to manufacturer's recommended specifications. J. Enclosures: 1. Mount rectifier unit and anode junction panel in a single enclosure. 2. Enclosure to be free standing, NEMA 4X, 36" wide x 48" high x 24" deep, 12gauge,type 304 stainless steel with lifting eyes. 3. Equip with single, louvered door with pad lockable, single handle. Provide dripshield and inside insect screen. 4. Include ground lug, sized for No. 6 AWG wire. 5. Place stickers on all four sides that read "Danger, High Voltage, Keep Out." 6. Provide permanent engraved nameplate with black letters on white background that reads "Cathodic Protection Cabinet, Property of the City of Corpus Christi, In Case of Emergency, Call 311." Cathodic Protection for Pipelines 16640-8 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 K. Rectifier Instrumentation. 1. Equip rectifier with separate analog ammeter and voltmeter. 2. Meters to be a minimum of 3-1/2" size, with a minimum scale length oft-7/8" 3. Meters to be 0 - 50 millivolts full scale deflection, taut-band movement with four- to- one swamping (i.e. internal meter resistance comprised of 25% winding resistance and 75% fully temperature compensated dropping resistor for wide temperature range performance). 4. Provide meters with accuracy±2%full scale deflection at 25' C.,temperature compensated to 0.085% per degree C. 5. Scale rectifier meters to have rated output no less than 70%, or greater than 85%of full scale deflection. 6. Meter shunts to be panel-mounted Holloway type "SW" style, with an accuracyof +0.25%. L. Transformers: Construct transformers to meet UL 506, Specialty Transformers andthe following: 1. Transformer designed as full isolation with separate isolated primary and secondary windings and a minimum efficiency of 95%. 2. Equip transformer secondary with a minimum of 25 steps of secondary voltage adjustment (5-COARSE, 5-FINE). Provide tap adjustment by means of tap bars. 3. Rate transformer materials and construction for Class "H" operation (180' C). Further enhance insulation materials by dipping in thermosetting varnish and baking. 4. Rate transformer for a minimum dielectric strength of 2250 volts applied for one minute between the windings and the core. M. Potential Monitoring Connections: Provide two, machine screw, washers and hex nut connections on the front of the rectifier instrument panel. One to be labeled "Reference" and one to be labeled "Structure". N. Miscellaneous: 1. Supply rectifiers capable of operating on either 115 or 230 volt, single phase, 60 hertz AC input. 2. All cathodic protection rectifiers to be 100%quality control tested as outlined inthis specification. 3. During manufacture, subject the rectifier to frequent visual and performance testingto assure a high degree of quality. Cathodic Protection for Pipelines 16640-9 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 4. Subject rectifiers to 100%testing of the following rectifier electrical parameters: a) AC input voltage, current, apparent power and true power b) DC output current,voltage and power c) AC power factor d) AC to DC conversion efficiency e) Output ripple f) Correct operation of optional features such as interrupters, filters,etc. 5. Give each rectifier a final overall visual inspection prior to packaging 2.06 ANODE JUNCTION PANEL A. Enclosure: Mount the anode junction panel in the stainless steel or aluminum rectifier enclosure as shown on the Drawing. Provide positive terminal,0.01 ohm type RS Holloway shunts, and a minimum 3/16"thick, NEMA Grade "XX" phenolic panel. For size and terminal configurations, see Drawings. B. Positive Cable: Use a single conductor, seven strand, copper with THHN insulation for the cable from the anode junction panel to the transformer-rectifier. It is required that a No. 8 AWG seven strand, copper conductor equipped with fluorinated polymer be used as the cable from each anode to the anode junction box. THHN insulation is only allowed between the anode junction panel and transformer/rectifier. 2.07 NEGATIVE CABLES A. Cables: Use single conductor, seven-strand, copper with medium density, HMWPE insulation for the rectifier negative cables.The polyethylene to conform to ASTM D 1248,Type I, Class C, Grade 5. B. Test Lead: The test lead to be No. 12 AWG, solid copper wire with white, TW or THW insulation and of sufficient length to extend from the protected structure to the rectifier without splicing. 2.08 STATIONARY REFERENCE ELECTRODES A. Type: Provide a copper/copper sulfate, double membrane, ceramic cell in a geomembrane package, such as a Permacell Plus or approved equal. B. Wire: Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to extend from the pipeline to the rectifier without splicing. 2.09 THERMITE WELD EQUIPMENT A. Charges and Molds: Use weld charges and molds sized as specified by the manufacturer for the specific wire size and surface configuration. Weld charges and molds to be Cadweld by Erico or Thermoweld by Continental Industries. B. Limitation: For high strength steel pipelines, use only 15 gram Cadweld charges. C. Weld Coating: Coat all bare metal and weld metal with Stopaq CZ tape or approved equal. D. Weld Cap: Cover the coated weld with a plastic weld cap. Cathodic Protection for Pipelines 16640-10 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 2.10 AC POWER SERVICE A. Products: All AC power components must meet local power company requirements. B. Meter Base: Meter base to be 120/240-volt, single phase,100-ampere. C. Disconnect Switch: Provide fused disconnect switch in NEMA 1 enclosure. Mount on power pole below meter base. D. Ground Rod: Ground rod must conform to the requirements of the utility company having jurisdiction. E. Ground Wire and Clamp: Ground wire to be bare, No. 6 AWG solid copper wire. Use a bronze, bolt-on ground rod clamp. F. Provide power pole with meter loop and meter base conforming to the requirements of the utility company having jurisdiction. 3.00 EXECUTION 3.01 INSTALLATION OF SACRIFICIAL ANODES A. Location: Install sacrificial anodes at locations where the anodes will operate at maximum effectiveness. B. Placement: Install anodes in native soil, in a vertically augured hole as shown on the drawings. If a vertical installation of the anodes is not feasible, the anodes may be installed horizontally. C. Backfilling: After the hole is augured, lower the packaged anode into the hole and firmly tamp the soil around the package so that it is in intimate contact with the package. Do not use anode lead wire to lift, secure, or lower anode. D. Lead Wire: Run lead wires from the anodes underground at a minimum depth of 36 inches. Connect the wires through a test station as indicated on the drawings. E. Handling: Handle galvanic anodes carefully to avoid damaging anode materials and wire connections. 3.02 INSTALLATION OF DEEP ANODE GROUNDBEDS A. Permits: A qualified well driller who is recognized as a fully experienced specialist in the installation of deep anode cathodic protection systems is required to perform the drilling and installation of the deep anode systems. The deep anode system installer is required to have a minimum of 5 years experience installing deep anode systems with a minimum of 10 successful deep well anode installations.The Contractor is required to obtain and submit all applications for well drilling permits required by any City, County or State agency. B. Field Location: Contractor is responsible for verifying actual field conditions, location of underground structures, and assuring adequate physical separation from other structures and utilities. Location of the anode wells is approximate. Determine and verify the exact placement in the field with a Cathodic Protection for Pipelines 16640-11 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 representative of the City of Corpus Christi. C. Anode Hole Drilling:The anode hole to be 8 inches diameter by 200 feet deep unless otherwise shown on the drawings. Perform drilling with rotary bit equipment designed specifically for this purpose. Use standard techniques(i.e.trough and vacuum truck)to capture and contain the drilling fluids, mud and cuttings at the top of the hole. Select the type and consistency of drilling fluids to be consistent with soil characteristics. Level the drilling rig to provide a round, straight and plumb anode hole. D. Temporary Well Casing: Drilling of the holes may require the installation of temporary well casings. Remove all temporary casings by the end of the job. E. Anode Hole Geological Logs: As the hole is drilled, maintain a record describing the depth and type of the geological formations encountered. Submit typed copies of the log as required by Section 1.05.D. F. Anode Hole Resistance Log: Record an electric log of the hole using one of the anodes. Previously mark the anode lead wire in ten-foot increments. Mark the anode lead wire for a distance equaling or exceeding the maximum anticipated depth of the hole. As the anode is lowered into the hole, perform a resistance log by impressing a minimum 12-volt DC current between the anode and a very well-grounded structure such as the local AC power neutral network. Do not use Nilsson type soil resistance meters to perform this test.A recommended 12-volt DC power source is a heavy-duty lead acid automobile battery. Lower the anode into the hole at ten-foot increments, hold in place, and measure the voltage and current output of the DC current source. Record the data, type and submit as required under Section 1.05.D. G. Vent Pipe Installation: Install the vent pipe in the hole with the first anode. Cap the bottom of the vent pipe. Cap the top of the vent pipe throughout the anode and coke breeze backfill installation procedure to prevent intrusion of foreign material. Do not allow drilling mud to enter in the vent pipe. H. Anode Installation: The anode well to contain ten (10) tubular cast iron anodes spaced at 10 foot intervals on centers unless otherwise shown on the drawings. Center the anodes in the hole using anode centralizers. Install the anodes by lowering them individually into the hole. Mark the lead wires for the nominal anode depth. Record the final depth with the first anode in the hole (i.e. the bottom anode) identified as anode number one (1). Do not damage the anode lead during handling or lowering into the hole. Under no circumstances, clamp or pinch the anode lead wires around another object while lowering the anodes into the hole. If the insulation for any anode lead wires are cut, broken, or nicked during this operation or at any other time, reject the complete anode and remove from the job site immediately. Replace all damaged anodes at no additional expense to the City of Corpus Christi. I. Anode Column Coke Backfill: Slurry the coke backfill above-grade and then pump into the hole after the anodes are installed. Pump the coke from the bottom of the hole up using a pipe that is the length of the anode hole. Do not use the vent pipe to pump the coke. Raise the pipe as the anode column is filled with coke. Remove the pipe from the hole after the coke installation operation is completed. Use a sufficient amount of backfill such that the coke breeze column extends a minimum of five feet above the top of the uppermost anode. Install the coke backfill uniformly with no voids around the anodes. J. Vent Pipe: Terminate the 1-inch diameter internal vent pipe with a gooseneck fitting. Leave the top end of the vent pipe open to allow gases from the anode hole to exit. Cathodic Protection for Pipelines 16640-12 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 K. Precautions: Take all necessary precautions to avoid entrance of foreign matter into the hole, movement of soil strata, or collapsing of the hole during the progress of the work. Should movement of soil strata or collapse of the drilled hole interfere with proper completion of the anode groundbed, recover the wires, anodes and vent pipe and ream or redrill the hole at no cost to the City of Corpus Christi. L. Mud and Cuttings: Dispose of drilling mud, cuttings and other waste in accordance with the methods and procedures of the best recognized practices and comply with the rules and regulations of the State, City and County. M. Completion: Seal anode hole with bentonite environmental earth seal. Terminate vent pipe and anode lead wires at rectifier. 3.03 INSTALLATION OF CATHODIC PROTECTION RECTIFIERS A. Codes: Comply with the latest edition of the National Electrical Code (NEC) and with all City, and local power company codes and standards. B. Identification: Equip rectifiers with permanent engraved nameplates to identify the units as "Cathodic Protection Cabinet, Property of City of Corpus Christi, In Case of Emergency Call (361) 826-2489." C. Conduit: Place all wiring to the rectifier in rigid galvanized steel conduit when run above grade. 1. Use insulating bushings at the ends of all conduits. 2. Extend steel conduit 12 inches below grade. D. Electrical Service: Provide solar power for each rectifier unit. Furnish and install the necessary wiring, conduits, wires, meter sockets, splice boxes and equipment to run power from the panels to battery storage and rectifier as required by the City Electrical Code. E. Completion: The installation is not considered complete until power supply and output wiring is installed, and the rectifier is capable of operating at full rated load. Install temporary power supply such that the rectifier can be activated for test purposes if required. 3.04 INSTALLATION OF WIRE AND CABLE A. Depth: Install all underground wires and cables at a minimum of 36 inches belowfinal grade with a minimum separation of 6 inches from other underground structures. B. Above-grade Conduit: Enclose all positive and negative cables, and anode lead wiresin rigid galvanized steel conduit when above-grade. 1. Use insulating bushings at the ends of all conduits. 2. Extend conduit 12 inches below grade. Cathodic Protection for Pipelines 16640-13 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 C. Below Grade Conduit: Enclose all cables and wires in grey electrical PVC conduitwhen below grade. 3.05 INSTALLATION OF ANODE LEAD JUNCTION BOXES A. Location: Mount anode lead junction box inside cathodic protection cabinet or in separate cabinet provide conduit for all wiring into anode junction box and between junction box and rectifier cabinet. B. Anode Lead Panel: Mount anode lead panel to cabinet with machine screws, washers and hex nuts. 3.06 NEGATIVE CABLE AND TEST LEAD ATTACHMENT A. Attach negative cables and test lead to the pipe by thermite welding. B. Clean and dry the pipe to which the negative cables and test lead are to be attached. C. Use a grinding wheel to remove all coating, mill scale, oxide, grease and dirt from the pipe over an area approximately 3 inches square. Clean the surface to bright metal. D. Remove approximately one inch of insulation from each end of the wires to bethermite welded to the pipe, exposing clean, oxide-free copper for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. Use a copper sleeve crimped over the wire for all wires No. 12 AWG size. F. Place the metal disk in the bottom of the mold. G. Remove the cap from the weld charge container. Pour the contents into the mold.Squeeze the bottom of the weld charge container and spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun. Hold the mold firmlyin place until all of the charge has burned and the weld has cooled slightly. I. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. If the weld is not secure or the wire breaks, repeat the procedure. J. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. 3.07 PERMANENT REFERENCE CELL A. Location: When not shown on the Drawings, locate the permanent reference cell near the negative structure connection. B. Placement: Remove the permanent reference cell from the shipping package and place below the springline and one foot away from the pipeline. Make certain that the reference electrode is completely surrounded by the special backfill material in the geomembrane package. Cathodic Protection for Pipelines 16640-14 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 C. Backfill the reference electrode with six inches of select, native soil and compact by hand. Moisten the soil for good compaction. Saturate the backfilled reference cell with 5 gallons of water. D. Wiring: Run continuous lengths of the blue reference cell wiring, and the white test lead to the rectifier unit in the same trench as the negative cable. Do not nick or otherwise damage the wire insulation. 3.08 POST INSTALLATION TESTING OF THE CATHODIC PROTECTION SYSTEMS A. General: Inspect,energize,and adjust the cathodic protection as soon as possible after the equipment has been installed. B. Energization: Perform the energizing of the cathodic protection system by a Corrosion Engineer to achieve compliance with the referenced corrosion control standards set forth by NACE and/orAWWA. C. Notice: Prior to native state, polarized potential testing, and commissioning of the system, give a minimum of 48 hours notice to the City Engineering Project Manager to facilitate observation of the tests by a City of Corpus Christi Representative. D. Method:The Corrosion Engineer shall: 1. Measure native state pipe-to-soil potentials at all test stations, permanent reference cells, electrical isolation devices, and locations of exposed pipe prior to energizing the cathodic protection system. 2. Measure casing-to-soil potentials and foreign line potentials, prior to energizing the cathodic protection system. 3. Energize the cathodic protection system and adjust the DC current output such that the pipe- to-soil potentials near the cathodic protection current source (either transformer-rectifier or sacrificial anodes)is approximately-1000 millivolts to a copper sulfate electrode(CSE). Record the DC voltage and current of the power supply. 4. Allow sufficient time for the pipeline to polarize. 5. Using a current interrupter, cycle the power supply "On" and "Off". 6. Record "On" and "Instant Off" potentials at all water pipeline test stations, permanent reference cells, electrical isolation devices, locations of exposed pipe, casings and foreign pipelines. 7. For steel and ductile iron pipe, adjust the cathodic protection power supplies to satisfy the criteria of a minimum 100 millivolts of polarization or an "Instant Off' potential at least as negative as-850 millivolts CSE. 8. For concrete cylinder pipe, adjust the cathodic protection power supplies to achieve a minimum 100 millivolt of polarization without any "Instant Off' potentials more negative Cathodic Protection for Pipelines 16640-15 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 than -1000 millivolts CSE. 9. Record all final adjustments of the DC power supplies. 10. Verify that all electrical isolation devices are operating properly including flange isolators, and casing spacers. 11. Verify that interference does not exist with foreign pipelines. Perform joint tests and mitigate any interference detected. E. After initial energization and after rectifiers have been adjusted as necessary for compliance with NACE RP-0169 (latest revision), perform a walk-through inspection with City Engineer to verify that all corrosion control components have been installed in accordance with project drawings and specifications. F. Make a punch list of outstanding work identified during walk-through inspection. Once Contractor has completed all work on punchlist, pipeline will be allowed to polarize for 30 days before final testing. Perform final testing and adjustment after 30-day polarization period. Repair deficiencies discovered during final testing at Contractor's expense and at no additional cost to City. G. Equipment: All cathodic protection testing instruments to be in proper working order and calibrated according to factory specifications. Prior to substantial complete being issues Contractor to submit all materials and supplies included in Section 1.05, Paragraph I to City representative. H. Report: Submit a written report in accordance with Section 1.05, Submittals. Include all test data, resistance and geologic logs, the rectifier O&M Manual and the As-Built Drawings. 3.09 TRAINING COORDINATION AND SUPPORT A. Contractor shall coordinate the testing, start-up and commissioning of the proposed solar power and rectifier systems with the City and the City's Engineer. Contractor shall provide prior written notice, 72-hour minimum of working day hours before proceeding with testing and start-up to allow the City's utility maintenance personnel the opportunity to be present to observe. Contractor shall provide safe access to the City's utility maintenance personnel. 3.10 MISCELLANEOUS RECTIFIER REPAIR A. Contractor shall inspect existing conditions to determine repairs needed to restore rectifier and anode ground bed functionality. Contractor shall submit inspection results and proposal for repairs to engineer for review. END OF SECTION Cathodic Protection for Pipelines 16640-16 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 PAGE INTENTIONALLY BLANK Cathodic Protection for Pipelines 16640-17 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 Chapter 49 - STREETS AND SIDEWALKS Sec. 49-46-4. Duties of persons making excavations or creating obstructions. Any person who shall cause to be made any excavation or obstruction in any street or right-of-way may not suffer the same to remain there beyond a time reasonably sufficient for the completion of the work and/or removal of the obstruction,and shall repair the subject portion of such street,or right-of-way so as to restore the same to its condition previous to the making of such cut or obstruction. It shall be the duty of such excavators to protect the area while such condition exists and promptly to repair the same so as to leave the street or right-of- way in as good condition as before the excavation. (Ord. No.033299, §3, 2-13-2024) Sec. 49-47-1. Excavation in new or streets in good condition. The permittee shall complete pavement restoration of the excavated area within thirty(30)days on arterial and collector streets and within thirty(30) days on residential and alley streets after final backfill is completed and accepted by the director.The permittee shall conduct the work with a minimum disturbance to existing utilities and shall coordinate all work in or near the existing utilities with the utility owners. (1) Excavation in new asphalt pavement streets and alleys.There shall be no excavation in new streets, as defined in this article,without a variance from the director.Any request for a permit to excavate a new street shall include a description of the proposed work and proposed restoration of the area, per requirements by the director or defined in the construction standards, as well as a statement as to why alternate procedures cannot or should not be used in lieu of excavating a new street. a. The minimum width of restoration for excavations granted in new streets shall extend from the full width of impacted lane(s) up to curb to curb on any street. b. Any street(0—six years and PCI >_eighty(80)). For excavations granted in new streets,the length of restoration shall extend a minimum of twenty-five(25)feet beyond the edge of the excavation.The age is measured from the date of acceptance by the city.The overlay thickness shall match the existing pavement section at a minimum. C. The final surface shall be in accordance with construction standards. d. The director may require additional restoration limits, in addition to the minimum lengths defined in this article,for diagonal cuts or perpendicular cuts ten (10)feet or less apart. e. Permittee shall be required to submit a letter of variance if restoration is proposed to vary from the construction standards. (2) Permitted excavation in streets and alleys. a. A permit shall be granted in accordance with this article for streets and alleys with a pavement condition index less than eighty(80)or greater than six(6)years in age.The age is measured from the date of acceptance by the city. b. Streets and alleys(>six(6)years or PCI<eighty(80)).The width of restoration limits shall be the full lane,at minimum.The length of restoration shall extend a minimum of ten (10)feet beyond the outermost edge of excavation.The overlay thickness shall match the existing pavement section at a minimum.Trench requirements shall comply with the construction standards. C. The final surface shall be in accordance with construction standards. d. A permit holder shall perform jacking and boring operations in a manner that does not weaken or impair the right-of-way upon completion of restoration of the excavation. Streets and Sidewalks 49-1 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 e. Excavation in all streets in good condition regardless of age should not occur without prior approval of the director.Streets assigned a PCI of seventy(70)or above by the pavement management system are deemed to be in good condition and are subject to the review procedures of excavation of new streets. f. Restoration of the excavated area of streets in good condition shall be in accordance with this article. g. The director may require additional restoration limits, in addition to the minimum lengths defined in this article,for diagonal cuts or perpendicular cuts ten (10)feet or less apart. (3) Excavation in Portland cement concrete(PCQ pavement surface. If the existing pavement is PCC,the concrete shall be cut first with a saw to a minimum depth of half the thickness of the concrete which shall also cut the reinforcing steel.The concrete can then be broken out with an air chisel or pavement breaker. No more than six(6) inches of PCC shall be broken back beneath the saw cut.Any street excavation/cut shall repair the impacted trench and replace full panels,at minimum. Further criteria is set forth in the construction standards.The guidelines for jacking and boring are set forth in the construction standards. (Ord. No.033299, §3, 2-13-2024) Sec. 49-47-2. Variances/exemptions. A permittee or ROW user may request a variance from any of the requirements of this article by filing a written request with the director stating the requirement and the basis for the variance. Incomplete variance requests may be rejected.The applicant shall bear its own expenses of the application process. (1) Any request for a variance from any right-of-way restoration requirement shall be made in writing in advance of any contemplated work and shall be accompanied by digitally formatted detailed plans of the substituted reconstruction and/or repair of the excavated area, if applicable. (2) Any request for an exemption from any penalty or fee other than as provided in this article shall be made in writing and shall be accompanied by a written detailed request stating the reasons why a variance or exemption should be granted. (3) Any request for an exemption from any permit or any other requirement of this article shall be made in writing and shall be accompanied by a written detailed request stating the reasons why a variance or exemption should be granted. (4) The department shall grant or deny an application for a variance within ten (10)days of receipt of the application for variance. (5) Denial of the variance may be appealed in accordance with the appeal section of this article. (Ord. No.033299, §3, 2-13-2024) Sec. 49-47-3. Exception for driveways, irrigation, sprinkler and residential purposes. (a) This article shall not be applicable to excavations which are not in the pavement and are solely for the purpose listed below: (1) Installing a sprinkler system for one(1)or more single-or two-family residential units. (2) Construction, reconstruction,alteration, removal, repair or replacement of driveway approaches, sidewalks or curb and gutter on local, residential streets for a single-or two-family residential dwelling unit. Streets and Sidewalks 49-2 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 (b) This article shall apply to construction of driveway approaches and curb and gutter on collector or arterial streets if excavation of the street is required for installation or repair. (c) Denied permits may be appealed as set forth in this article. (Ord. No.033299, §3, 2-13-2024) Streets and Sidewalks 49-3 Citywide Large-Size Water Line Cathodic Protection System FY23 (IDIQ) Re-Bid Project No. 23064 100 Item 100 Preparing Right of Way ,Texas Department of Transportation 1. DESCRIPTION Prepare the right of way and designated easements for construction operations by removing and disposing of all obstructions when removal of such obstructions is not specifically shown on the plans to be paid by other Items. 2. CONSTRUCTION Protect designated features on the right of way and prune trees and shrubs as directed. Do not park equipment,service equipment,store materials,or disturb the root area under the branches of trees designated for preservation.Treat cuts on trees with an approved tree wound dressing within 20 min.of making a pruning cut or otherwise causing damage to the tree when shown on the plans. Follow all local and state regulations when burning. Pile and burn brush at approved locations as directed. Coordinate work with state and federal authorities when working in state or national forests or parks.Test, remove,and dispose of hazardous materials in accordance with Article 6.10.,"Hazardous Materials." Clear areas shown on the plans of all obstructions,except those landscape features that are to be preserved. Such obstructions include remains of houses and other structures,foundations,floor slabs,concrete, brick, lumber, plaster,septic tank drain fields, basements,abandoned utility pipes or conduits,equipment,fences, retaining walls,and other items as specified on the plans. Remove vegetation and other landscape features not designated for preservation,curb and gutter,driveways,paved parking areas,miscellaneous stone, sidewalks,drainage structures, manholes,inlets,abandoned railroad tracks, scrap iron,and debris,whether above or below ground. Removal of live utility facilities is not included in this Item. Remove culverts,storm sewers,manholes,and inlets in proper sequence to maintain traffic and drainage. Notify the Engineer in writing when items not shown on the plans and not reasonably detectable(buried with no obvious indication of presence)are encountered and required to be removed.These items will be handled in accordance with Article 4.5., "Differing Site Conditions." Remove obstructions not designated for preservation to 2 ft.below natural ground in areas receiving embankment. Remove obstructions to 2 ft. below the excavation level in areas to be excavated. Remove obstructions to 1 ft.below natural ground in all other areas.Cut trees and stumps off to ground level when allowed by the plans or directed. Plug the remaining ends of abandoned underground structures over 3 in. in diameter with concrete to form a tight closure. Backfill,compact,and restore areas where obstructions have been removed unless otherwise directed. Use approved material for backfilling. Dispose of wells in accordance with Item 103,"Disposal of Wells." Accept ownership, unless otherwise directed,and dispose of removed materials and debris at locations off the right of way in accordance with local,state,and federal requirements. 3. MEASUREMENT This Item will be measured by the acre; by the 100-ft.station, regardless of the width of the right of way;or by each tree removed. 4. PAYMENT For"acre"and"station"measurement,the work performed in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for`Preparing Right of Way."For"each" 69 100 measurement,the work performed in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Preparing Right of Way(Tree)"of the diameter specified.This price is full compensation for pruning of designated trees and shrubs; removal and disposal of structures and obstructions; back-filling of holes;furnishing and placing concrete for plugs;and equipment, labor,tools,and incidentals. Total payment of this Item will not exceed 10%of the original contract amount until final acceptance.The remainder will be paid on the estimate after the final acceptance under Article 5.12.,"Final Acceptance." 70 105 Item 105 Removing Treated and Untreated Texas Department Base and Asphalt Pavement ofTransportation 1. DESCRIPTION Break,remove,and store or dispose of existing asphalt pavement, including surface treatments,and treated or untreated base materials. 2. CONSTRUCTION Break material retained by the Department into pieces not larger than 24 in. unless otherwise shown on the plans. Remove existing asphalt pavement before disturbing stabilized base.Avoid contamination of the asphalt materials and damage to adjacent areas. Repair material damaged by operations outside the designated locations. Stockpile materials designated salvageable at designated sites when shown on the plans or as directed. Prepare stockpile site by removing vegetation and trash and by providing for proper drainage. Material not designated to be salvaged will become the property of the Contractor.When this material is disposed of,do so in accordance with federal,state,and local regulations. 3. MEASUREMENT This Item will be measured by the 100-ft.station along the baseline of each roadbed, by the square yard of existing treated or untreated base and asphalt pavement in its original position,or by the cubic yard of existing treated or untreated base and asphalt pavement in its original position,as calculated by the average end area method.Square yard and cubic yard measurement will be established by the widths and depths shown on the plans and the lengths measured in the field. 4. PAYMENT The work performed in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for"Removing Treated and Untreated Base and Asphalt Pavement"of the depth specified.This price is full compensation for breaking the material, loading, hauling, unloading,stockpiling or disposing; repair to areas outside designated locations for removal; and equipment,labor,tools,and incidentals. 74 110 R Item 110 ExcavationZ,I;ranspor Texas epartment tation 1. DESCRIPTION Excavate areas as shown on the plans or as directed. Remove materials encountered to the lines,grades, and typical sections shown on the plans and cross-sections. 2. CONSTRUCTION Accept ownership of unsuitable or excess material and dispose of material in accordance with local,state, and federal regulations at locations outside the right of way. Maintain drainage in the excavated area to avoid damage to the roadway section.Correct any damage to the subgrade caused by weather at no additional cost to the Department. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. 2.1. Rock Cuts. Excavate to finish subgrade. Manipulate and compact subgrade in accordance with Section 132.3.4.,"Compaction Methods,"unless excavation is to clean homogenous rock at finish subgrade elevation. Use approved embankment material compacted in accordance with Section 132.3.4., "Compaction Methods,"to replace undercut material at no additional cost if excavation extends below finish subgrade. 2.2. Earth Cuts. Excavate to finish subgrade. Scarify subgrade to a uniform depth at least 6 in. below finish subgrade elevation in areas where base or pavement structure will be placed on subgrade. Manipulate and compact subgrade in accordance with Section 132.3.4.,"Compaction Methods." Take corrective measures as directed if unsuitable material is encountered below subgrade elevations. 2.3. Subgrade Tolerances.Excavate to within 1/2 in. in cross-section and 1l2 in. in 16 ft. measured longitudinally for turnkey construction. Excavate to within 0.1 ft.in cross-section and 0.1 ft. in 16 ft.measured longitudinally for staged construction. 3. MEASUREMENT This Item will be measured by the cubic yard in its original position as computed by the method of average end areas. This is a plans quantity measurement Item.The quantity to be paid 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. Limits of measurement for excavation in retaining wall areas will be as shown on the plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 4. 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"Excavation(Roadway),""Excavation(Channel)," 76 110 "Excavation(Special),"or"Excavation (Roadway and Channel)."This price is full compensation for authorized excavation;drying; undercutting subgrade and reworking or replacing the undercut material in rock cuts; hauling;disposal of material not used elsewhere on the project;scarification and compaction;and equipment,labor, materials,tools,and incidentals. Drying required deeper than 6 in.below subgrade elevation will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method."Excavation and replacement of unsuitable material below subgrade elevations will be performed and paid for in accordance with the applicable bid items. However, if Item 132, "Embankment,"is not included in the Contract,payment for replacement of unsuitable material will be paid for in accordance with Article 9.7.,"Payment for Extra Work and Force Account Method." When a slide not due to the Contractor's negligence or operation occurs, payments for removal and disposal of the slide material will be in accordance with Article 9.7., "Payment for Extra Work and Force Account Method."Excavation in backfill areas of retaining walls will not be measured or paid for directly but will be subsidiary to pertinent Items. 77 132 R Item 132 EmbankmentZ,I;ranspor Texas epartment tation 1. DESCRIPTION Furnish, place,and compact materials for construction of roadways,embankments,levees,dikes,or any designated section of the roadway where additional material is required. 2. MATERIALS Furnish approved material capable of forming a stable embankment from required excavation in the areas shown on the plans or from sources outside the right of way. Provide one or more of the following types as shown on the plans: ■ Type A.Granular material that is free from vegetation or other objectionable material and meets the requirements of Table 1. Table 1 Testing Requirements Property Test Method Specification Limit Liquid limit Tex-104-E <_45 Plasticity index PI Tex-106-E 515 Bar linear shrinka e Tex-107-E >_2 Perform the Linear Shrinkage test only as indicated in Tex-104-E. ■ Type B. Materials such as rock,loam,clay,or other approved materials. ■ Type C. Material meeting the specification requirements shown on the plans. Type C may be further designated as Type C1, C2,etc. ■ Type D. Material from required excavation areas shown on the plans. Meet the requirements of the pertinent retaining wall Items for retaining wall backfill material. 3. CONSTRUCTION Meet the requirements of Item 7,"Legal Relations and Responsibilities,"when off right of way sources are used. Notify the Engineer before opening a material source to allow for required testing. Complete preparation of the right of way in accordance with Item 100, "Preparing Right of Way,"for areas to receive embankment. Backfill tree-stump holes or other minor excavations with approved material and tamp. Restore the ground surface, including any material disked loose or washed out,to its original slope.Compact the ground surface by sprinkling in accordance with Item 204,"Sprinkling,"and by rolling using equipment complying with Item 210,"Rolling,"when directed. Scarify and loosen the unpaved surface areas,except rock,to a depth of at least 6 in. unless otherwise shown on the plans. Bench slopes before placing material.Begin placement of material at the toe of slopes. Do not place trees,stumps, roots,vegetation,or other objectionable material in the embankment. Simultaneously recompact scarified material with the placed embankment material. Do not exceed the layer depth specified in Section 132.3.4.,"Compaction Methods." Construct embankments to the grade and sections shown on the plans.Construct the embankment in layers approximately parallel to the finished grade for the full width of the individual roadway cross-sections unless 80 132 otherwise shown on the plans. Ensure that each section of the embankment conforms to the detailed sections or slopes.Maintain the finished section,density,and grade until the project is accepted. 3.1. Earth Embankments.Earth embankment is mainly composed of material other than rock. Construct embankments in successive layers,evenly distributing materials in lengths suited for sprinkling and rolling. Treat material in accordance with Item 260,"Lime Treatment(Road-Mixed)"or Item 275,"Cement Treatment (Road-Mixed)"when required. Obtain approval to incorporate rock and broken concrete produced by the construction project in the lower layers of the embankment. Place the rock and concrete outside the limits of the completed roadbed when the size of approved rock or broken concrete exceeds the layer thickness requirements in Section 132.3.4., "Compaction Methods."Cut and remove all exposed reinforcing steel from the broken concrete. Move the material dumped in piles or windrows by blading or by similar methods and incorporate it into uniform layers. Featheredge or mix abutting layers of dissimilar material for at least 100 ft.to ensure there are no abrupt changes in the material. Break down clods or lumps of material and mix embankment until a uniform material is attained. Apply water free of industrial wastes and other objectionable matter to achieve the uniform moisture content specified for compaction. Roll and sprinkle each embankment layer in accordance with Section 132.3.4.1.,"Ordinary Compaction," when ordinary compaction is specified. Compact the layer to the required density in accordance with Section 132.3.4.2.,"Density Control,"when density control is specified. 3.2. Rock Embankments. Rock embankment is mainly composed of rock.Construct rock embankments in successive layers for the full width of the roadway cross-section with a depth of 18 in.or less.Increase the layer depth for large rock sizes as approved. Do not exceed a depth of 2-112 ft. in any case. Fill voids created by the large stone matrix with smaller stones during the placement and filling operations. Ensure the depth of the embankment layer is greater than the maximum dimension of any rock. Do not place rock greater than 2 ft. in its maximum dimension, unless otherwise approved. Construct the final layer with graded material so that the density and uniformity is in accordance with Section 132.3.4.,"Compaction Methods."Break up exposed oversized material as approved. Roll and sprinkle each embankment layer in accordance with Section 132.3.4.1.,"Ordinary Compaction," when ordinary compaction is specified.Compact each layer to the required density in accordance with Section 132.3.4.2.,"Density Control,"when density control is specified. Proof-roll each rock layer as directed, where density testing is not possible,in accordance with Item 216,"Proof Rolling,"to ensure proper compaction. 3.3. Embankments Adjacent to Culverts and Bridges.Compact embankments adjacent to culverts and bridges in accordance with Item 400,"Excavation and Backfill for Structures." 3.4. Compaction Methods. Begin rolling longitudinally at the sides and proceed toward the center,overlapping on successive trips by at least 112 the width of the roller.Begin rolling at the lower side and progress toward the high side on super elevated curves.Alternate roller trips to attain slightly different lengths. Compact embankments in accordance with Section 132.4.1.,"Ordinary Compaction,"or Section 132.3.4.2.,"Density Control,"as shown on the plans. 3.4.1. Ordinary Compaction.Use approved rolling equipment complying with Item 210,"Rolling,"to compact each layer. Use specific equipment when required by the plans or the Engineer.Do not allow the loose depth of any layer to exceed 8 in.,unless otherwise approved.Bring each layer to the moisture content directed before and during rolling operations. Compact each layer until there is no evidence of further consolidation. Maintain a level layer to ensure uniform compaction. Recompact and refinish the subgrade at no additional expense to the Department if the required stability or finish is lost for any reason. 81 132 3.4.2. Density Control.Compact each layer to the required density using equipment complying with Item 210, "Rolling."Determine the maximum lift thickness based on the ability of the compacting operation and equipment to meet the required density. Do not exceed layer thickness of 16 in.loose or 12 in. compacted material unless otherwise approved. Maintain a level layer to ensure uniform compaction. The Engineer will use Tex-114-E to determine the maximum dry density(Da)and optimum moisture content (Wopt).Meet the requirements for field density and moisture content in Table 2 unless otherwise shown on the plans. Table 2 Field Density Control Requirements Description DensityMoisture Content Tex-115-E PI<_15 >_98%Da 15<PI<_35 >_98%Da and<_102%Da >_Wopt PI>35 >_95%Da and<_100%Da >_Wopt Each layer is subject to testing by the Engineer for density and moisture content. During compaction,the moisture content of the soil should not exceed the value shown on the moisture-density curve,above optimum, required to achieve: ■ 98%dry density for soils with a PI greater than 15 but less than or equal to 35 or ■ 95%dry density for soils with PI greater than 35. Remove small areas of the layer to allow for density tests as required.Replace the removed material and recompact at no additional expense to the Department.Proof-roll in accordance with Item 216,"Proof Rolling,"when shown on the plans or as directed. Correct soft spots as directed. 3.5. Maintenance of Moisture and Reworking. Maintain the density and moisture content once all requirements in Table 2 are met. Maintain the moisture content no lower than 4%below optimum for soils with a PI greater than 15. Rework the material to obtain the specified compaction when the material loses the required stability,density,moisture, or finish.Alter the compaction methods and procedures on subsequent work to obtain specified density as directed. 3.6. Acceptance Criteria. 3.6.1. Grade Tolerances. 3.6.1.1. Staged Construction.Grade to within 0.1 ft. in the cross-section and 0.1 ft. in 16 ft. measured longitudinally. 3.6.1.2. Turnkey Construction.Grade to within 1/2 in. in the cross-section and 1/2 in. in 16 ft. measured longitudinally. 3.6.2. Gradation Tolerances.Ensure no more than 1 of the 5 most recent gradation tests is outside the specified limits on any individual sieve by more than 5%when gradation requirements are shown on the plans. 3.6.3. Density Tolerances.Ensure no more than 1 of the 5 most recent density tests for compaction work is outside the specified density limits,and no test is outside the limits by more than 3 pcf. 3.6.4. Plasticity Tolerances. Ensure no more than 1 of the 5 most recent PI tests for material is outside the specified limit by more than 2 points. 4. MEASUREMENT Embankment will be measured by the cubic yard. Measurement will be further defined for payment as follows: 82 132 4.1. Final.The cubic yard will be measured in its final position using the average end area method.The volume is computed between the original ground surface or the surface upon which the embankment is to be constructed and the lines, grades,and slopes of the embankment. In areas of salvaged topsoil, payment for embankment will be made in accordance with Item 160,"Topsoil."Shrinkage or swell factors will not be considered in determining the calculated quantities. 4.2. Original.The cubic yard will be measured in its original and natural position using the average end area method. 4.3. Vehicle.The cubic yard will be measured in vehicles at the point of delivery. When measured by the cubic yard in its final position,this is a plans quantity measurement Item.The quantity to be paid 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. Shrinkage or swell factors are the Contractor's responsibility.When shown on the plans,factors are for informational purposes only. Measurement of retaining wall backfill in embankment areas is paid for as embankment unless otherwise shown on the plans.Limits of measurement for embankment in retaining wall areas are shown on the plans. 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"Embankment(Final),""Embankment(Original),"or "Embankment(Vehicle)"of the compaction method and type specified.This price is full compensation for furnishing embankment; hauling; placing,compacting,finishing,and reworking;disposal of waste material; and equipment, labor,tools, and incidentals. When proof rolling is directed, it will be paid for in accordance with Item 216, "Proof Rolling." All sprinkling and rolling,except proof rolling,will not be paid for directly but will be considered subsidiary to this Item,unless otherwise shown on the plans. 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 Article 9.7.,"Payment for Extra Work and Force Account Method." 83 134 R Item 134 Backfilling Pavement Edges ,Texas Department of Transportation 1. DESCRIPTION Backfill pavement edges in conformance with the typical sections shown on the plans. 2. MATERIALS 2.1. Backfill Material. Use backfill material capable of sustaining vegetation unless otherwise specified on the plans. Furnish backfill material of one of the following types: 2.1.1. Type A. Backfill secured from a source outside the right of way and according to the requirements as shown on the plans. 2.1.2. Type B. Backfill secured from within the existing right of way as shown on the plans or as directed. 2.1.3. Type C. Mulch sodding backfill secured from an approved source in accordance with Section 162.2.2., "Mulch Sod." 2.2. Emulsified Asphalt. Furnish the type specified on the plans and meeting the requirements of Item 300, "Asphalts, Oils,and Emulsions." 2.3. Fertilizer. Furnish fertilizer in accordance with Article 166.2., "Materials,"if specified on the plans. 2.4. Water. Furnish water required for proper compaction, promotion of plant growth,or emulsion dilution in accordance with Article 168.2., "Materials." 3. CONSTRUCTION Haul the backfill material to the required location before placing the finish surface course unless directed otherwise.Spread,compact, and shape the backfill material in accordance with the typical sections after placing the finish surface course. Do not drag,push,or scrape material across completed pavement. 3.1. Types A and B Backfill.Bring the backfill material to the approved moisture content. Shape to the lines and grades shown on the plans, and compact as directed.Blade the roadway side-slopes to a smooth surface after compacting the backfill. 3.2. Type C Backfill. Place mulch sod in a uniform windrow,and keep moist as directed. Cultivate the area to receive mulch sod to a depth of 4 in. Blade and shape the mulch sod across the area in varying depths as shown on the typical sections to produce a smooth and uniform slope.Roll with a light roller or other suitable equipment. Moisten to the maximum depth of the backfill,after applying fertilizer,as directed. 3.3. Fertilizer. Distribute fertilizer uniformly in accordance with Article 166.3.,"Construction,"after final finishing of the backfill material when fertilizer is specified on the plans. Moisten to a depth of 4 in.or to the maximum depth of the backfill,whichever is less,after applying fertilizer. 3.4. Emulsified Asphalt.Apply the emulsified asphalt mixture in accordance with Article 314.4.,"Construction," after final finishing of the backfill material,at the specified amount and rate of application as shown on the plans. 84 134 4. MEASUREMENT This Item will be measured by the 100-ft.station along the baseline of each roadbed. 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"Backfill"of the type specified.This price is full compensation for furnishing the emulsified asphalt,water,fertilizer,and backfill material;and for equipment, labor, materials,tools,and incidentals. 85 216 R Item 216 Proof Rolling ,Texas Department of Transportation 1. DESCRIPTION Proof-roll earthwork, base, or both to locate unstable areas. 2. EQUIPMENT 2.1. Specified Equipment. Furnish rollers that weigh at least 25 tons when loaded.The maximum acceptable load is 50 tons. Provide rollers that meet the requirements of Section 210.2.4.,"Pneumatic Tire Rollers." 2.2. Alternative Equipment.The Contractor may use alternate compaction equipment that produces results equivalent to the specified equipment in the same period of time as approved. Discontinue the use of the alternative equipment and furnish the specified equipment if the desired results are not achieved. 3. CONSTRUCTION Perform proof rolling as directed.Adjust the load and tire inflation pressures within the range of the manufacturer's charts or tabulations,as directed. Make at least 2 coverages with the proof roller. Offset each trip of the roller by at most one tire width. Operate rollers at a speed between 2 and 6 mph,as directed. Correct unstable or nonuniform areas,if found,in accordance with the applicable Item. 4. MEASUREMENT Rolling will be measured by the hour operated on surfaces being tested. 5. PAYMENT The work performed and equipment furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Proof Rolling."This price is full compensation for furnishing and operating equipment and for labor, materials,tools,and incidentals. 125 247 Item 247 Flexible Base Texas Department of Transportation 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 mill 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 2-1/2" 0 0 0 1-3/4" Tex-110-E 0-10 0-10 0-5 7/8" 10-35 — As shown on 10-35 3/8" 30-65 — the plans 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 35 the plans Plasticity Index,Max' 10 12 As shown on 10 Tex-106-E the plans Plasticity index,Min' As shown on As shown on the As shown on As shown on the plans plans the plans the plans Wet ball mill,%Max 40 — As shown on 40 Tex-116-E the plans Wet ball mill,%Max increase _ As shown on passing the#40 sieve 20 the plans 20 Min compressive strength,psi lateral pressure 0 psi 35 — As shown on — lateral pressure 3 psi Tex 117E — — the plans 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 in Tex-104-E. 2. Grade 4 may be further designated as Grade 4A,Grade 413,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. 126 247 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. 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. Recycled Material.Reclaimed asphalt pavement(RAP)and other recycled materials may be used when shown on the plans. Request approval to blend 2 or more sources of recycled materials. 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, other than RAP,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 requires the 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 allows the 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. 127 247 2.1.3.3. Recycled Material Sources. Department-owned recycled material is available to the Contractor only when shown on the plans. Return unused Department-owned recycled materials to the Department stockpile location designated by the Engineer unless otherwise shown on the plans. 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. 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. 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. 128 247 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 as directed. 4.2. 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. 4.3. 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 mph as 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's expense. 4.3.1. 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. 4.3.2. 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. 4.4. 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 an approved 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 as directed. 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." 4.5. 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. 129 247 4.6. 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. 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 wheel path,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 method. ■ 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 the cubic yard in vehicles of uniform capacity at the point of delivery. 5.2. Cubic Yard in Stockpile.By the cubic yard in the final stockpile position by the method of average end areas. 5.3. Cubic Yard in Final Position. By the cubic yard in the completed and accepted final position.The volume of base course is computed in place by the method of average end areas between the original subgrade or existing base surfaces and the lines,grades,and slopes of the accepted base course 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 set 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 130 247 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 for in accordance with Item 216,"Proof Rolling." 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 the Work." 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 measurement,"In Vehicle,""In Stockpile,"or"In Final Position"will be specified.The unit price bid will not include processing at the roadway.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,furnishing scales and labor for weighing and measuring,and equipment,labor,tools,and incidentals. 6.3. Flexible Base(Stockpile Delivery). Payment will be made for the type and grade specified. For cubic yard 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 area,temporary or permanent stockpiling,assistance provided in stockpile sampling and operations to level stockpiles for measurement,loading, hauling,delivery of materials to the stockpile,furnishing scales and labor for weighing and measuring,and equipment, labor,tools,and incidentals. 131 251 o Item 251 Reworking Base Courses ,Texas Department of Transportation 1. DESCRIPTION Refinish or rework existing base material with or without asphaltic concrete pavement. Incorporate new base material when shown on the plans. 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 will verify that the specification requirements are met before the sources can be used.The Engineer may sample and test project materials at any time before compaction. Use Tex-100-E for material definitions. 2.1. Flexible Base. Furnish new base material that meets the requirements of Item 247,"Flexible Base,"for the type and grade shown on the plans. 2.2. Water. Furnish water free of industrial wastes and other objectionable matter. 3. EQUIPMENT Provide machinery,tools,and equipment necessary for proper execution of the work. 3.1. Compaction Equipment. Provide rollers in accordance with Item 210,`Rolling."Provide rollers in accordance with Item 216,"Proof Rolling,"when required. 3.2. Pulverization Equipment. Provide pulverization equipment that: ■ cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut, ■ provides a visible indication of the depth of cut at all times,and ■ uniformly mixes the materials. 4. CONSTRUCTION Perform work to the width and depth shown on the typical sections for the type of work shown on the plans. Construct and shape exposed subgrade to conform to typical sections as shown on the plans or as directed. Proof roll in accordance with Item 216,"Proof Rolling,"when shown on the plans. Correct soft spots as directed. Before scarifying,clean the existing base of objectionable materials by blading,brooming,or other approved methods,unless otherwise shown on the plans. Perform this work in accordance with applicable Items. 4.1. Types of Work. 4.1.1. Type A.Scarifying only. 4.1.2. Type B.Scarifying,salvaging,and re-laying. 132 251 4.1.3. Type C.Scarifying and reshaping. 4.1.4. Type D. Refinishing. 4.2. Performance of Work. 4.2.1. Scarifying. Loosen and break existing base material,with or without existing asphaltic concrete pavement. Remove asphalt concrete pavement,surface treatment, plant-mix seal,and micro-surfacing when shown on the plans and in accordance with applicable items. Prevent contamination of asphalt material during and after removal.When the existing pavement consists of only a surface treatment,do not remove before scarifying. Scarify existing material for its full width and depth unless otherwise shown on the plans. Do not disturb the underlying subgrade. Break material into particles of not more than 2-112 in. unless otherwise shown on the plans. 4.2.2. Salvaging. Remove the existing base material and stockpile.Windrow if allowed. Perform salvage operations without interfering with traffic,proper drainage,or the general requirements of the work.Remove scarified material using a method approved by the Engineer. Keep material free of contamination. 4.2.3. Re-Laying. Prepare subgrade as shown on the plans or as directed before relaying salvaged material. Proof roll in accordance with Item 216,"Proof Rolling,"when shown on the plans. Correct soft spots as directed. Return and rework salvaged base material,with or without additional new base material,on the prepared roadbed. Place salvaged material on the prepared subgrade and sprinkle, blade,and shape the base to conform to the typical sections shown on the plans or as directed. Place new base material and uniformly mix with salvaged material when shown on the plans. Correct,or remove and replace,segregated material with satisfactory material,as directed. 4.2.4. Reshaping. Rework scarified base material with or without additional new base material. Mix and shape scarified base to conform to the typical sections shown on the plans.When shown on the plans,furnish new base material,and uniformly mix with scarified material before shaping.Do not disturb the underlying subgrade.Correct,or remove and replace,segregated material with satisfactory material as directed. 4.2.5. Refinishing. Blade existing base surface to remove irregularities.Cure before placing the pavement on the refinished base,as shown on the plans or as directed. 4.3. Compaction.Compact using ordinary compaction or density control as shown on the plans. 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 toward the center,overlapping on successive trips by at least one-half the width of the roller unit.On superelevated curves, begin rolling at the low side and progress toward the high side.Offset alternate trips of the roller.Operate rollers at a speed between 2 and 6 mph,as directed. Rework, recompact,and refinish material that fails to meet or that loses required moisture,density,stability, or finish 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. 4.3.1. 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. 4.3.2. Density Control. Determine the moisture content in the mixture at the beginning of and during compaction in accordance with Tex-103-E.Compact to at least 98%of the maximum density determined by Tex-113-E, unless otherwise shown on the plans. 133 251 The Engineer will determine roadway density 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. 4.4. Finishing. Immediately 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 and dispose of loosened material at an approved location.Seal the clipped surface immediately by rolling with a pneumatic tire roller until a smooth surface is attained.Add small amounts of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines,and grades shown on the plans or as directed. In areas where surfacing is to be placed,correct grade deviations in excess of 1/4 in. in 16 ft. measured longitudinally for the entire width of the cross-section.Correct by loosening, adding,or removing material. Reshape and recompact in accordance with Section 251.4.3.,"Compaction." 4.5. Curing.Cure the finished section until the moisture content is at least 2%below optimum or as directed before applying the next successive course or prime coat. 5. MEASUREMENT This Item will be measured by the station,square yard,cubic yard,or ton. Square yard and cubic yard in original position measurement will be established by the widths and depths shown on the plans and the lengths measured in the field. When material is measured in trucks,the weight of the material will be determined on certified scales,or the Contractor must provide a set 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." Measurement is further defined for payment as follows. 5.1. Station. By the 100-ft.station measured along the centerline of each roadbed. 5.2. Square Yard. By the square yard of existing base or pavement in its original position.When square yard measurement is used,limits of measurement will be as shown on the plans. 5.3. Cubic Yard in Vehicle. By the cubic yard of salvaged material in vehicles as delivered at the stockpile. 5.4. Cubic Yard in Stockpile.By the cubic yard of salvaged material in the final stockpile position by the method of average end areas. 5.5. Cubic Yard in Original Position. By the cubic yard in its original position measured by the method of average end areas. 5.6. Ton. By the ton of dry weight in the trucks as delivered at the stockpile.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 truck weighing. 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"Reworking Base Material"for the type,scarified depth,and compaction method shown on the plans. For cubic yard measurements,the measurement location(vehicle,stockpile,or original position)will be specified. No additional payment will be made for thickness or width exceeding that shown on the typical sections or provided on the plans for station,square yard,and cubic yard in the original position measurement.This price is full compensation for furnishing and 134 251 disposing of materials, blading, brooming,scarifying,salvaging, replacing,stockpiling, reshaping, refinishing, compacting,finishing,curing,and equipment,labor,tools,and incidentals. Furnishing and delivering new base will be paid for in accordance with Section 247.6.2.,"Flexible Base (Roadway Delivery)."Mixing,spreading, blading,shaping,compacting,and finishing new or existing base material will not be paid for directly but will be subsidiary to this Item. 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 by the Engineer,it will be paid for in accordance with Item 216,"Proof Rolling." Where subgrade is constructed under this Contract,correction of soft spots in the subgrade or existing base will be at the Contractor's expense.Where subgrade is not constructed under this Contract,correction of soft spots in the subgrade or existing base will be in accordance with pertinent Items or Article 4.4., "Changes in the Work." Removal of existing asphalt concrete pavement will be paid for in accordance with pertinent Items or Article 4.4.,"Changes in the Work." Additional restrictions for measurement and payment are as follows: ■ Type A.Work will be restricted to station and square yard measurement. ■ Type B.Work will be restricted to station,square yard,and cubic yard in the original position measurement. ■ Type C.Work will be restricted to station,square yard,and cubic yard in the original position measurement. ■ Type D.Work will be restricted to station and square yard measurement. 135 300 Item 300 Asphalts, Oils, and Emulsions o/importation 1. DESCRIPTION Provide asphalt cements,cutback and emulsified asphalts, performance-graded asphalt binders,and other miscellaneous asphalt materials as specified on the plans. 2. MATERIALS Provide asphalt materials that meet the stated requirements when tested in accordance with the referenced Department,AASHTO,and ASTM test methods. Use asphalt containing recycled materials only if the recycled components meet the requirements of Article 6.9, "Recycled Materials."Provide asphalt materials that have been preapproved for use by the Construction Division in accordance with Tex-545-C. Acronyms used in this Item are defined in Table 1. Table 1 Acronyms Acronym Definition ------------Test-Procedure-Designations---------------------------------------------------------- Tex Department T or R AASHTO D ASTM Polymer Modifier Designations P polymer-modified SBR or L styrene-butadiene rubber(latex) SBS styrene-butadiene-styrene block co-polymer TR tire rubber(from ambient temperature grinding of truck and passenger tires AC asphalt cement AE as halt emulsion AE-P asphalt emulsion prime A-R asphalt-rubber C cationic EAP&T emulsified asphalt prime and tack H-suffix harder residue lower penetration HF high float MC medium-curing MS medium-setting PCE prime,cure,and erosion control PG performance grade RC rapid-curing RS rapid-setting S-suffix stockpile usage SCM special cutback material SS slow-setting 2.1. Asphalt Cement. Provide asphalt cement that is homogeneous,water-free,and nonfoaming when heated to 3477,and meets the requirements in Table 2. 173 300 Table Asphalt C t Test Viscosity Grade Property Procedure AC-0.6 AC-1.5 AC-3 AC-5 I AC-10 Min Max Min Max Min Max Min Max Min 1: 5 sec. Solubility in Spot test Tex-509-C Neg. Neg. Neg. Neg. Neg. Tests on residue from Thin-Film Oven Test: T 179 Ductility,'77'F 1. If AC-0.6 or AC-1.5 ductility at 77'F is less than 100 cm,material is acceptable if ductility at 60'F is more than 100mn. 2.2. Polymer-Modified Asphalt Cement. Provide polymer-modified asphalt cement that iosmooth, homogeneous,and meets the requirements of Table 3.Supply samples of the base asphalt cement and polymer additives ifrequested. Table Poly mer-Mod ified Asphalt Cement P lymer-Modifiii Viscosity Grade Min Max Min Max Min Max Min Max Min Max Min Max Polymer content,%(solids basis) Tex-533-C 2.0 2.0 3.0 1.0 Viscosity Polymer separation,48 hr. Tex-540-C None None None None None None Tests on residue from RTFOT Tex-541-C aging and pressure aging: and R 28 Creep stiffness T 313 2.3. Cutback Asphalt. Provide cutback asphalt that meets the requirements of Tables 4.5.and 8 for the specified type and grade.Supply samples of the base asphalt cement and polymer additives if requested. 300 Table 4 Rapid-Curing Cutback Asphalt Property Test Type—Grade Procedure RC-250 RC-800 RC-3000 Min Max Min Max Min Max Kinematic viscosity, 140°F,cSt T 201 250 400 800 i 1,600 3,000 i 6,000 Water,% D95 — 0.2 — 0.2 — 0.2 Flash point,T.O.C.,'F T 79 80 80 80 Distillation test: T 78 Distillate,percentage by volume of total distillate to 680°F to 437°F 40 1 75 35 1 70 20 55 to 500°F 65 90 55 85 45 1 75 to 600°F 85 1 — 80 1 — 70 Residue from distillation,volume% 70 — 75 — 82 Tests on distillation residue: Viscosity,140°F,poise T 202 600 1 2400 600 1 2400 600 2400 Ductility,5 cm/min.,77°F,cm T 51 100 100 100 1 — Solubility in trichloroethylene,% T 44 99.0 1 99.0 1 99.0 Spot test Tex-509-C Neg. Neg. Neg. Table 5 Medium Curing Cutback Asphalt Test Type—Grade Property Procedure MC-30 MC-250 MC-800 MC-3000 Min! Max Min Max Min Max Min Max Kinematic viscosity, 140°F,cSt T 201 30 1 60 250 500 800 11,600 3,00016,000 Water,% D95 — 0.2 — 0.2 — 0.2 — 0.2 Flash point,T.O.C.,'F T 79 95 — 122 — 140 — 149 Distillation test: T 78 Distillate,percentage by volume of total distillate to 68WF to 437°F — 1 35 — 1 20 — to 500°F 30 75 5 55 — 40 — 15 to 600°F 75 1 95 60 1 90 45 1 85 15 75 Residue from distillation,volume% 50 67 75 80 Tests on distillation residue: Viscosity,1407,poise T 202 3001 1200 300 1 1200 300 1200 300 1200 Ductility,5 cm/min.,777,cm T 51 100: 100 100 — 100 1 — Solubility in trichloroethylene,% T 44 99.01 99.0 1 99.0 1 — 99.0 Spot test Tex-509-C Neg. Neg. Neg. Neg. 175 300 Table Special-Use C th hAsphalt Property Test Type—Grade Min Max Min Max Min Max Distillation test: T 78 Distillate,percentage by volume of total distillate to 6807 Residue from distillation,volume% 78 1 — 76 1 — 82 1 — Tests on distillation residue: Polymer SBR Polymer content,%(solids basis) Tex-533-C 2.0 2.4. Emulsified Asphalt. Provide emulsified asphalt that is homogeneouo,does not separate after thorough mixing,and meets the requirements for the specified type and grade in Tables 7,8,9,and 10. Table Emulsified Property Test Rapid-Setting Medium-Setting Slow-Setting Procedure HFRS-2 MS-2 AES-300 SS-1 SS-1 H Min Max Min Max Min Max Min I Max Min Max Miscibility T 59 Pass Pass Coating ability and water Dry aggregate/after spray Good/Fair Wet aggregate/after Fair/Fair spray Freezing test,3 cycles' T 59 Pass Pass Pass Distillation test: T 59 Residue by distillation,% 65 by wt. Oil distillate,%by volume 5 of emulsion Tests on residue from 5 sec. Solubility in Ductility,77'F, 1. Applies only when the Engineer designates material for winter use. 300 Table Cationic Emulsified Asphalt Property Test Rapi -Setting Medium-Setting Slow-Setting Min!Max Min Max Min Max Min Max Min: Max Min :Max Coating ability and water resistance: Dry aggregate/after spray T59 Good/Fair Good/Fair — Wet aggregate/after spray Fair/Fair Fair/Fair — Particle charge T 59 Pos itive Positive Pos itive Positive Positive Positive Distillation test: emulsion Tests on residue from distillation: Table Polymer-Modified | Asphalt Property Test Rapid-Setting Medium-Setting Slow-Setting Min Max Min Max Min Max Min Max Min Max Min Max Miscibility T 59 Pass Coating ability and water resistance: T 59 Dry aggregate/after spray Good/Fair Good/Fair Good/Fair — Wet aggregate/after spray Fair/Fair Fair/Fair Fair/Fair — Distillation test:' T 59 emulsion Tests on residue from distillation: Polymer content,wt.%(solids basis) Tex-533-C — — 3.0 3.0 Tests on RTFO curing of distillation residue Tex-541-C 1. ExxoptiontoT59:8hngthotempon$umontho|owerthonnometero|mwlyto35U^F±10^F.Maintain at this temperature for 2Omin. Complete total distillation in0O min.(±5minj from the first application ofheat. 2. HFRS-2P must meet one of either the ductility or elastic recovery requirements. 177 300 Toho1V Polymer-Modified Cationic Emulsified Asphalt Type- rad Property Test apid-Setting Mediu -Setting Slow-Setting Min Max Min Max Min Max Min 1: Max Min 1: Max Min Max Particle charge T 59 Positive Positive Positive Positive Positive Positive Distillation test:' T 59 Tests on residue from distillation: 97.0 Tests on rejuvenating agent: Tests on rejuvenating agent after TFO or T 240 or Tests on latex:4 Tensile strength,die C dumbbell, psi Change in mass after immersion in rejuvenating agent,% 1. Exception toT5Q:Bring the temperature on the lower thermometer slowly to350,F(±O,F).Maintain at this temperature for 2Omin. Complete total distillation in00 min.(±5minj from the first application ofheat. 2. CRS-2P must meet one of either the ductility or elastic recovery requirements. 3. With all precertification samples of CMS-1 P or CMS-2P,submit certified test reports showing that the rejuvenating agent and latex meet the stated requirements.Submit samples of these raw materials if requested by the Engineer. 4. Preparation of latex films:Use any substrate which produces a film of uniform cross-section.Apply latex using a drawdown tool that wiUdo|ivoronoughmateho|toavhievodooimdmoiduu|thinknoon.Cumfi|msfor14deyoat75^Fond50%m|otivohumidity. 5. Cut samples for tensile strength determination using a crosshead speed of 20 in./min. O. Specimen must remain intact after exposure and removal of excess rejuvenating agent. 178 300 2.5. Specialty Emulsions.Provide specialty emulsion that is either asphalt-based or resin-based and meets the requirements of Table 11. Table 11 Specialty Emulsions Type—Grade Property Test Medium-SettingSlow-Setting Procedure AE—P EAP&T PCE Min Max Min Max Min Max Viscosity,Saybolt Furol T 72 77°F,sec. — — — — 10 1 100 122°F,sec. 15 150 — — — — Sieve test,% T 59 — 0.1 — 1 0.1 1 0.1 Miscibility2 T 59 — Pass I Pass Demulsibilit ,35 mL of 0.10 N CaC12,% T 59 — 70 — — —Storage stability,1 day,% T 59 — 1 — Particle size,5%by volume<2.5 pm Tex-238-F3 — — 90 1 90 1 — Asphalt emulsion distillation to 500°F followed by Cutback asphalt distillation of T 59&T 78 residue to 680°F: Residue after both distillations,%by wt. 40 — — — — — Total oil distillate from both distillations,% 25 40 — — — — by volume of emulsion Residue by distillation,%by wt. T 59 — — 60 1 — — — Residue by eva oration,4%by wt. T 59 — — — — 60 1 — Tests on residue after all distillation(s): Viscosity, 140°F,poise T 202 — — 800 — — — Kinematic viscosity,5140°F,cSt T 201 — — — — 100 350 Flash point C.O.C.,°F T 48 — — — — 400 1 — Solubility in trichloroethylene,% T 44 97.5 — — — — — Float test,122°F,sec. T 50 50 1 200 — — — — Supply with each shipment of PCE: ■ a copy of a lab report from an approved analytical lab,signed by a lab official,indicating the PCE formulation does not meet any characteristics of a Resource Conservation Recovery Act(RCRA)hazardous waste; ■ a certification from the producer that the formulation supplied does not differ from the one tested and that no listed RCRA hazardous wastes or Polychlorinated Biphenyls(PCBs)have been mixed with the product;and ■ a Safety Data Sheet. Exception to T 59:In dilution,use 350 mL of distilled or deionized water and a 1,000-mL beaker. Use Tex-238-F,beginning at"Particle Size Analysis by Laser Diffraction,"with distilled or deionized water as a medium and no dispersant,or use another approved method. Exception to T 59:Leave sample in the oven until foaming ceases,then cool and weigh. PCE must meet either the kinematic viscosity requirement or the particle size requirement. 2.6. Recycling Agent. Recycling agent and emulsified recycling agent must meet the requirements in Table 12. Additionally, recycling agent and residue from emulsified recycling agent,when added in the specified proportions to the recycled asphalt,must meet the properties specified on the plans. 179 300 Table 12 Recycling Agent and Emulsified Recycling Agent Test Recycling Agent Emulsified Recycling Property Procedure Agent Min Max Min Max Viscosity,Sa bolt Furol,77°F,sec. T 72 — — 15 100 Sieve test,% T 59 — — — 0.1 Miscibility' T 59 — No coagulation Residue by evaporation,evaporation,2%by wt. T 59 — — 60 1 — Tests on recycling agent or residue from evaporation: Flash point,C.O.C.,°F T 48 400 1 — 400 1 — Kinematic viscosity, T 201 140°F,cSt 75 1 200 75 1 200 275°F,cSt — 10.0 — 10.0 1. Exception to T 59:Use 0.02 N CaC12 solution in place of water. 2. Exception to T 59:Maintain sample at 300°F until foaming ceases,then cool and weigh. 2.7. Crumb Rubber Modifier.Crumb rubber modifier(CRM)consists of automobile and truck tires processed by ambient temperature grinding. CRM must be: ■ free from contaminants including fabric, metal,and mineral and other nonrubber substances; ■ free-flowing;and ■ nonfoaming when added to hot asphalt binder. Ensure rubber gradation meets the requirements of the grades in Table 13 when tested in accordance with Tex-200-F, Part I, using a 50-g sample. Table 13 CRM Gradations Sieve Size Grade A Grade B Grade C Grade D Grade E Passing) Min I Max Min I Max Min Max #8 100 — — — — — #10 95 1 100 100 1 — — — #16 — — 70 100 100 — As shown on As #30 — — 25 1 60 90 100 the plans approved #40 — — — — 45 1 100 #50 0 1 10 — — — — #200 — — 0 1 5 — — 2.8. Crack Sealer. Provide polymer-modified asphalt-emulsion crack sealer meeting the requirements of Table 14. Provide rubber-asphalt crack sealer meeting the requirements of Table 15. Table 14 Polymer-Modified Asphalt-Emulsion Crack Sealer Property Test Procedure Min I Max Rotational viscosity,77°F,cP D 2196,Method A 10,000 25,000 Sieve test,% T 59 — 0.1 Storage stability,1 day,% T 59 — 1 Evaporation Tex-543-C Residue by evaporation,%by wt. 65 1 — Tests on residue from evaporation: Penetration,77°F, 100 g,5 sec. T 49 35 75 Softening point,°F T 53 140 — Ductility,39.2°F,5 cm/min.,cm T 51 100 — 180 300 Table 15 Rubber-As halt Crack Sealer Property Test Procedure Class A Class B Min Max Min Max CRM content,Grade A or B,%by wt. Tex-544-C 22 26 — — CRM content,Grade B,%by wt. Tex 544 C — — 13 17 Virgin rubber content,'%by wt. — — 2 — Flash oint,z C.O.C.,°F T 48 400 1 — 400 — Penetration,3 77°F,150 g,5 sec. T 49 30 1 50 30 50 Penetration,3 32°F,200 g,60 sec. T 49 12 1 — 12 — Softening point,°F T 53 — — 170 — Bond Test,non-immersed,0.5 in specimen,50% extension,20°F4 D5329 — Pass 1. Provide certification that the Min%virgin rubber was added. 2. Agitate the sealing compound with a 3/8-to 1/2-in.(9.5-to 12.7-mm)wide,square-end metal spatula to bring the material on the bottom of the cup to the surface(i.e.,turn the material over)before passing the test flame over the cup.Start at one side of the thermometer,move around to the other,and then return to the starting point using 8 to 10 rapid circular strokes.Accomplish agitation in 3 to 4 sec.Pass the test flame over the cup immediately after stirring is completed. 3. Exception to T 49:Substitute the cone specified in D 217 for the penetration needle. 4. Allow no crack in the crack sealing materials or break in the bond between the sealer and the mortar blocks over 1/4 in.deep for any specimen after completion of the test. 2.9. Asphalt-Rubber Binders. Provide asphalt-rubber(A-R)binders that are mixtures of asphalt binder and CRM,which have been reacted at elevated temperatures. Provide A-R binders meeting D6114 and containing a minimum of 15%CRM by weight. Provide Types I or 11,containing CRM Grade C,for use in hot- mixed aggregate mixtures.Provide Types 11 or III,containing CRM Grade B,for use in surface treatment binder. Ensure binder properties meet the requirements of Table 16. Table 16 A-R Binders Test BinderType Property Procedure Type l Type II Type III Min Max Min Max Min Max Apparent viscosity,3477,cP D2196, 1,500 5,000 1,500 5,000 1,500 5,000 Method A Penetration,77°F,100 g,5 sec. T 49 25 i 75 25 75 50 i 100 Penetration,39.2°F,200 g,60 sec. T 49 10 ! — 15 ! — 25 ! — Softenin point,°F T 53 135 ! — 130 ! — 125 — Resilience,77°F,% D5329 25 ! — 20 1 — 10 1 — Flash point,C.O.C.,°F T 48 450 ! — 450 ! — 450 ! — Tests on residue from Thin-Film Oven T 179 Test: Retained penetration ratio,39.2°F, T 49 75 — 75 — 75 — 200 g,60 sec.,%of original 2.10. Performance-Graded Binders. Provide PG binders that are smooth and homogeneous,show no separation when tested in accordance with Tex-540-C,and meet the requirements of Table 17. Separation testing is not required if: ■ a modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, ■ the binder is blended on site in continuously agitated tanks,or ■ binder acceptance is based on field samples taken from an in-line sampling port at the hot-mix plant after the addition of modifiers. 181 300 Table 17 Performance-Graded Binders Performance Grade Property and Test Method PG 58 PG 64 PG 70 PG 76 PG 82 22 28 34 -16 -22 -28 -34 -16 -22 -28 1 -34 -16 -22 -28 -34 16 22 28 Average 7-day max pavement design <58 <64 <70 <76 <82 temperature,°C' Min pavement design temperature,°C' >22 >28 >34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >28 Original Binder Flash point,T 48,Min,°C 230 Viscosity,T 316:2,3 Max,3.0 Pa-s,test temperature,°C 135 Dynamic shear,T 315:4 G*/sin(6),Min,1.00 kPa,Max,2.00 58 64 70 76 82 kPa,7 Test temperature @ 10 rad/sec.,°C Elastic recovery,D 6084,50°F,%Min — — 30 — — 30 50 — 30 50 60 30 50 60 70 50 60 70 Rollin Thin-Film Oven Tex-541-C Mass loss,Tex-541-C,Max,% 1.0 Dynamic shear,T 315: G*/sin(b),Min,2.20 kPa,Max,5.00 58 64 70 76 82 kPa,' Test temperature @ 10 rad/sec.,°C Pressure Aging Vessel(PAV)Residue R 28 PAV aging temperature,°C 100 Dynamic shear,T 315: G*sin(6),Max,5,000 kPa 25 22 19 28 25 22 19 28 25 22 19 28 25 22 19 28 25 22 Test temperature @ 10 rad/sec.,°C Creep stiffness,T 313:5,5 S,max,300 MPa, -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 m-value,Min,0.300 Test temperature @ 60 sec.,°C Direct tension,T 314:6 Failure strain,Min,1.0% -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 Test temperature @ 1.0 mm/min.,°C 1. Pavement temperatures are estimated from air temperatures using an algorithm contained in a Department-supplied computer program, may be provided by the Department,or by following the procedures outlined in AASHTO MP 2 and PP 28. 2. This requirement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped,mixed,and compacted at temperatures that meet all applicable safety,environmental,and constructability requirements.At test temperatures where the binder is a Newtonian fluid,any suitable standard means of viscosity measurement may be used,including capillary(T 201 or T 202)or rotational viscometry(T 316). 3. Viscosity at 135°C is an indicator of mixing and compaction temperatures that can be expected in the lab and field.High values may indicate high mixing and compaction temperatures.Additionally,significant variation can occur from batch to batch.Contractors should be aware that variation could significantly impact their mixing and compaction operations.Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production,measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G*/sin(S)at test temperatures where the asphalt is a Newtonian fluid.Any suitable standard means of viscosity measurement may be used,including capillary(T 201 or T 202)or rotational viscometry(T 316). 5. Silicone beam molds,as described in AASHTO TP 1-93,are acceptable for use. 6. If creep stiffness is below 300 MPa,direct tension test is not required.If creep stiffness is between 300 and 600 MPa,the direct tension failure strain requirement can be used instead of the creep stiffness requirement.The m-value requirement must be satisfied in both cases. 7. Maximum values for unaged and RTFO aged dynamic shear apply only to materials used as substitute binders,as described in specification Items 340,"Dense-Graded Hot-Mix Asphalt(Small Quantity),"341,"Dense-Graded Hot-Mix Asphalt,"and 344,"Superpave Mixtures." 3. EQUIPMENT Provide all equipment necessary to transport,store,sample, heat,apply,and incorporate asphalts,oils,and emulsions. 182 300 4. CONSTRUCTION Typical Material Use.Use materials shown in Table 18, unless otherwise determined by the Engineer. Table 18 Typical Material Use Material Application Typically Used Materials Hot-mixed,hot-laid asphalt mixtures PG binders,A-R binders Types I and II AC-5,AC-10,AC-5 w/2%SBR,AC-10 w/2%SBR,AC-15P,AC-20XP,AC- Surface treatment 10-2TR,AC-20-5TR,HFRS-2,MS-2,CRS-2,CRS-2H,HFRS-2P,CRS-2P, CHFRS-2P,A-R binders Types 11 and III Surface treatment(cool weather) RS-1 P,CRS-1 P,RC-250,RC-800,RC-3000, MC-250,MC-800,MC-3000, MC-2400L Precoating AC-5,AC-10,PG 64-22,SS-1,SS-1 H,CSS-1,CSS-1H Tack coat PG Binders,SS-1 H,CSS-1 H,EAP&T Fog seal SS-1,SS-1H,CSS-1,CSS-1H Hot-mixed,cold-laid asphalt mixtures AC-0.6,AC-1.5,AC-3,AES-300,AES-300P,CMS-2,CMS-2S Patching mix MC-800,SCM 1,SCM 11,AES-300S Recycling AC-0.6,AC-1.5,AC-3,AES-150P,AES-300P,recycling agent,emulsified recycling agent Crack sealing SS-1 P,polymer mod AE crack sealant,rubber asphalt crack sealers Class A,Class B Microsurfacin CSS-1 P Prime MC-30,AE-P,EAP&T,PCE Curing membrane SS-1,SS-1H,CSS-1,CSS-1H,PCE Erosion control SS-1,SS-1H,CSS-1,CSS-1H,PCE 4.1. Storage and Application Temperatures. Use storage and application temperatures in accordance with Table 19.Store and apply materials at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage.Manufacturer's instructions regarding recommended application and storage temperatures supersede those of Table 19. Table 19 Storage and Application Temperatures Application Storage Type-Grade Recommended Range Maximum Allowable Maximum °F °F °F AC-0.6,AC-1.5,AC-3 200-300 350 350 AC-5,AC-10 275-350 350 350 AC-5 w/2%SBR,AC-10 w/2%SBR,AC-15P,AC-20-5TR 300-375 375 360 RC-250 125-180 200 200 RC-800 170-230 260 260 RC-3000 215-275 285 285 MC-30,AE-P 70-150 175 175 MC-250 125-210 240 240 MC-800,SCM 1,SCM 11 175-260 275 275 MC-3000,MC-2400L 225-275 290 290 HFRS-2,MS-2,CRS-2,CRS-2H,HFRS-2P,CRS-2P, CMS-2,CMS-2S,AES-300,AES-300S,AES-150P, 120-160 180 180 AES-300P SS-1,SS-1H,CSS-1,CSS-1H,PCE,EAP&T,SS-1P, RS-1 P,CRS-1 P,CSS-1 P,recycling agent,emulsified 50-130 140 140 recycling agent,polymer mod AE crack sealant PG binders 275-350 350 350 Rubber asphalt crack sealers Class A,Class B 350-375 400 - A-R binders Types 1,11,and 111 325-425 425 425 5. MEASUREMENT AND PAYMENT The work performed, materials furnished,equipment, labor,tools,and incidentals will not be measured or paid for directly but is subsidiary or is included in payment for other pertinent Items. 183 310 R Item 310 Prime Coat Texas Department of Transportation 1. DESCRIPTION Prepare and treat existing or newly constructed surface with an asphalt binder or other specialty prime coat binder material.Apply blotter material as required. 2. MATERIALS 2.1. Binder. Use material of the type and grade shown on the plans in accordance with Item 300,"Asphalts,Oils, and Emulsions,"or as listed in the Department's MPL for prime coat binders. 2.2. Blotter. Use either base course sweepings obtained from cleaning the base or native sand as blotter materials unless otherwise shown on the plans or approved. 3. EQUIPMENT Provide applicable equipment in accordance with Article 316.3., "Equipment." 4. CONSTRUCTION 4.1. General.Apply the mixture when the air temperature is at or above 607, or above 507 and rising. Measure the air temperature in the shade away from artificial heat.The Engineer will determine when weather conditions are suitable for application. Do not permit traffic, hauling, or placement of subsequent courses over freshly constructed prime coats. Maintain the primed surface until placement of subsequent courses or acceptance of the work. 4.2. Surface Preparation.Prepare the surface by sweeping or other approved methods. Lightly sprinkle the surface with water before applying bituminous material,when directed,to control dust and ensure absorption. 4.3. Application. 4.3.1. Binder.The Engineer will select the application temperature within the limits recommended in Item 300, "Asphalts, Oils,and Emulsions,"or by the material manufacturer.Apply material within 15°F of the selected temperature but do not exceed the maximum allowable temperature. Distribute the material smoothly and evenly at the rate selected by the Engineer. Roll the freshly applied prime coat with a pneumatic-tire roller to ensure penetration when directed. 4.3.2. Blotter.Spread blotter material before allowing traffic to use a primed surface.Apply blotter material to primed surface at the specified rate when"Prime Coat and Blotter"is shown on the plans as a bid item or as directed.Apply blotter to spot locations when"Prime Coat"is shown on the plans as a bid item or as directed to accommodate traffic movement through the work area.Remove blotter material before placing the surface.Dispose of blotter material according to applicable state and federal requirements. 5. MEASUREMENT This Item will be measured by the gallon of binder placed and accepted. 190 310 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"Prime Coat"or`Prime Coat and Blotter"of the type and grade of binder specified.This price is full compensation for cleaning and sprinkling the area to be primed; materials, including blotter material;and rolling,equipment, labor,tools,and incidentals. 191 340 R Item 340 Dense Graded Hot Mix Asphalt (Small Quantity) Texas Department �✓ of Transportation 1. DESCRIPTION Construct a hot-mix asphalt(HMA)pavement layer composed of a compacted,dense-graded mixture of aggregate and asphalt binder mixed hot in a mixing plant.This specification is intended for small quantity (SQ)HMA projects,typically under 5,000 tons total production. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources and before changing any material source or formulation.The Engineer will verify that the specification requirements are met when the Contractor makes a source or formulation change,and may require a new laboratory mixture design,trial batch,or both. The Engineer may sample and test project materials at any time during the project to verify specification compliance in accordance with Item 6,"Control of Materials." 2.1. Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1 and as specified in this Section.Aggregate requirements in this Section, including those shown in Table 1,may be modified or eliminated when shown on the plans.Additional aggregate requirements may be specified when shown on the plans. Provide aggregate stockpiles that meet the definitions in this Section for coarse, intermediate,or fine aggregate.Aggregate from reclaimed asphalt pavement(RAP)is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply aggregates that meet the definitions in Tex-100-E for crushed gravel or crushed stone.The Engineer will designate the plant or the quarry as the sampling location. Provide samples from materials produced for the project.The Engineer will establish the Surface Aggregate Classification (SAC)and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report.The Engineer may perform tests on independent or split samples to verify Contractor test results.Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part II. 2.1.1. Coarse Aggregate.Coarse aggregate stockpiles must have no more than 20%material passing the No.8 sieve.Aggregates from sources listed in the Department's Bituminous Rated Source Quality Catalog (BRSQC)are preapproved for use. Use only the rated values for hot-mix listed in the BRSQC. Rated values for surface treatment(ST)do not apply to coarse aggregate sources used in hot-mix asphalt. For sources not listed on the Department's BRSQC: ■ build an individual stockpile for each material; ■ request the Department test the stockpile for specification compliance;and ■ once approved,do not add material to the stockpile unless otherwise approved. Provide aggregate from non-listed sources only when tested by the Engineer and approved before use.Allow 30 calendar days for the Engineer to sample,test,and report results for non-listed sources. Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements only apply to aggregates used on the surface of travel lanes. SAC requirements apply to aggregates used on surfaces other than travel lanes when shown on the plans. The SAC for sources on the Department's Aggregate Quality Monitoring Program(AQMP)(Tex-499-A)is listed in the BRSQC. 214 340 2.1.1.1. Blending Class A and Class B Aggregates.Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate to meet requirements for Class A materials. Ensure that at least 50%by weight,or volume if required,of the material retained on the No.4 sieve comes from the Class A aggregate source when blending Class A and B aggregates to meet a Class A requirement. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. Coarse aggregate from RAP and Recycled Asphalt Shingles(RAS)will be considered as Class B aggregate for blending purposes. The Engineer may perform tests at any time during production,when the Contractor blends Class A and B aggregates to meet a Class A requirement,to ensure that at least 50%by weight,or volume if required,of the material retained on the No.4 sieve comes from the Class A aggregate source.The Engineer will use the Department's mix design template,when electing to verify conformance,to calculate the percent of Class A aggregate retained on the No.4 sieve by inputting the bin percentages shown from readouts in the control room at the time of production and stockpile gradations measured at the time of production.The Engineer may determine the gradations based on either washed or dry sieve analysis from samples obtained from individual aggregate cold feed bins or aggregate stockpiles.The Engineer may perform spot checks using the gradations supplied by the Contractor on the mixture design report as an input for the template; however, a failing spot check will require confirmation with a stockpile gradation determined by the Engineer. 2.1.2. Intermediate Aggregate.Aggregates not meeting the definition of coarse or fine aggregate will be defined as intermediate aggregate.Supply intermediate aggregates,when used that are free from organic impurities. The Engineer may test the intermediate aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. Supply intermediate aggregate from coarse aggregate sources,when used that meet the requirements shown in Table 1 unless otherwise approved. Test the stockpile if 10%or more of the stockpile is retained on the No.4 sieve,and verify that it meets the requirements in Table 1 for crushed face count(Tex-460-A)and flat and elongated particles(Tex-280-F). 2.1.3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings,and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities.The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. No more than 15%of the total aggregate may be field sand or other uncrushed fine aggregate. Use fine aggregate,with the exception of field sand,from coarse aggregate sources that meet the requirements shown in Table 1 unless otherwise approved. Test the stockpile if 10%or more of the stockpile is retained on the No.4 sieve,and verify that it meets the requirements in Table 1 for crushed face count(Tex-460-A)and flat and elongated particles Tex-280-F). 215 340 Table 1 Aggregate Quality Requirements Property Test Method Requirement Coarse Aggregate SAC Tex-499-A AQMP As shown on the plans Deleterious material,%,Max Tex-217-F,Part 1 1.5 Decantation,%,Max Tex-217-F,Part 11 1.5 Micro-Deval abrasion,% Tex-461-A Note 1 Los Angeles abrasion,%,Max Tex-410-A 40 Magnesium sulfate soundness,5 cycles,%,Max Tex-411-A 30 Crushed face count,2%,Min Tex-460-A,Part 1 85 Flat and elongated particles @ 5:1,%,Max Tex-280-F 10 Fine Aggregate Linear shrinkage,%,Max I Tex-107-E 3 Combined Aggregate3 Sand equivalent,%,Min I Tex-203-F 45 1. Not used for acceptance purposes.Optional test used by the Engineer as an indicator of the need for further investigation. 2. Only applies to crushed gravel. 3. Aggregates,without mineral filler,RAP,RAS,or additives,combined as used in the job-mix formula(JMF). Table 2 Gradation Re uirements for Fine Aggregate Sieve Size %Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 2.2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime,crusher fines, hydrated lime,or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Use no more than 2% hydrated lime or fly ash unless otherwise shown on the plans. Use no more than 1%hydrated lime if a substitute binder is used unless otherwise shown on the plans or allowed.Test all mineral fillers except hydrated lime and fly ash in accordance with Tex-107-E to ensure specification compliance.The plans may require or disallow specific mineral fillers. Provide mineral filler,when used,that: ■ is sufficiently dry,free-flowing,and free from clumps and foreign matter as determined by the Engineer; ■ does not exceed 3%linear shrinkage when tested in accordance with Tex-107-E;and ■ meets the gradation requirements in Table 3. Table 3 Gradation Requirements for Mineral Filler Sieve Size %Passing by Weight or Volume #8 100 #200 55-100 2.3. Baghouse Fines.Fines collected by the baghouse or other dust-collecting equipment may be reintroduced into the mixing drum. 2.4. Asphalt Binder. Furnish the type and grade of performance-graded(PG)asphalt specified on the plans. 2.5. Tack Coat. Furnish CSS-1 H, SS-1 H,or a PG binder with a minimum high-temperature grade of PG 58 for tack coat binder in accordance with Item 300,"Asphalts,Oils,and Emulsions."Specialized or preferred tack coat materials may be allowed or required when shown on the plans.Do not dilute emulsified asphalts at the terminal, in the field,or at any other location before use. The Engineer will obtain at least one sample of the tack coat binder per project in accordance with Tex-500-C, Part III,and test it to verify compliance with Item 300,"Asphalts,Oils,and Emulsions."The Engineer will obtain the sample from the asphalt distributor immediately before use. 216 340 2.6. Additives. Use the type and rate of additive specified when shown on the plans.Additives that facilitate mixing,compaction,or improve the quality of the mixture are allowed when approved. Provide the Engineer with documentation,such as the bill of lading,showing the quantity of additives used in the project unless otherwise directed. 2.6.1. Lime and Liquid Antistripping Agent.When lime or a liquid antistripping agent is used,add in accordance with Item 301,"Asphalt Antistripping Agents."Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime into the drum. 2.6.2. Warm Mix Asphalt(WMA).Warm Mix Asphalt(WMA)is defined as HMA that is produced within a target temperature discharge range of 215°F and 275°F using approved WMA additives or processes from the Department's MPL. WMA is allowed for use on all projects and is required when shown on the plans.When WMA is required,the maximum placement or target discharge temperature for WMA will be set at a value below 275°F. Department-approved WMA additives or processes may be used to facilitate mixing and compaction of HMA produced at target discharge temperatures above 275°F; however,such mixtures will not be defined as WMA. 2.7. Recycled Materials.Use of RAP and RAS is permitted unless otherwise shown on the plans. Do not exceed the maximum allowable percentages of RAP and RAS shown in Table 4.The allowable percentages shown in Table 4 may be decreased or increased when shown on the plans. Determine asphalt binder content and gradation of the RAP and RAS stockpiles for mixture design purposes in accordance with Tex-236-F.The Engineer may verify the asphalt binder content of the stockpiles at any time during production. Perform other tests on RAP and RAS when shown on the plans.Asphalt binder from RAP and RAS is designated as recycled asphalt binder.Calculate and ensure that the ratio of the recycled asphalt binder to total binder does not exceed the percentages shown in Table 5 during mixture design and HMA production when RAP or RAS is used. Use a separate cold feed bin for each stockpile of RAP and RAS during HMA production. Surface, intermediate,and base mixes referenced in Tables 4 and 5 are defined as follows: ■ Surface.The final HMA lift placed at or near the top of the pavement structure; ■ Intermediate.Mixtures placed below an HMA surface mix and less than or equal to 8.0 in.from the riding surface;and ■ Base. Mixtures placed greater than 8.0 in.from the riding surface. 2.7.1. RAP. RAP is salvaged, milled, pulverized, broken,or crushed asphalt pavement. Crush or break RAP so that 100%of the particles pass the 2 in. sieve. Fractionated RAP is defined as 2 or more RAP stockpiles,divided into coarse and fine fractions. Use of Contractor-owned RAP,including HMA plant waste, is permitted unless otherwise shown on the plans. Department-owned RAP stockpiles are available for the Contractor's use when the stockpile locations are shown on the plans. If Department-owned RAP is available for the Contractor's use,the Contractor may use Contractor-owned fractionated RAP and replace it with an equal quantity of Department-owned RAP. This allowance does not apply to a Contractor using unfractionated RAP. Department-owned RAP generated through required work on the Contract is available for the Contractor's use when shown on the plans. Perform any necessary tests to ensure Contractor-or Department-owned RAP is appropriate for use.The Department will not perform any tests or assume any liability for the quality of the Department-owned RAP unless otherwise shown on the plans.The Contractor will retain ownership of RAP generated on the project when shown on the plans. The coarse RAP stockpile will contain only material retained by processing over a 3/8-in.or 1/2-in.screen unless otherwise approved.The fine RAP stockpile will contain only material passing the 3/8-in.or 1/2-in. screen unless otherwise approved.The Engineer may allow the Contractor to use an alternate to the 3/8-in. 217 340 or 1/2-in.screen to fractionate the RAP.The maximum percentages of fractionated RAP may be comprised of coarse or fine fractionated RAP or the combination of both coarse and fine fractionated RAP. Do not use Department-or Contractor-owned RAP contaminated with dirt or other objectionable materials. Do not use Department-or Contractor-owned RAP if the decantation value exceeds 5%and the plasticity index is greater than 8.Test the stockpiled RAP for decantation in accordance with Tex-406-A, Part I. Determine the plasticity index in accordance with Tex-106-E if the decantation value exceeds 5%.The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction or ignition. Do not intermingle Contractor-owned RAP stockpiles with Department-owned RAP stockpiles. Remove unused Contractor-owned RAP material from the project site upon completion of the project. Return unused Department-owned RAP to the designated stockpile location. Table 4 Maximum Allowable Amounts of RAP' Maximum Allowable Maximum Allowable Fractionated RAP z % Unfractionated RAPS Surface Intermediate Base Surface Intermediate Base 20.0 30.0 40.0 10.0 10.0 10.0 1. Must also meet the recycled binder to total binder ratio shown in Table 5. 2. Up to 5%RAS may be used separately or as a replacement for fractionated RAP. 3. Unfractionated RAP may not be combined with fractionated RAP or RAS. 2.7.2. RAS. Use of post-manufactured RAS or post-consumer RAS(tear-offs)is permitted unless otherwise shown on the plans. Up to 5%RAS may be used separately or as a replacement for fractionated RAP in accordance with Table 4 and Table 5. RAS is defined as processed asphalt shingle material from manufacturing of asphalt roofing shingles or from re-roofing residential structures. Post-manufactured RAS is processed manufacturer's shingle scrap by-product. Post-consumer RAS is processed shingle scrap removed from residential structures.Comply with all regulatory requirements stipulated for RAS by the TCEQ. RAS may be used separately or in conjunction with RAP. Process the RAS by ambient grinding or granulating such that 100%of the particles pass the 3/8 in.sieve when tested in accordance with Tex-200-F, Part I. Perform a sieve analysis on processed RAS material before extraction(or ignition)of the asphalt binder. Add sand meeting the requirements of Table 1 and Table 2 or fine RAP to RAS stockpiles if needed to keep the processed material workable.Any stockpile that contains RAS will be considered a RAS stockpile and be limited to no more than 5.0%of the HMA mixture in accordance with Table 4. Certify compliance of the RAS with DMS-11000,"Evaluating and Using Nonhazardous Recyclable Materials Guidelines."Treat RAS as an established nonhazardous recyclable material if it has not come into contact with any hazardous materials. Use RAS from shingle sources on the Department's MPL. Remove substantially all materials before use that are not part of the shingle,such as wood,paper, metal,plastic,and felt paper. Determine the deleterious content of RAS material for mixture design purposes in accordance with Tex-217-F, Part III. Do not use RAS if deleterious materials are more than 0.5%of the stockpiled RAS unless otherwise approved.Submit a sample for approval before submitting the mixture design.The Department will perform the testing for deleterious material of RAS to determine specification compliance. 2.8. Substitute Binders. Unless otherwise shown on the plans,the Contractor may use a substitute PG binder listed in Table 5 instead of the PG binder originally specified, if the substitute PG binder and mixture made with the substitute PG binder meet the following: ■ the substitute binder meets the specification requirements for the substitute binder grade in accordance with Section 300.2.10.,"Performance-Graded Binders;"and ■ the mixture has less than 10.0 mm of rutting on the Hamburg Wheel test(Tex-242-F)after the number of passes required for the originally specified binder. Use of substitute PG binders may only be allowed at the discretion of the Engineer if the Hamburg Wheel test results are between 10.0 mm and 12.5 mm. 218 340 Table 5 Allowable Substitute PG Binders and Maximum Recycled Binder Ratios Originally Specified Allowable Maximum Ratio of Recycled Binder' PG Binder Substitute PG to Total Binder /o Binder Surface Intermediate Base HMA 76-222 70-22 or 64-22 20.0 20.0 20.0 70-28 or 64-28 30.0 35.0 40.0 70 222 64-22 20.0 20.0 20.0 64-28 or 58-28 30.0 35.0 40.0 64-222 58-28 30.0 35.0 40.0 76 282 70-28 or 64-28 20.0 20.0 20.0 64-34 30.0 35.0 40.0 70 282 64-28 or 58-28 20.0 20.0 20.0 64-34 or 58-34 30.0 35.0 40.0 64-282 58-28 20.0 20.0 20.0 58-34 30.0 35.0 40.0 WMA3 76-222 70-22 or 64-22 30.0 35.0 40.0 70-222 64-22 or 58-28 30.0 35.0 40.0 64-224 58-28 30.0 35.0 40.0 76-282 70-28 or 64-28 30.0 35.0 40.0 70-282 64-28 or 58-28 30.0 35.0 40.0 64-284 58-28 30.0 35.0 40.0 1. Combined recycled binder from RAP and RAS. 2. Use no more than 20.0%recycled binder when using this originally specified PG binder. 3. WMA as defined in Section 340.2.6.2.,"Warm Mix Asphalt(WMA)." 4. When used with WMA,this originally specified PG binder is allowed for use at the maximum recycled binder ratios shown in this table. 3. EQUIPMENT Provide required or necessary equipment in accordance with Item 320,"Equipment for Asphalt Concrete Pavement." 4. CONSTRUCTION Produce, haul, place,and compact the specified paving mixture. In addition to tests required by the specification,Contractors may perform other QC tests as deemed necessary.At any time during the project, the Engineer may perform production and placement tests as deemed necessary in accordance with Item 5, "Control of the Work."Schedule and participate in a pre-paving meeting with the Engineer on or before the first day of paving unless otherwise directed. 4.1. Certification. Personnel certified by the Department-approved hot-mix asphalt certification program must conduct all mixture designs, sampling,and testing in accordance with Table 6. Supply the Engineer with a list of certified personnel and copies of their current certificates before beginning production and when personnel changes are made. Provide a mixture design developed and signed by a Level 2 certified specialist. 219 340 Table 6 Test Methods,Test Responsibility,and Minimum Certification Levels Test Description Test Method Contractor I Engineer TLevell 1.Aggregate and Recycled Material Testin Sampling Tex-221-F ✓ ✓ 1A Dry sieve Tex-200-F,Part I ✓ ✓ 1A Washed sieve Tex-200-F,Part 11 ✓ ✓ 1A Deleterious material Tex-217-F,Parts I&III ✓ ✓ 1A Decantation Tex-217-F,Part 11 ✓ ✓ 1A Los Angeles abrasion Tex-410-A ✓ TOOT Magnesium sulfate soundness Tex-411-A ✓ TOOT Micro-Deval abrasion Tex-461-A ✓ 2 Crushed face count Tex-460-A ✓ ✓ 2 Flat and elongated particles Tex-280-F ✓ ✓ 2 Linear shrinkage Tex-107-E ✓ ✓ 2 Sand equivalent Tex-203-F ✓ ✓ 2 Organic impurities Tex-408-A ✓ ✓ 2 2.Asphalt Binder&Tack Coat Sampling Asphalt binder sampling Tex-500-C,Part 11 ✓ ✓ 1A/1 B Tack coat sampling Tex-500-C,Part III ✓ ✓ 1A/1 B 3.Mix Design&Verification Design and JMF changes Tex-204-F ✓ ✓ 2 Mixing Tex-205-F ✓ ✓ 2 Molding TGC Tex-206-F ✓ ✓ 1A Molding SGC Tex-241-F ✓ ✓ 1A Laboratory-molded density Tex-207-F ✓ ✓ 1A VMAz calculation only) Tex-204-F ✓ ✓ 2 Rice gravity Tex-227-F ✓ ✓ 1A Ignition oven correction factors3 Tex-236-F ✓ ✓ 2 Indirect tensile strength Tex-226-F ✓ ✓ 2 Hamburg Wheel test Tex-242-F ✓ ✓ 2 Boil test Tex-530-C ✓ ✓ 1A 4.Production Testing Mixture sampling Tex-222-F ✓ ✓ 1A Molding TGC Tex-206-F ✓ 1A Molding SGC Tex-241-F ✓ 1A Laboratory-molded density Tex-207-F ✓ 1A VMA2 calculation only) Tex-204-F ✓ 1A Rice gravity Tex-227-F ✓ 1A Gradation&asphalt binder content3 Tex-236-F ✓ 1A Moisture content Tex-212-F ✓ 1A Hamburg Wheel test Tex-242-F ✓ 2 Boil test Tex-530-C ✓ 1A 5.Placement Testing Trimming roadway cores Tex-207-F ✓ ✓ 1A/1B In- Iaceairvoids Tex-207-F ✓ 1A/1B Establish rolling pattern Tex-207-F ✓ 1 B Ride quality measurement Tex-1001-S ✓ ✓ Note 4 1. Level 1A, 1 B,and 2 are certification levels provided by the Hot Mix Asphalt Center certification program. 2. Voids in mineral aggregates. 3. Refer to Section 340.4.8.3.,"Production Testing,"for exceptions to using an ignition oven. 4. Profiler and operator are required to be certified at the Texas A&M Transportation Institute facility when Surface Test Type B is specified. 4.2. Reporting,Testing,and Responsibilities. Use Department-provided templates to record and calculate all test data pertaining to the mixture design.The Engineer will use Department templates for any production and placement testing.Obtain the current version of the templates at http://www.txdot.gov/inside-txdoUforms- publications/consultants-contractors/forms/site-manager.html or from the Engineer. 220 340 The maximum allowable time for the Engineer to exchange test data with the Contractor is as given in Table 7 unless otherwise approved.The Engineer will immediately report to the Contractor any test result that requires suspension of production or placement or that fails to meet the specification requirements. Subsequent mix placed after test results are available to the Contractor,which require suspension of operations, may be considered unauthorized work. Unauthorized work will be accepted or rejected at the discretion of the Engineer in accordance with Article 5.3., "Conformity with Plans,Specifications,and Special Provisions." Table 7 Reporting Schedule Description Reported By Reported To To Be Reported Within Production Testing Gradation Asphalt binder content Laboratory-molded density VMA calculation Engineer Contractor 1 working day of HamburgWheel test completion of the test Moisture content Boil test Binder tests Placement Testing In-place air voids Engineer Contractor 1 working day of completion of the test' 1. 2 days are allowed if cores cannot be dried to constant weight within 1 day. 4.3. Mixture Design. 4.3.1. Design Requirements.The Contractor may design the mixture using a Texas Gyratory Compactor(TGC)or a Superpave Gyratory Compactor(SGC)unless otherwise shown on the plans. Use the dense-graded design procedure provided in Tex-204-F. Design the mixture to meet the requirements listed in Tables 1,2, 3,4,5,8,9,and 10. 4.3.1.1. Target Laboratory-Molded Density When The TGC Is Used. Design the mixture at a 96.5%target laboratory-molded density. Increase the target laboratory-molded density to 97.0%or 97.5%at the Contractor's discretion or when shown on the plans or specification. 4.3.1.2. Design Number of Gyrations(Ndesign)When The SGC Is Used. Design the mixture at 50 gyrations (Ndesign).Use a target laboratory-molded density of 96.0%to design the mixture; however,adjustments can be made to the Ndesign value as noted in Table 9.The Ndesign level may be reduced to no less than 35 gyrations at the Contractor's discretion. Use an approved laboratory from the Department's MPL to perform the Hamburg Wheel test in accordance with Tex-242-F,and provide results with the mixture design,or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test.The Engineer will be allowed 10 working days to provide the Contractor with Hamburg Wheel test results on the laboratory mixture design. The Engineer will provide the mixture design when shown on the plans.The Contractor may submit a new mixture design at any time during the project. The Engineer will verify and approve all mixture designs (JMF1)before the Contractor can begin production. Provide the Engineer with a mixture design report using the Department-provided template. Include the following items in the report: ■ the combined aggregate gradation,source,specific gravity,and percent of each material used; ■ asphalt binder content and aggregate gradation of RAP and RAS stockpiles; ■ the target laboratory-molded density(or Ndesign level when using the SGC); ■ results of all applicable tests; 221 340 ■ the mixing and molding temperatures; ■ the signature of the Level 2 person or persons that performed the design; ■ the date the mixture design was performed;and ■ a unique identification number for the mixture design. Table 8 Master Gradation Limits %Passing by Weight or Volume and VMA Re uirements Sieve A B C D F Size Coarse Fine Coarse Fine Fine Base Base Surface Surface Mixture 2" 100.01 - - - - 1-1/2" 98.0-100.0 100.01 - - - 1" 78.0-94.0 98.0-100.0 100.0' - - 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 100.01 - 1/2" 50.0-70.0 - - 98.0-100.0 100.0' 3/8" - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 70.0-90.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.046.0 38.0-48.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA,%Minimum - 12.0 13.0 1 14.0 15.0 16.0 Production Plant-Produced VMA,%Minimum - 11.5 12.5 1 13.5 1 14.5 15.5 1. Defined as maximum sieve size.No tolerance allowed. Table 9 Laboratory Mixture Design Pro erties Mixture Property Test Method Requirement Target laboratory-molded density,% TGC Tex-207-F 96.5' Design gyrations(Ndesign for SGC Tex-241-F 502 Indirect tensile strength(dry),psi Tex-226-F 85-2003 Boil test^ Tex-530-C - 1. Increase to 97.0%or 97.5%at the Contractor's discretion or when shown on the plans or specification. 2. Adjust within a range of 35-100 gyrations when shown on the plans or specification or when mutually agreed between the Engineer and Contractor. 3. The Engineer may allow the IDT strength to exceed 200 psi if the corresponding Hamburg Wheel rut depth is greater than 3.0 mm and less than 12.5 mm. 4. Used to establish baseline for comparison to production results.May be waived when approved. Table 10 Hamb rg Wheel Test Re uirements Minimum#of Passes High-Temperature Binder Grade Test Method @ 12.5 mm'Rut Depth,Tested @ 50°C PG 64 or lower 10,0002 PG 70 Tex-242-F 15,0003 PG 76 or higher 20,000 1. When the rut depth at the required minimum number of passes is less than 3 mm,the Engineer may require the Contractor to increase the target laboratory-molded density (TGC)by 0.5%to no more than 97.5%or lower the Ndesign level(SGC)to no less than 35 gyrations. 2. May be decreased to no less than 5,000 passes when shown on the plans. 3. May be decreased to no less than 10,000 passes when shown on the plans. 4.3.2. Job-Mix Formula Approval.The job-mix formula(JMF)is the combined aggregate gradation,target laboratory-molded density(or Ndesign level),and target asphalt percentage used to establish target values for hot-mix production.JMF1 is the original laboratory mixture design used to produce the trial batch.When 222 340 WMA is used,JMF1 may be designed and submitted to the Engineer without including the WMA additive. When WMA is used,document the additive or process used and recommended rate on the JMF1 submittal. Furnish a mix design report(JMF1)with representative samples of all component materials and request approval to produce the trial batch. Provide approximately 10,000 g of the design mixture and request that the Department perform the Hamburg Wheel test if opting to have the Department perform the test.The Engineer will verify JMF1 based on plant-produced mixture from the trial batch unless otherwise determined. The Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify JMF1. Provide split samples of the mixtures and blank samples used to determine the ignition oven correction factors.The Engineer will determine the aggregate and asphalt correction factors from the ignition oven used for production testing in accordance with Tex-236-F. The Engineer will use a TGC calibrated in accordance with Tex-914-K in molding production samples. Provide an SGC at the Engineer's field laboratory for use in molding production samples if the SGC is used to design the mix. The Engineer may perform Tex-530-C and retain the tested sample for comparison purposes during production.The Engineer may waive the requirement for the boil test. 4.3.3. JMF Adjustments. If JMF adjustments are necessary to achieve the specified requirements,the adjusted JMF must: ■ be provided to the Engineer in writing before the start of a new lot; ■ be numbered in sequence to the previous JMF; ■ meet the mixture requirements in Table 4 and Table 5; ■ meet the master gradation limits shown in Table 8;and ■ be within the operational tolerances of the current JMF listed in Table 11. The Engineer may adjust the asphalt binder content to maintain desirable laboratory density near the optimum value while achieving other mix requirements. Table 11 Operational Tolerances Description Test Method Allowable Difference Between Allowable Difference from Trial Batch and JMF1 Target Current JMF Target Individual%retained for#8 sieve and ±5.0'2 larger Tex-200-F Must be within Individual%retained for sieves smaller or master grading limits ±3.01,2 than#8 and larger than#200 Tex-236-F in Table 8 passing the#200 sieve ±2.0'2 Asphalt binder content,% Tex-236-F ±0.5 ±0.32 Laboratory-molded density,% Tex-207-F ±1.0 ±1.0 VMA,%,min Tex-204-F Note 3 Note 3 1. When within these tolerances,mixture production gradations may fall outside the master grading limits;however, the%passing the#200 will be considered out of tolerance when outside the master grading limits. 2. Only applies to mixture produced for Lot 1 and higher. 3. Mixture is required to meet Table 8 requirements. 4.4. Production Operations.Perform a new trial batch when the plant or plant location is changed.Take corrective action and receive approval to proceed after any production suspension for noncompliance to the specification. Submit a new mix design and perform a new trial batch when the asphalt binder content of: ■ any RAP stockpile used in the mix is more than 0.5%higher than the value shown on the mixture design report;or ■ RAS stockpile used in the mix is more than 2.0%higher than the value shown on the mixture design report. 4.4.1. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300,"Asphalts, Oils, and Emulsions,"or outside the manufacturer's recommended values. Provide the Engineer with daily records of asphalt binder and hot-mix asphalt discharge temperatures(in legible and 223 340 discernible increments)in accordance with Item 320,"Equipment for Asphalt Concrete Pavement,"unless otherwise directed.Do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr.unless otherwise approved. 4.4.2. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F(or 275°F for WMA)and is not lower than 215°F.The Department will not pay for or allow placement of any mixture produced above 350°F. Produce WMA within the target discharge temperature range of 215°F and 275°F when WMA is required. Take corrective action any time the discharge temperature of the WMA exceeds the target discharge range. The Engineer may suspend production operations if the Contractor's corrective action is not successful at controlling the production temperature within the target discharge range.Note that when WMA is produced, it may be necessary to adjust burners to ensure complete combustion such that no burner fuel residue remains in the mixture. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant.The Engineer may determine the moisture content by oven-drying in accordance with Tex-212-F, Part II,and verify that the mixture contains no more than 0.2%of moisture by weight.The Engineer will obtain the sample immediately after discharging the mixture into the truck,and will perform the test promptly. 4.5. Hauling Operations.Clean all truck beds before use to ensure that mixture is not contaminated. Use a release agent shown on the Department's MPL to coat the inside bed of the truck when necessary. Use equipment for hauling as defined in Section 340.4.6.3.2.,"Hauling Equipment."Use other hauling equipment only when allowed. 4.6. Placement Operations.Collect haul tickets from each load of mixture delivered to the project and provide the Department's copy to the Engineer approximately every hour,or as directed. Use a hand-held thermal camera or infrared thermometer to measure and record the internal temperature of the mixture as discharged from the truck or Material Transfer Device(MTD)before or as the mix enters the paver and an approximate station number or GPS coordinates on each ticket unless otherwise directed. Calculate the daily yield and cumulative yield for the specified lift and provide to the Engineer at the end of paving operations for each day unless otherwise directed.The Engineer may suspend production if the Contractor fails to produce and provide haul tickets and yield calculations by the end of paving operations for each day. Prepare the surface by removing raised pavement markers and objectionable material such as moisture,dirt, sand, leaves,and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth,finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot-mix by at least 6 in. Place mixture so that longitudinal joints on the surface course coincide with lane lines,or as directed. Ensure that all finished surfaces will drain properly. Place the mixture at the rate or thickness shown on the plans.The Engineer will use the guidelines in Table 12 to determine the compacted lift thickness of each layer when multiple lifts are required.The thickness determined is based on the rate of 110 lb./sq.yd.for each inch of pavement unless otherwise shown on the plans. 224 340 Table 12 Compacted Lift Thickness and Required Core Height Compacted Lift Thickness Guidelines Minimum Untrimmed Core Mixture Type Height(in.)Eligible for Minimum(in.) Maximum(in.) Testing A 3.00 6.00 2.00 B 2.50 5.00 1.75 C 2.00 4.00 1.50 D 1.50 3.00 1.25 F 1.25 2.50 1.25 4.6.1. Weather Conditions. Place mixture when the roadway surface temperature is at or above 60°F unless otherwise approved.Measure the roadway surface temperature with a hand-held thermal camera or infrared thermometer.The Engineer may allow mixture placement to begin before the roadway surface reaches the required temperature if conditions are such that the roadway surface will reach the required temperature within 2 hr.of beginning placement operations. Place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable as determined by the Engineer.The Engineer may restrict the Contractor from paving if the ambient temperature is likely to drop below 32°F within 12 hr.of paving. 4.6.2. Tack Coat.Clean the surface before placing the tack coat.The Engineer will set the rate between 0.04 and 0.10 gal.of residual asphalt per square yard of surface area.Apply a uniform tack coat at the specified rate unless otherwise directed.Apply the tack coat in a uniform manner to avoid streaks and other irregular patterns.Apply a thin,uniform tack coat to all contact surfaces of curbs,structures,and all joints.Allow adequate time for emulsion to break completely before placing any material. Prevent splattering of tack coat when placed adjacent to curb,gutter,and structures. Roll the tack coat with a pneumatic-tire roller to remove streaks and other irregular patterns when directed. 4.6.3. Lay-Down Operations. 4.6.3.1. Windrow Operations.Operate windrow pickup equipment so that when hot-mix is placed in windrows substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 4.6.3.2. Hauling Equipment. Use belly dumps,live bottom,or end dump trucks to haul and transfer mixture; however,with exception of paving miscellaneous areas,end dump trucks are only allowed when used in conjunction with an MTD with remixing capability unless otherwise allowed. 4.6.3.3. Screed Heaters.Turn off screed heaters,to prevent overheating of the mat, if the paver stops for more than 5 min. 4.7. Compaction.Compact the pavement uniformly to contain between 3.8%and 8.5%in-place air voids. Furnish the type,size,and number of rollers required for compaction as approved. Use a pneumatic-tire roller to seal the surface unless excessive pickup of fines occurs. Use additional rollers as required to remove any roller marks.Use only water or an approved release agent on rollers,tamps,and other compaction equipment unless otherwise directed. Use the control strip method shown in Tex-207-F, Part IV,on the first day of production to establish the rolling pattern that will produce the desired in-place air voids unless otherwise directed. Use tamps to thoroughly compact the edges of the pavement along curbs, headers,and similar structures and in locations that will not allow thorough compaction with rollers.The Engineer may require rolling with a trench roller on widened areas,in trenches,and in other limited areas. Complete all compaction operations before the pavement temperature drops below 160°F unless otherwise allowed.The Engineer may allow compaction with a light finish roller operated in static mode for pavement temperatures below 160°F. 225 340 Allow the compacted pavement to cool to 160°F or lower before opening to traffic unless otherwise directed. Sprinkle the finished mat with water or limewater,when directed,to expedite opening the roadway to traffic. 4.8. Production Acceptance. 4.8.1. Production Lot. Each day of production is defined as a production lot. Lots will be sequentially numbered and correspond to each new day of production. Note that lots are not subdivided into sublots for this specification. 4.8.2. Production Sampling. 4.8.2.1. Mixture Sampling.The Engineer may obtain mixture samples in accordance with Tex-222-F at any time during production. 4.8.2.2. Asphalt Binder Sampling.The Engineer may obtain or require the Contractor to obtain 1 qt.samples of the asphalt binder at any time during production from a port located immediately upstream from the mixing drum or pug mill in accordance with Tex-500-C, Part II.The Engineer may test any of the asphalt binder samples to verify compliance with Item 300,"Asphalts,Oils,and Emulsions." 4.8.3. Production Testing.The Engineer will test at the frequency listed in the Department's Guide Schedule of Sampling and Testing and this specification.The Engineer may suspend production if production tests do not meet specifications or are not within operational tolerances listed in Table 11.Take immediate corrective action if the Engineer's laboratory-molded density on any sample is less than 95.0%or greater than 98.0%, to bring the mixture within these tolerances.The Engineer may suspend operations if the Contractor's corrective actions do not produce acceptable results.The Engineer will allow production to resume when the proposed corrective action is likely to yield acceptable results. The Engineer may use alternate methods for determining the asphalt binder content and aggregate gradation if the aggregate mineralogy is such that Tex-236-F does not yield reliable results. Use the applicable test procedure if an alternate test method is selected. Table 13 Production and Placement Testing Description Test Method Individual%retained for#8 sieve and larger Tex-200-F Individual%retained for sieves smaller than#8 and larger than#200 or %passing the#200 sieve Tex-236-F Laboratory-molded density Laboratory-molded bulk specific gravity Tex-207-F In-Place air voids VMA Tex-204-F Moisture content Tex-212-F,Part II Theoretical maximum specific Ricegravity Tex-227-F Asphalt binder content Tex-236-F Hamburg Wheel test Tex-242-F Recycled Asphalt Shingles RAS' Tex-217-F,Part III Asphalt binder sampling and testing Tex-500-C Tack coat sampling and testing Tex-500-C,Part III Boil test Tex-530-C 1. Testing performed by the Construction Division or designated laboratory. 4.8.3.1. Voids in Mineral Aggregates(VMA).The Engineer may determine the VMA for any production lot.Take immediate corrective action if the VMA value for any lot is less than the minimum VMA requirement for production listed in Table 8. Suspend production and shipment of the mixture if the Engineer's VMA result is more than 0.5%below the minimum VMA requirement for production listed in Table 8. In addition to suspending production,the Engineer may require removal and replacement or may allow the lot to be left in place without payment. 226 340 4.8.3.2. Hamburg Wheel Test.The Engineer may perform a Hamburg Wheel test at any time during production, including when the boil test indicates a change in quality from the materials submitted for JMF1. In addition to testing production samples,the Engineer may obtain cores and perform Hamburg Wheel tests on any areas of the roadway where rutting is observed. Suspend production until further Hamburg Wheel tests meet the specified values when the production or core samples fail the Hamburg Wheel test criteria in Table 10.Core samples, if taken,will be obtained from the center of the finished mat or other areas excluding the vehicle wheel paths.The Engineer may require up to the entire lot of any mixture failing the Hamburg Wheel test to be removed and replaced at the Contractor's expense. If the Department's or Department-approved laboratory's Hamburg Wheel test results in a"remove and replace"condition,the Contractor may request that the Department confirm the results by re-testing the failing material.The Construction Division will perform the Hamburg Wheel tests and determine the final disposition of the material in question based on the Department's test results. 4.8.4. Individual Loads of Hot-Mix.The Engineer can reject individual truckloads of hot-mix.When a load of hot- mix is rejected for reasons other than temperature,contamination,or excessive uncoated particles,the Contractor may request that the rejected load be tested. Make this request within 4 hr.of rejection.The Engineer will sample and test the mixture. If test results are within the operational tolerances shown in Table 11,payment will be made for the load. If test results are not within operational tolerances, no payment will be made for the load. 4.9. Placement Acceptance. 4.9.1. Placement Lot.A placement lot is defined as the area placed during a production lot(one day's production). Placement lot numbers will correspond with production lot numbers. 4.9.2. Miscellaneous Areas. Miscellaneous areas include areas that typically involve significant handwork or discontinuous paving operations,such as temporary detours,driveways, mailbox turnouts,crossovers, gores,spot level-up areas, and other similar areas. Miscellaneous areas also include level-ups and thin overlays when the layer thickness specified on the plans is less than the minimum untrimmed core height eligible for testing shown in Table 12.The specified layer thickness is based on the rate of 110 lb./sq.yd.for each inch of pavement unless another rate is shown on the plans.Compact miscellaneous areas in accordance with Section 340.4.7.,"Compaction."Miscellaneous areas are not subject to in-place air void determination except for temporary detours when shown on the plans. 4.9.3. Placement Sampling.Provide the equipment and means to obtain and trim roadway cores on site. On site is defined as in close proximity to where the cores are taken.Obtain the cores within one working day of the time the placement lot is completed unless otherwise approved.Obtain two 6-in.diameter cores side-by-side at each location selected by the Engineer for in-place air void determination unless otherwise shown on the plans. For Type D and Type F mixtures,4-in.diameter cores are allowed. Mark the cores for identification, measure and record the untrimmed core height,and provide the information to the Engineer. The Engineer will witness the coring operation and measurement of the core thickness. Visually inspect each core and verify that the current paving layer is bonded to the underlying layer.Take corrective action if an adequate bond does not exist between the current and underlying layer to ensure that an adequate bond will be achieved during subsequent placement operations. Trim the cores immediately after obtaining the cores from the roadway in accordance with Tex-207-F if the core heights meet the minimum untrimmed value listed in Table 12.Trim the cores on site in the presence of the Engineer. Use a permanent marker or paint pen to record the date and lot number on each core as well as the designation as Core A or B.The Engineer may require additional information to be marked on the core and may choose to sign or initial the core.The Engineer will take custody of the cores immediately after they are trimmed and will retain custody of the cores until the Department's testing is completed. Before turning the trimmed cores over to the Engineer,the Contractor may wrap the trimmed cores or secure them in a manner that will reduce the risk of possible damage occurring during transport by the Engineer.After testing, the Engineer will return the cores to the Contractor. 227 340 The Engineer may have the cores transported back to the Department's laboratory at the HMA plant via the Contractor's haul truck or other designated vehicle. In such cases where the cores will be out of the Engineer's possession during transport,the Engineer will use Department-provided security bags and the Roadway Core Custody protocol located at http://www.txdot.gov/business/specifications.htm to provide a secure means and process that protects the integrity of the cores during transport. Instead of the Contractor trimming the cores on site immediately after coring,the Engineer and the Contractor may mutually agree to have the trimming operations performed at an alternate location such as a field laboratory or other similar location. In such cases,the Engineer will take possession of the cores immediately after they are obtained from the roadway and will retain custody of the cores until testing is completed. Either the Department or Contractor representative may perform trimming of the cores.The Engineer will witness all trimming operations in cases where the Contractor representative performs the trimming operation. Dry the core holes and tack the sides and bottom immediately after obtaining the cores. Fill the hole with the same type of mixture and properly compact the mixture. Repair core holes with other methods when approved. 4.9.4. Placement Testing.The Engineer may measure in-place air voids at any time during the project to verify specification compliance. 4.9.4.1. In-Place Air Voids.The Engineer will measure in-place air voids in accordance with Tex-207-F and Tex-227-F.Cores not meeting the height requirements in Table 12 will not be tested. Before drying to a constant weight,cores may be pre-dried using a Corelok or similar vacuum device to remove excess moisture.The Engineer will use the corresponding theoretical maximum specific gravity to determine the air void content of each core.The Engineer will use the average air void content of the 2 cores to determine the in-place air voids at the selected location. The Engineer will use the vacuum method to seal the core if required by Tex-207-F.The Engineer will use the test results from the unsealed core if the sealed core yields a higher specific gravity than the unsealed core.After determining the in-place air void content,the Engineer will return the cores and provide test results to the Contractor. Take immediate corrective action when the in-place air voids exceed the range of 3.8%and 8.5%to bring the operation within these tolerances.The Engineer may suspend operations or require removal and replacement if the in-place air voids are less than 2.7%or greater than 9.9%.The Engineer will allow paving to resume when the proposed corrective action is likely to yield between 3.8%and 8.5%in-place air voids. Areas defined in Section 340.9.2.,"Miscellaneous Areas,"are not subject to in-place air void determination. 4.9.5. Irregularities. Identify and correct irregularities including segregation,rutting, raveling,flushing,fat spots, mat slippage, irregular color, irregular texture, roller marks,tears,gouges,streaks,uncoated aggregate particles,or broken aggregate particles.The Engineer may also identify irregularities,and in such cases,the Engineer will promptly notify the Contractor. If the Engineer determines that the irregularity will adversely affect pavement performance,the Engineer may require the Contractor to remove and replace(at the Contractor's expense)areas of the pavement that contain irregularities and areas where the mixture does not bond to the existing pavement. If irregularities are detected,the Engineer may require the Contractor to immediately suspend operations or may allow the Contractor to continue operations for no more than one day while the Contractor is taking appropriate corrective action. 4.9.6. Ride Quality. Use Surface Test Type A to evaluate ride quality in accordance with Item 585,"Ride Quality for Pavement Surfaces,"unless otherwise shown on the plans. 5. MEASUREMENT Hot mix will be measured by the ton of composite hot-mix,which includes asphalt,aggregate,and additives. Measure the weight on scales in accordance with Item 520, "Weighing and Measuring Equipment." 228 340 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under Article 340.5.,"Measurement,"will be paid for at the unit bid price for"Dense Graded Hot-Mix Asphalt(SQ)" of the mixture type,SAC, and binder specified.These prices are full compensation for surface preparation, materials including tack coat, placement,equipment, labor,tools,and incidentals. Trial batches will not be paid for unless they are included in pavement work approved by the Department. Payment adjustment for ride quality,if applicable,will be determined in accordance with Item 585,"Ride Quality for Pavement Surfaces." 229 400 R Item 400 Excavation and Backfill for StructuresZ,I;ranspor Texas epartment tation 1. DESCRIPTION Excavate for placement and construction of structures and backfill structures. Cut and restore pavement. 2. MATERIALS Use materials that meet the requirements of the following Items. ■ Item 401,"Flowable Backfill," ■ Item 421,"Hydraulic Cement Concrete,"and ■ DMS-4600,"Hydraulic Cement." 3. CONSTRUCTION 3.1. Excavation. 3.1.1. General. Excavate to the lines and grades shown on the plans or as directed. Provide slopes, benching, sheeting, bracing, pumping, and bailing as necessary to maintain the stability and safety of excavations up to 5 ft.deep. Excavation protection for excavations deeper than 5 ft.are governed by Item 402,"Trench Excavation Protection,"and Item 403,"Temporary Special Shoring."Use satisfactory excavated material as backfill or as embankment fill in accordance with Item 132, "Embankment."Dispose of material not incorporated into the final project off the right of way in accordance with federal,state,and local regulations. Keep any topsoil that has been removed separate,and replace it,as nearly as feasible, in its original position when excavating for installation of structures across private property or beyond the limits of the embankment. Restore the area to an acceptable condition. Excavate drilled shafts in accordance with Item 416,"Drilled Shaft Foundations." 3.1.1.1. Obstructions. Remove obstructions to the proposed construction, including trees and other vegetation, debris,and structures,over the width of the excavation to a depth of 1 ft.below the bottom of excavation. Remove as required to clear the new structure and plug in an approved manner if abandoned storm drains, sewers,or other drainage systems are encountered.Restore the bottom of the excavation to grade by backfilling after removing obstructions in accordance with this Item. Dispose of surplus materials in accordance with federal,state,and local regulations. 3.1.1.2. Excavation in Streets.Cut pavement and base to neat lines when structures are installed in streets, highways,or other paved areas. Restore pavement structure after completion of excavation and backfilling. Maintain and control traffic in accordance with the approved traffic control plan and the TMUTCD. 3.1.1.3. Utilities.Comply with the requirements of Article 7.15.,"Responsibility for Damage Claims."Conduct work with minimum disturbance of existing utilities,and coordinate work in or near utilities with the utility owners. Inform utility owners before work begins,allowing them enough time to identify,locate,reroute,or make other adjustments to utility lines. Avoid cutting or damaging underground utility lines that are to remain in place. Promptly notify the utility company if damage occurs.Provide temporary flumes across the excavation while open if an active sanitary 405 400 sewer line is damaged during excavation,and restore the lines when backfilling has progressed to the original bedding lines of the cut sewer. 3.1.1.4. De-Watering.Construct or place structures in the presence of water only if approved. Place precast members, pipe,and concrete only on a dry,firm surface. Remove water by bailing,pumping,well-point installation,deep wells, underdrains,or other approved method. Remove standing water in a manner that does not allow water movement through or alongside concrete being placed if structures are approved for placement in the presence of water. Pump or bail only from a suitable sump separated from the concrete work while placing structural concrete or for a period of at least 36 hr.thereafter. Pump or bail during placement of seal concrete only to the extent necessary to maintain a static head of water within the cofferdam. Pump or bail to de-water inside a sealed cofferdam only after the seal has aged at least 36 hr. Place a stabilizing material in the bottom of the excavation if the bottom of an excavation cannot be de- watered to the point the subgrade is free of mud or it is difficult to keep reinforcing steel clean. Use flexible base,cement-stabilized base or backfill,lean concrete,or other approved stabilizing material. Provide concrete with at least 275 lb.of cement per cubic yard, if lean concrete is used,and place to a minimum depth of 3 in.Stabilizing material placed for the convenience of the Contractor will be at the Contractor's expense. 3.1.2. Bridge Foundations and Retaining Walls. Do not disturb material below the bottom of footing grade. Do not backfill to compensate for excavation that has extended below grade. Fill the area with concrete at the time the footing is placed if excavation occurs below the proposed footing grade.Additional concrete placed will be at the Contractor's expense. Take core samples to determine the character of the supporting materials if requested. Provide an intact sample adequate to judge the character of the founding material.Take these cores when the excavation is close to completion.Cores should be approximately 5 ft.deeper than the proposed founding grade. Remove loose material if the founding stratum is rock or another hard material,and clean and cut it to a firm surface that is level,stepped,or serrated,as directed.Clean out soft seams,and fill with concrete at the time the footing is placed. Place the foundation once the Engineer has inspected the excavation and authorized changes have been made to provide a uniform bearing condition if the material at the footing grade of a retaining wall, bridge bent,or pier is a mixture of compressible and incompressible material. 3.1.3. Cofferdams.The term"cofferdam"designates any temporary or removable structure constructed to hold surrounding earth,water,or both out of the excavation whether the structure is formed of soil,timber,steel, concrete,or a combination of these. Use pumping wells or well points for de-watering cofferdams if required. Submit details and design calculations for sheet-pile or other types of cofferdams requiring structural members bearing the seal of a licensed professional engineer for review before constructing the cofferdam. The Department reserves the right to reject designs.Design structural systems to comply with the AASHTO Standard Specifications for Highway Bridges or AASHTO LRFD Bridge Design Specifications. Interior dimensions of cofferdams must provide enough clearance for the construction, inspection,and removal of required forms and, if necessary,enough room to allow pumping outside the forms. Extend sheet-pile cofferdams well below the bottom of the footings,and make concrete seals as well braced and watertight as practicable. Use Class E concrete for foundation seals unless otherwise specified. Place concrete foundation seals in accordance with Item 420,"Concrete Substructures."Seals placed for the convenience of the Contractor will be at the Contractor's expense. Make the excavation deep enough to allow for swelling of the material at the base of the excavation during pile-driving operations when the Engineer judges it to be impractical to de-water inside a cofferdam and a 406 400 concrete seal is to be placed around piling driven within the cofferdam. Remove swelling material to the bottom of the seal grade after driving the piling. Remove the foundation material to exact footing grades where it is possible to de-water inside the cofferdam without placing a seal after driving piling. Do not backfill a foundation to compensate for excavation that has been extended below grade;fill such areas below grade with concrete at the time the seals or footings are placed. Remove cofferdams after completing the substructure without disturbing or damaging the structure unless otherwise provided. 3.1.4. Culverts and Storm Drains.When the design requires special bedding conditions for culverts or storm drains,an excavation diagram will be shown on the plans. Do not exceed these limits of excavation. Construct pipe structures in an open cut with vertical sides extending to a point 1 ft.above the pipe unless otherwise shown on the plans.When site conditions or the plans do not prohibit sloping the cut,the excavation may be stepped or laid back to a stable slope beginning 1 ft.above the pipe. Maintain the stability of the excavation throughout the construction period. Construct the embankment for pipe to be installed in fill above natural ground to an elevation at least 1 ft. above the top of the pipe, and then excavate for the pipe. 3.1.4.1. Unstable Material. Remove the material to a depth of no more than 2 ft.below the grade of the structure when unstable soil is encountered at established footing grade, unless the Engineer authorizes additional depth. Replace soil removed with stable material in uniform layers no greater than 8 in.deep(loose measurement). Each layer must have enough moisture to be compacted by rolling or tamping as required to provide a stable foundation for the structure. Use special materials such as flexible base,cement-stabilized base,cement-stabilized backfill,or other approved material when it is not feasible to construct a stable foundation as outlined above. 3.1.4.2. Incompressible Material.Remove the incompressible material to 6 in.below the footing grade, backfill with an approved compressible material,and compact in accordance with Section 400.3.3.,"Backfill,"if rock, part rock,or other incompressible material is encountered at established footing grade while placing prefabricated elements. 3.2. Shaping and Bedding.Place at least 2 in.of fine granular material for precast box sections on the base of the excavation before placing the box sections. Use bedding as shown in Figure 1 for pipe installations. Use Class C bedding unless otherwise shown on the plans.The Engineer may require the use of a template to secure reasonably accurate shaping of the foundation material. Undercut the excavation at least 4 in.where cement-stabilized backfill is indicated on the plans and backfill with stabilized material to support the pipe or box at the required grade. 407 400 B c - Outside diameter or D d horizontal dimension S 27" 3" D - Inside diameter of pipe 30" to 60" 4" d - Min. bedding material below pipe Z 66" 6" 12 in. Min. Fineranular ,G Fill in. 12 In. Minn.) a a Compacted granular 0.2 B, Min. material d Compacted Class B Backfill Conc. CLASS A ZZ 1/ 12 in. In. Min. Min. o� 0 0 I .n . d 0.7 Shaped Subgrade CLASS B 12 in. 1 In. Min. Min. ° o o Shaped dl Subgrade 0.6 B CLASS C Figure 1 Bedding Diagrams 3.3. Backfill. 3.3.1. General. Backfill the excavation after placement of the permanent structure as soon as practical. Use backfill free from stones large enough to interfere with compaction; large or frozen lumps that will not break down readily under compaction;and wood or other extraneous material.Obtain backfill material from excavation or from other sources. Place backfill in layers no greater than 10 in.deep(loose measurement)in areas not supporting a completed roadbed, retaining wall,or embankment. Place backfill in uniform layers no greater than 8 in.deep(loose measurement)in areas supporting a portion of a roadbed, retaining wall, or embankment.Compact each layer to meet the density requirements of the roadbed, retaining wall,embankment material,or as shown on the plans. 408 400 Bring each layer of backfill material to the moisture content needed to obtain the required density. Use mechanical tamps or rammers to compact the backfill. Rollers may be used to compact backfill if feasible. Cohesionless materials may be used for backfilling. Use cohesionless materials that conform to the requirements of Table 1. Table 1 Cohesionless Material Gradation Limits Sieve Size Percent Retained 3" 0 #10 Note 1 #200 90-100 1. No.10 sieve requirements are 0 to 30%retained when used as aggregate for cement-stabilized backfill. Compact cohesionless materials using vibratory equipment,water-ponding,or a combination of both. 3.3.2. Bridge Foundations,Retaining Walls, Man holesllnlets,and Box Culverts. Place backfill against the structure only after the concrete has reached the design strength required in Item 421,"Hydraulic Cement Concrete." Backfill retaining walls with material meeting the requirements of Item 423,"Retaining Walls."Backfill around bridge foundations, manholes/inlets and culverts using material with particles no more than 4 in. in greatest dimension and a gradation that permits thorough compaction.Use rock or gravel mixed with soil if the percentage of fines is enough to fill all voids and ensure a uniform and thoroughly compacted mass of proper density. Use mechanical tamps and rammers to avoid damage to the structure where backfill material is being placed too close to the structure to permit compaction with blading and rolling equipment. Avoid wedging action of backfill against structures.Step or serrate slopes bounding the excavation to prevent such action. Place backfill uniformly around bridge foundations. Place backfill equally and in uniform layers along both sides of manholes/inlets and culverts. The Engineer may require backfilling of structures excavated into hard,erosion-resistant material,and subject to erosive forces,with stone or lean concrete. Box culverts may be opened to traffic as soon as enough backfill and embankment has been placed over the top to protect culverts against damage from heavy construction equipment. Repair damage to culvert caused by construction traffic at no additional expense to the Department. 3.3.3. Pipe. Bring backfill material to the proper moisture condition after installing bedding and pipe as required and place it equally along both sides of the pipe in uniform layers no greater than 8 in.deep(loose measurement).Compact each lift mechanically.Thoroughly compact materials placed under the haunches of the pipe to prevent damage or displacement of the pipe.Place backfill in this manner to the top-of-pipe elevation. Place and compact backfill above the top of the pipe in accordance with Section 400.3.3.1., "General." The Engineer may reject backfill material containing more than 20%by weight of material retained on a 3 in. sieve with large lumps not easily broken down or that cannot be spread in loose layers. Material excavated by a trenching machine will generally meet the requirements of this Section as long as large stones are not present. Place and compact additional material where pipe extends beyond the toe of slope of the embankment and the depth of cover provided by backfill to the original ground level is less than the minimum required by the specifications for the type of pipe involved until the minimum cover has been provided. 409 400 3.3.4. Cement-Stabilized Backfill. Backfill the excavation to the elevations shown with cement-stabilized backfill when shown on the plans. Use cement-stabilized backfill that contains aggregate conforming to the gradation limits shown in Table 1,water,and a minimum of 7%hydraulic cement based on the dry weight of the aggregate, in accordance with Tex-120-E. Place cement-stabilized backfill equally along the sides of structures to prevent strain on or displacement of the structure. Fill voids when placing cement-stabilized backfill. Use hand-operated tampers if necessary to fill voids. 3.3.5. Flowable Backfill.Backfill the excavation with flowable backfill to the elevations indicated when shown on the plans. Prevent the structure from being displaced during the placement of the flowable fill,and prevent flowable fill from entering manholes/inlets and culverts,and drainage structures. 4. MEASUREMENT This is a plans quantity measurement Item.The quantity to be paid 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. 4.1. Structural Excavation. Unless shown on the plans as a pay item,structural excavation quantities shown are for information purposes only. When structural excavation is specified as a pay item,structural excavation for pipe headwalls, inlets, manholes,culvert or storm drain extensions less than 15 ft.long, bridge abutments, retaining walls,and side road and private entrance pipe culverts will not be measured. No allowance will be made for variance from plans quantity incurred by an alternate bid. When specified as a pay item,structural excavation will be measured by the cubic yard as computed by the average end areas method. Excavation diagrams on the plans take precedence over the provisions of this Article. 4.1.1. Boundaries of Measurement. 4.1.1.1. Pipe. 4.1.1.1.1. Pipe up to 42 Inches. For pipe up to 42 in. nominal or equivalent diameter, no material outside of vertical planes 1 ft. beyond and parallel to the horizontal projection of the outside surfaces of the pipe will be included. 4.1.1.1.2. Pipe Larger than 42 Inches. For pipes larger than 42 in.nominal or equivalent diameter, no material outside of vertical planes located 2 ft. beyond and parallel to the horizontal projection of the outside surfaces of the pipe will be included. Quantities for excavation in fill above natural ground include 1 ft.above the top of the pipe regardless of the height of completed fill. Excavation for pipe will be measured between the extreme ends of the completed structure including end appurtenances as shown on the plans and from centerline to centerline of inlets, manholes,etc. 4.1.1.2. Structural Plate Structures. No material outside of vertical planes 3 ft.beyond and parallel to the horizontal projection of the outside surfaces of the structure will be included.When the quality of the existing soil or embankment is less than that of the proposed backfill material,the limits of measurement will be extended to vertical planes located 1/2 of the span beyond the horizontal projection of the outside surfaces of the structure. 4.1.1.3. Footings,Walls,Boxes,and Other Excavation.No material outside of vertical planes 1 ft. beyond and parallel to the edges of the footings or outside walls will be included whether or not a cofferdam or shoring is 410 400 used.When plans provide the option of cast-in-place or precast boxes, measurement will be based on the cast-in-place option. Where excavation in addition to that allowed for the footings is required for other portions of the structure, measurement for the additional excavation will be limited laterally by vertical planes 1 ft. beyond the face of the member and parallel to it, and vertically to a depth of 1 ft.below the bottom of the member. 4.1.1.4. Excavation near Roadways and Channels.At structure sites other than culverts and pipe excavations,the measurement of structural excavation will include only material below or outside the limits of the completed road or channel excavation. Roadway and channel excavation will be paid under Item 110,"Excavation."For culverts except side road and private entrance culverts,excavation within the limits of the structure and below or outside the limits of the completed roadway excavation will be measured as structural excavation. 4.1.2. Falsework. No measurement will be made for excavation necessary for placing forms or falsework that exceeds the limits given in Section 400.4.1.1.,"Boundaries of Measurement." 4.1.3. Swelling. Measurement will not include materials removed below footing grades to compensate for anticipated swelling due to pile-driving, nor will it include material required to be removed due to swelling beyond the specified limits during pile-driving operations. 4.1.4. Cave-ins. Measurement will not include additional volume caused by slips,slides,cave-ins,silting,or fill material resulting from the action of the elements or the Contractor's operation. 4.1.5. Undercut.Where rock or other incompressible or unstable material is undercut to provide a suitable foundation for pipe or box sections,such material below grade directed to be removed will be measured for payment. 4.1.6. Grade Change.Additional measurement will be made of the volume of excavation involved in the lowering or raising of the elevation of a footing,foundation,or structure unit,when such grade change is authorized. 4.2. Cement-Stabilized Backfill.Cement-stabilized backfill will be measured by the cubic yard as shown on the plans. 4.3. Cutting and Restoring Pavement. Cutting and restoring pavement will be measured by the square yard as shown on the plans. Excavation below pavement or base will be measured as structural excavation of the pertinent type. 5. PAYMENT 5.1. Structural Excavation. Unless specified as a pay item,structural excavation and backfill performed,and material furnished in accordance with this Item will not be paid for directly but are subsidiary to pertinent Items. When structural excavation is specified as a pay item,the excavation and backfill work performed,and materials furnished will be paid for at the unit price bid for"Structural Excavation,""Structural Excavation (Box),""Structural Excavation(Pipe),"and"Structural Excavation(Bridge)."This price includes concrete to compensate for excavation that has extended below grade for bridge foundations and retaining walls,and backfilling and compacting areas that were removed as part of structural excavation. Cofferdams or other measures necessary for supporting excavations less than 5 ft.deep will not be measured or paid for directly but will be subsidiary to the Contract. Foundation seal concrete for cofferdams,when required,will be paid for as provided in the pertinent Items. If no direct method of payment is provided in the Contract,the work will be measured and paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method."Seal placed for the convenience of the Contractor will not be paid for. 411 400 Unless otherwise provided, stone or lean concrete backfill around structures as provided for in Section 400.3.3.2.,"Bridge Foundations, Retaining Walls, Manholes/Inlets, and Box Culverts,"will be measured and paid for as extra work in accordance with Article 9.7.,"Payment for Extra Work and Force Account Method." When structural excavation is specified as a pay item,a partial payment of 50%of the bid price will be made for structural excavation completed to the satisfaction of the Engineer but not backfilled.The remaining amount will be paid upon completion of backfilling.When the Contractor elects to excavate beyond plan requirements, no measurement will be made of the additional volume. 5.2. Removal and Replacement of Unsuitable or Incompressible Material.Removal and replacement of material will be paid for if directed. Removal and replacement of material or placement of special material made necessary by the softening of founding material due to the Contractor's sequence of work or operation, will be at the Contractor's expense. Special material used or additional excavation made for the Contractor's convenience will not be paid for. 5.2.1. Structural Excavation as a Pay Item.Where special materials are not required or specified, payment for the removal and replacement of unstable or incompressible material will be made at a price equal to 200%of the unit price bid per cubic yard for Structural Excavation.When the Contractor elects to remove and replace material deeper than directed,no measurement will be made on that portion below the directed elevation. This price is full compensation for removing the unstable or incompressible material;furnishing,hauling, placing,and compacting suitable replacement material;and equipment, labor,tools,and incidentals. When the plans specify or when directed,the use of special materials such as flexible base,cement- stabilized base,cement-stabilized backfill,or other special material, payment for excavation below footing grades will be made at the unit price bid for Structural Excavation. Payment for furnishing, hauling, placing, and compacting the flexible base,cement-stabilized base,cement-stabilized backfill,or other special materials will be made at the unit price bid for these items in the Contract, or,if the required material is not a bid item, in accordance with Article 9.7.,"Payment for Extra Work and Force Account Method." 5.2.2. Structural Excavation Not a Pay Item.Where special materials for backfill are not required or specified, payment for the authorized removal and replacement of unstable or incompressible material will be measured and paid for at$15 per cubic yard of material removed.This price is full compensation for removing the unstable or incompressible material;furnishing, hauling,placing,and compacting suitable replacement material;and equipment,labor,tools,and incidentals. When the plans specify or when directed,the use of special materials such as flexible base,cement- stabilized base,cement-stabilized backfill,or other special material,excavation below the footing grades will be paid for at$10 per cubic yard. Payment for furnishing,hauling,placing, and compacting the flexible base, cement-stabilized base,cement-stabilized backfill,or other special materials will be made at the unit price bid for these items,or,if the required material is not a bid item,in accordance with Article 9.7.,"Payment for Extra Work and Force Account Method." 5.3. Lowering of a Structure Foundation. If the Engineer requires a structure foundation to be lowered to an elevation below the grade shown on the plans,overexcavation will be paid in accordance with Table 2. Table 2 Payment for Required Overexcavation Variance of Revised Payment Terms Variance of Revised Footing Footing Grade from Grade from Plan Grade Plan Grade "Structural Excavation" "Structural Excavation" is a Bid Item is not a Bid Item Up to and including 5 ft. Unit price equal to 115%of unit $10 per cubic yard price bid for"Structural Excavation" Over 5 ft.up to 10 ft. Unit price equal to 125%of unit $12 per cubic yard price bid for"Structural Excavation" Over 10 ft. In accordance with Article 9.7.,"Payment for Extra Work and Force Account Method." 412 400 5.4. Cement-Stabilized Backfill.Cement-stabilized backfill will be paid for at the unit price bid for"Cement- Stabilized Backfill." 5.5. Cutting and Restoring Pavement. Cutting and restoring pavement will be paid for at the unit price bid for "Cutting and Restoring Pavement"of the type specified. Work done to repair damage to base or pavement incurred outside the limits shown on the plans,or the limits authorized,will not be measured for payment. The unit prices bid are full compensation for excavation including removing obstructions and plugging drainage systems; bedding and backfilling including placing,sprinkling and compaction of material; soundings;cleaning and filling seams;constructing and removing cofferdams;de-watering,sheeting,or bracing excavations up to and including 5 ft.deep; pumps;drills;explosives;disposition of surplus material; cutting pavement and base to neat lines;and materials, hauling,equipment,labor,tools,and incidentals. Flowable backfill will be paid for as provided in Item 401,"Flowable Backfill."Protection methods for open excavations deeper than 5 ft.will be measured and paid for as required under Item 402,"Trench Excavation Protection,"or Item 403, 'Temporary Special Shoring." 413 This page intentionally left blank 700 500 R Item 500 Mobilization Texas Jr.of Transportanttion 1. DESCRIPTION Establish and remove offices,plants,and facilities. Move personnel,equipment,and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. Bonds and insurance are required for performing mobilization. For Contracts with emergency mobilization,provide a person and method of contact available 24 hrs.a day, 7 days a week unless otherwise shown on the plans.The time of notice will be the transmission time of the written notice or notice provided orally by the Department's representative. 2. MEASUREMENT This Item will be measured by the lump sum or each as the work progresses. Mobilization is calculated on the base bid only and will not be paid for separately on any additive alternate items added to the Contract. 3. PAYMENT For this Item,the adjusted Contract amount will be calculated as the total Contract amount less the lump sum for mobilization. Except for Contracts with callout or emergency work, mobilization will be paid in partial payments as follows: ■ Payment will be made upon presentation of a paid invoice for the payment or performance bonds and required insurance, ■ Payment will be made upon verification of documented expenditures for plant and facility setup.The combined amount for all these facilities will be no more than 10%of the mobilization lump sum or 1%of the total Contract amount,whichever is less, ■ When 1%of the adjusted Contract amount for construction Items is earned,50%of the mobilization lump sum bid or 5%of the total Contract amount,whichever is less,will be paid. Previous payments under this Item will be deducted from this amount, ■ When 5%of the adjusted Contract amount for construction Items is earned,75%of the mobilization lump sum bid or 10%of the total Contract amount,whichever is less,will be paid. Previous payments under the Item will be deducted from this amount, ■ When 10%of the adjusted Contract amount for construction Items is earned,90%of the mobilization lump sum bid or 10%of the total Contract amount,whichever is less,will be paid. Previous payments under this Item will be deducted from this amount, ■ Upon final acceptance, 97%of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount,and ■ Payment for the remainder of the lump sum bid for"Mobilization"will be made after all submittals are received,final quantities have been determined and when any separate vegetative establishment and maintenance,test,and performance periods provided for in the Contract have been successfully completed. For projects with extended maintenance or performance periods,payment for the remainder of the lump sum bid for"Mobilization"will be made 6 months after final acceptance. 701 500 For Contracts with callout or emergency work,"Mobilization,"will be paid as follows: ■ Payment will be made upon presentation of a paid invoice for the payment of performance bonds and required insurance, ■ Mobilization for callout work will be paid for each callout work request,and ■ Mobilization for emergency work will be paid for each emergency work request. 702 502 R Item 502 Barricades, Signs, and Traffic Handling Z,I;ranspor Texas epartment tation 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 are allowed. 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 weather conditions. 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 as approved. Remove all traffic control devices upon completion of the work as shown on the plans or as directed. 3. MEASUREMENT Barricades,Signs,and Traffic Handling will be measured by the month. Law enforcement personnel with patrol vehicles will be measured by the hour for each person. 4. PAYMENT 4.1. 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 the unit price bid for"Barricades,Signs, and Traffic Handling."This price is full compensation for installation, maintenance,adjustments, replacements,removal, materials,equipment, labor,tools,and incidentals. 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"Barricades, Signs,and Traffic Handling."This price is full compensation for installation, maintenance,adjustments,replacements, removal,materials,equipment, labor,tools,and incidentals. 703 502 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 Payment.Payment for this Item will begin on the first estimate after barricades,signs,and traffic handling devices have been installed in accordance with the TCP and construction has begun. 4.1.2. Paid Months. Monthly payment will be made each succeeding month for this Item provided the barricades, signs,and traffic handling devices have been installed and maintained in accordance with the TCP until the 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 Payment Before Acceptance.The total payment for this Item will not exceed 10%of the total Contract amount before final acceptance in accordance with Article 5.12.,"Final Acceptance."The remaining balance will be paid in accordance with Section 502.4.1.5.,"Balance Due." 4.1.4. Total Payment Quantity.The quantity paid under this Item will not exceed the total quantity shown on the plans except as modified by change order and as adjusted by Section 502.4.1.2.,"Paid Months."An overrun of the plans quantity for this Item will not be allowed for approving designs;testing; material shortages; closed 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 on final acceptance of the project,if all work is complete and accepted in accordance with Article 5.12., "Final Acceptance." 4.1.6. Contracts with Callout Work and Work Orders.The work performed and the materials furnished with this Item and measured as provided under"Measurement,"will be considered subsidiary to pertinent Items, except for federally funded Contracts. 4.2. Law Enforcement Personnel.The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement,"will be paid by Contractor force account for"Law Enforcement Personnel."This price is full compensation for furnishing all labor, materials,supplies,equipment, patrol vehicle,fees,and incidentals necessary to complete the work as directed. 704 666 R Item 666 Retroreflectorized Pavement Markings ,Texas Department ,Transportation 1. DESCRIPTION Furnish and place retroreflectorized,non-retroreflectorized(shadow)and profile pavement markings. 2. MATERIALS 2.1. Type I Marking Materials. Furnish in accordance with DMS-8220,"Hot Applied Thermoplastic." Furnish pavement marking material used for Type I profile markings and shadow markings that have been approved by the Construction Division,and in accordance with DMS-8220,"Hot Applied Thermoplastic." 2.2. Type II Marking Materials.Furnish in accordance with DMS-8200, `Traffic Paint." 2.3. Glass Traffic Beads. Furnish drop-on glass beads in accordance with DMS-8290,"Glass Traffic Beads"or as approved. Furnish a double-drop of Type 11 and Type III drop-on glass beads where each type bead is applied separately in equal portions(by weight), unless otherwise approved.Apply the Type III beads before applying the Type 11 beads. 2.4. Labeling. Use clearly marked containers that indicate color, mass, material type, manufacturer,and batch number. 3. EQUIPMENT 3.1. General Requirements.Use equipment that: ■ is maintained in satisfactory condition, ■ meets or exceeds the requirements of the National Board of Fire Underwriters and the Texas Railroad Commission for this application, ■ applies beads by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost instantly upon the marking as the marking is being applied to the road surface.The bead dispenser must have an automatic cut-off control, synchronized with the cut-off of the pavement marking equipment, ■ has an automatic cut-off device with manual operating capabilities to provide clean,square marking ends, ■ is capable of producing the types and shapes of profiles specified,and ■ can provide continuous mixing and agitation of the pavement marking material.The use of pans,aprons, or similar appliances which the die overruns will not be permitted for longitudinal striping applications. Provide a hand-held thermometer capable of measuring the temperature of the marking material when applying Type I material. When pavement markings are required to meet minimum retroreflectivity requirements on the plans: ■ Use a mobile retroreflectometer approved by the Construction Division and certified by the Texas A&M Transportation Institute Mobile Retroreflectometer Certification Program. ■ Use a portable retroreflectometer that: • uses 30-meter geometry and meets the requirements described in ASTM E1710; • has either an internal global positioning system(GPS)or the ability to be linked with an external GPS with a minimum accuracy rating of 16 ft.5 in., in accordance with the circular error probability 821 666 (CEP)method(CEP is the radius of the circle with its origin at a known position that encompasses 50%of the readings returned from the GPS instrument); • can record and print the GPS location and retroreflectivity reading for each location where readings are taken. 3.2. Material Placement Requirements. Use equipment that can place: ■ at least 40,000 ft.of 4-in.solid or broken non-profile markings per working day at the specified thickness; ■ at least 15,000 ft.of solid or broken profile pavement markings per working day at the specified thickness; ■ linear non-profile markings up to 8 in.wide in a single pass; ■ non-profile pavement markings other than solid or broken lines at an approved production rate; ■ a centerline and no-passing barrier-line configuration consisting of 1 broken line and 2 solid lines at the same time to the alignment,spacing,and thickness for non-profile pavement markings shown on the plans; ■ solid and broken lines simultaneously; ■ white line from both sides; ■ lines with clean edges, uniform cross-section with a tolerance of±1/8 in. per 4 in.width,uniform thickness,and reasonably square ends; ■ skip lines between 10 and 10-1/2 ft.,a stripe-to-gap ratio of 10 to 30, and a stripe-gap cycle between 39-1/2 ft.and 40-1/2 ft.,automatically; ■ beads uniformly and almost instantly on the marking as the marking is being applied; ■ beads uniformly during the application of all lines(each line must have an equivalent bead yield rate and embedment);and ■ double-drop bead applications using both Type II and Type III beads from separate independent bead applicators, unless otherwise approved by the Engineer. 4. CONSTRUCTION Place markings before opening to traffic unless short-term or work zone markings are allowed. 4.1. General.Obtain approval for the sequence of work and estimated daily production. Minimize interference to roadway operations when placing markings on roadways open to traffic. Use traffic control as shown on the plans or as approved.Protect all markings placed under open-traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed,and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests: ■ Type I Marking Application—Place a sample of Type I marking material on a piece of tarpaper placed on the pavement.Allow the material to cool to ambient temperature,and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. ■ Type II Marking Application—Place a 1-sq.ft.piece of clear plastic on the pavement,and weight down the edges.The pavement is considered dry if,when inspected after 15 min.,no condensation has occurred on the underside of the plastic. Apply markings: ■ that meet the requirements of Tex-828-B, 822 666 ■ that meet minimum retroreflectivity requirements when specified on the plans(applies to Type I markings only), ■ using widths and colors shown on the plans, ■ at locations shown on the plans, ■ in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft.of roadway or more than 2 in. maximum, ■ without abrupt deviations, ■ free of blisters and with no more than 5%by area of holes or voids, ■ with uniform cross-section,density and thickness, ■ with clean and reasonably square ends, ■ that are retroreflectorized with drop-on glass beads,and ■ using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated on the plans,or in the specifications,at the Contractor's expense in accordance with Item 677,"Eliminating Existing Pavement Markings and Markers,"except for measurement and payment. 4.2. Surface Preparation.Prepare surfaces in accordance with this Section unless otherwise shown on the plans. 4.2.1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces.Air blast or broom the pavement surface for new asphalt surfaces(less than 3 years old)and for retracing of all surfaces to remove loose material, unless otherwise shown on the plans.A sealer for Type I markings is not required unless otherwise shown on the plans. 4.2.2. Cleaning for Old Asphalt and Concrete Surfaces(Excludes Retracing). Clean old asphalt surfaces (more than 3 years old)and all concrete surfaces in accordance with Item 678,"Pavement Surface Preparation for Markings,"to remove curing membrane,dirt,grease,loose and flaking existing construction markings,and other forms of contamination. 4.2.3. Sealer for Type I Markings.Apply a pavement sealer to old asphalt surfaces(more than 3 years old)and to all concrete surfaces before placing Type I markings on locations that do not have existing markings, unless otherwise approved.The pavement sealer may be either a Type 11 marking or an acrylic or epoxy sealer as recommended by the Type I marking manufacturer unless otherwise shown on the plans. Follow the manufacturer's directions for application of acrylic or epoxy sealers.Clean sealer that becomes dirty after placement by washing or in accordance with Section 666.4.2.1.,"Cleaning for New Asphalt Surfaces and Retracing of All Surfaces,"as directed. Place the sealer in the same configuration and color(unless clear)as the Type I markings unless otherwise shown on the plans. 4.3. Application.Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation,the Contractor is responsible for all required replacement costs. 4.3.1. Type I Markings. Place the Type I marking after the sealer cures.Apply within the temperature limits recommended by the material manufacturer. Flush the spray head if spray application operations cease for 5 min or longer by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean,dry pavements passing the moisture test described in Section 666.4.1., "General,"and with a surface temperature above 50°F when measured in accordance with Tex-829-13. 4.3.1.1. Non-Profile Pavement Markings.Apply Type I non-profile markings with a minimum thickness of: ■ 0.100 in. (100 mils)for new markings and retracing water-based markings on surface treatments involving Item 316,"Seal Coat," 823 666 ■ 0.060 in. (60 mils)for retracing on thermoplastic pavement markings,or ■ 0.090 in. (90 mils)for all other Type I markings. The maximum thickness for Type I non-profile markings is 0.180 in.(180 mils). Measure thickness for markings in accordance with Tex-854-13 using the tape method. 4.3.1.2. Profile Pavement Markings.Apply Type I profile markings with a minimum thickness of: ■ 0.060 in. (60 mil)for edgeline markings,or ■ 0.090 in. (90 mil)for gore and centerline/no-passing barrier line markings. In addition,at a longitudinal spacing indicated on the plans,the markings must be profiled in a vertical manner such that the profile is transverse to the longitudinal marking direction.The profile must not be less than 0.30 in. (300 mil)nor greater than 0.50 in. (500 mil)in height when measured above the normal top surface plane of the roadway.The transverse width of the profile must not be less than 3.25 in.,and the longitudinal width not less than 1 in.,when measured at the top surface plane of the profile bar.The profile may be either a 1 or 2 transverse bar profile.When the 2 transverse bar profile is used,the spacing between the bases of the profile bars must not exceed 0.50 in.The above transverse bar width is for each 4 in.of line width. 4.3.2. Type II Markings.Apply on surfaces with a minimum surface temperature of 50'F.Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal.per mile on surface treatments for a solid 4-in. line.Adjust application rates proportionally for other widths.When Type II markings are used as a sealer for Type I markings,apply at least 15 gal. per mile using Type II drop-on beads. 4.3.3. Bead Coverage. Provide a uniform distribution of beads across the surface of the stripe for Type I and Type II markings,with 40%to 60%bead embedment. 4.4. Retroreflectivity Requirements.When specified on the plans,Type I markings must meet the following minimum retroreflectivity values for edgeline markings,centerline or no passing barrier-line,and lane lines when measured any time after 3 days, but not later than 10 days after application: ■ White markings:250 mill icandelas per square meter per lux(mcd/m2/Ix) ■ Yellow markings: 175 mcd/m2/Ix 4.5. Retroreflectivity Measurements. Use a mobile retroreflectometer for projects requiring minimum retroreflectivity requirements to measure retroreflectivity for Contracts totaling more than 200,000 ft.of pavement markings, unless otherwise shown on the plans. For Contracts with less than 200,000 ft.of pavement markings or Contracts with callout work, mobile or portable retro refl ecto meters may be used at the Contractor's discretion. 4.5.1. Mobile Retroreflectometer Measurements. Provide mobile measurements averages for every 0.1 miles unless otherwise specified or approved.Take measurements on each section of roadway for each series of markings(i.e.,edgeline,center skip line,each line of a double line,etc.)and for each direction of traffic flow. Measure each line in both directions for centerlines on two-way roadways(i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). Furnish measurements in compliance with Special Specification,"Mobile Retroreflectivity Data Collection for Pavement Markings," unless otherwise approved.The Engineer may require an occasional field comparison check with a portable retroreflectometer meeting the requirements listed above to ensure accuracy. Use all equipment in accordance with the manufacturer's recommendations and directions. Inform the Engineer at least 24 hr.before taking any measurements. A marking meets the retroreflectivity requirements if: ■ the combined average retroreflectivity measurement for a one-mile segment meets the minimum retroreflectivity values specified,and ■ no more than 30%of the retroreflectivity measurement values are below the minimum retroreflectivity requirements value within the one-mile segment. 824 666 The Engineer may accept failing one-mile segments if no more than 20%of the retroreflectivity measurements within that mile segment are below the minimum retroreflectivity requirement value. The one-mile segment will start from the beginning of the data collection and end after a mile worth of measurements have been taken;each subsequent mile of measurements will be a new segment. Centerlines with 2 stripes(either solid or broken)will result in 2 miles of data for each mile segment. Each centerline stripe must be tested for compliance as a stand-alone stripe. Restripe at the Contractor's expense with a minimum of 0.060 in.(60 mils)of Type I marking if the marking fails retroreflectivity requirements.Take measurements every 0.1 miles a minimum of 10 days after this second application within that mile segment for that series of markings. If the markings do not meet minimum retroreflectivity after 10 days of this second application,the Engineer may require removal of all existing markings,a new application as initially specified,and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.2. Portable Retroreflectometer Measurements.Take a minimum of 20 measurements for each 1-mi.section of roadway for each series of markings(i.e.,edgeline,center skip line,each line of a double line,etc.)and direction of traffic flow when using a portable reflectometer.Measure each line in both directions for centerlines on two-way roadways(i.e.,measure both double solid lines in both directions and measure all center skip lines in both directions).The spacing between each measurement must be at least 100 ft.The Engineer may decrease the mileage frequency for measurements if the previous measurements provide satisfactory results.The Engineer may require the original number of measurements if concerns arise. Restripe once at the Contractor's expense with a minimum of 0.060 in.(60 mils)of Type I marking material if the average of these measurements fails.Take a minimum of 10 more measurements after 10 days of this second application within that mile segment for that series of markings.Restripe again at the Contractor's expense with a minimum of 0.060 in. (60 mils)of Type I marking material if the average of these measurements fall below the minimum retroreflectivity requirements. If the markings do not meet minimum retroreflectivity after this third application,the Engineer may require removal of all existing markings,a new application as initially specified,and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.3. Traffic Control. Provide traffic control,as required,when taking retroreflectivity measurements after marking application.On low volume roadways(as defined on the plans), refer to the figure,"Temporary Road Closure"in Part 6 of the Texas Manual on Uniform Traffic Control Devices for the minimum traffic control requirements. For all other roadways,the minimum traffic control requirements will be as shown on the Traffic Control Plan(TCP)standard sheets TCP(3-1)and TCP(3-2).The lead vehicle will not be required on divided highways.The TCP and traffic control devices must meet the requirements listed in Item 502, "Barricades, Signs,and Traffic Handling."Time restrictions that apply during striping application will also apply during the retroreflectivity inspections except when using the mobile retroreflectometer unless otherwise shown on the plans or approved. 4.6. Performance Period.All markings must meet the requirements of this specification for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor's expense. Replace failing markings within 30 days of notification.All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. 5. MEASUREMENT This Item will be measured by the foot;by each word,symbol,or shape;or by any other unit shown on the plans. Each stripe will be measured separately. 825 666 This is a plans quantity measurement item.The quantity to be paid 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. Acrylic or epoxy sealer,or Type II markings when used as a sealer for Type I markings,will be measured by the foot;by each word,symbol,or shape;or by any other unit shown on the plans. 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"Pavement Sealer"of the size specified, "Retroreflectorized Pavement Markings"of the type and color specified and the shape,width,size,and thickness specified as applicable, `Retroreflectorized Pavement Markings with Retroreflective Requirements" of the types,colors,sizes,widths,and thicknesses specified or"Retroreflectorized Profile Pavement Markings"of the various types,colors,shapes,sizes,and widths specified. This price is full compensation for application of pavement markings, materials,equipment,labor,tools,and incidentals. Surface preparation of new concrete and asphalt concrete pavements more than 3 years old,where no stripe exists,will be paid for under Item 678,"Pavement Surface Preparation for Markings."Surface preparation of all other asphalt and old concrete pavement,except for sealing,will not be paid for directly but is subsidiary to this Item. Work zone pavement markings(Type II, paint and beads)used as a sealer for Type I markings (thermoplastic)will be paid for under Item 662,"Work Zone Pavement Markings." If the Engineer requires that markings be placed in inclement weather,repair or replacement of markings damaged by the inclement weather will be paid for in addition to the original plans quantity. 826 668 R Item 668 Prefabricated Pavement Markings Z,I;ranspor Texas epartment tation 1. DESCRIPTION Furnish and place retroreflectorized or non-reflectorized(contrast)prefabricated pavement markings. 2. MATERIALS Furnish prefabricated pavement marking materials in accordance with DMS-8240, "Permanent Prefabricated Pavement Markings." Furnish prefabricated pavement marking materials used for contrast markings in accordance with DMS-8240, "Permanent Prefabricated Pavement Markings,"with the exception that the color requirement for the black contrast portion does not have to meet the color requirements specified for white or yellow markings.Store all materials in a weatherproof enclosure and prevent damage during storage. 3. CONSTRUCTION 3.1. General.Obtain approval for the sequence of work and estimated daily production. Remove all waste generated from the jobsite before the end of each working day. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed,and have guide locations verified. Use guide material that will not leave a permanent mark on the roadway. Place pavement markings in alignment with the guides without deviating from the alignment more than 1 in. per 200 ft.of roadway or more than 2 in. maximum and with no abrupt deviations. 3.2. Placement Limitations. Do not place Type B pavement-marking materials between September 30 and March 1 unless otherwise directed. 3.2.1. Moisture.Apply material to pavement that is completely dry. Pavement will be considered dry if,on a sunny day after 15 min., no condensation occurs on the underside of a 1-sq.ft.piece of clear plastic that has been placed on the pavement and weighted on the edges. 3.2.2. Temperature. Follow pavement and ambient air temperature requirements recommended by the material manufacturer. Do not place material when the pavement temperature is below 607 or above 1207 if the material manufacturer does not establish temperature requirements. 3.3. Dimensions. Place markings in accordance with the color, length,width, shape,and configuration shown on the plans. Locate alignment as shown on the plans or as directed. 3.4. Methods. Place all materials in accordance with the material manufacturer's instructions,as well as the surface condition, moisture and temperature requirements of this Item, unless otherwise directed. 3.5. Surface Preparation.Prepare surface by any approved cleaning method that effectively removes contaminants, loose materials,and conditions deleterious to proper adhesion.Abrasive or water-blast cleaning is not required unless shown on the plans. Blast clean,when required,in accordance with Item 678, "Pavement Surface Preparation for Markings."Prepare surfaces further after cleaning by sealing or priming as recommended by the pavement-marking material manufacturer or as directed. Use adhesive,when required,of the type and quality recommended by the pavement-marking material manufacturer. Do not clean concrete pavement surfaces by grinding. 827 668 3.6. Performance Requirements. 3.6.1. Adhesion. Ensure markings do not lift,shift,smear,spread,flow,or tear by traffic action. 3.6.2. Appearance. Ensure markings present a neat, uniform appearance that is free of excessive adhesive, ragged edges,and irregular lines or contours. 3.6.3. Visibility. Ensure markings have uniform and distinctive retroreflectance when inspected in accordance with Tex-828-B. 3.7. Performance Period.All markings must meet the requirements of this Item for at least 30 calendar days after installation.Remove and replace all pavement markings that fail to meet requirements at the Contractor's expense unless otherwise directed. Replace failing markings within 30 days of notification.All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. 4. MEASUREMENT This Item will be measured by the foot or by each word,shape,or symbol. This is a plans quantity measurement Item.The quantity to be paid 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. 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"Prefabricated Pavement Markings"of the type and color specified and the shape,width,and size specified as applicable.This price is full compensation for cleaning the pavement by any means other than required abrasive or water-blast cleaning or milling; furnishing and placing materials;and equipment,labor,tools,and incidentals. Abrasive or water-blast cleaning and milling,when shown on the plans,will be paid for under Item 678, "Pavement Surface Preparation for Markings." 828 672 o Item 672 Raised Pavement Markers Texas Department of Transportation 1. DESCRIPTION Furnish and install raised pavement markers(RPMs). 2. MATERIALS 2.1. Markers. Furnish RPMs in accordance with the following Department Material Specifications: ■ Reflectorized Pavement Markers. DMS-4200,"Pavement Markers(Reflectorized),"types I-A, I-C, I-R, II-A-A,and II-C-R. ■ Traffic Buttons.DMS-4300,"Traffic Buttons,"types I-A, I-C, I-R, II-A-A, II-C-R,W,Y and B. Round or oval unless otherwise specified on the plans. ■ Plowable Reflectorized Pavement Markers.DMS-4210, "Snowplowable Pavement Markers,"types I-A, I-C, I-R, II-A-A,and II-C-R. The following are descriptions for each type of RPM: ■ Type I-A.The approach face must retro-reflect amber light.The body, other than the retro-reflective face, must be yellow. ■ Type I-C.The approach face must retro-reflect white light.The body, other than the retro-reflective face, must be white or silver-white. ■ Type I-R.The trailing face must retro-reflect red light.The body,other than the retro-reflective face, must be white or silver-white,except for I-R plowable markers which may be black. ■ Type II-A-A.The 2 retro-reflective faces(approach and trailing)must retro-reflect amber light.The body, other than the retro-reflective faces, must be yellow. ■ Type II-C-R.Contain 2 retro-reflective faces with an approach face that must retro-reflect white light and a trailing face that must retro-reflect red light.The body,other than the retro-reflective faces,must be white or silver-white. ■ Type W. Must have a white body and no reflective faces. ■ Type Y. Must have a yellow body and no reflective faces. ■ Type B. Must have a black body and no reflective faces. 2.2. Adhesives. Furnish adhesives that conform to the following requirements: ■ DMS-6100,"Epoxies and Adhesives,"Type II—Traffic Marker Adhesives. ■ DMS-6130,"Bituminous Adhesive for Pavement Markers." ■ The Contractor may propose alternate adhesive materials for consideration and approval. 2.3. Sampling.The Engineer will sample in accordance with Tex-729-I. 3. CONSTRUCTION Remove existing RPMs in accordance with Item 677,"Eliminating Existing Pavement Markings and Markers," except for measurement and payment. Furnish RPMs for each class from the same manufacturer. Prepare all surfaces in accordance with Item 678,"Pavement Surface Preparation for Markings,"when shown on the plans. Ensure the bond surfaces are free of dirt,curing compound,grease,oil,moisture,loose or unsound pavement markings,and any other material that would adversely affect the adhesive bond. 829 672 Establish pavement marking guides to mark the lateral location of RPMs as shown on the plans and as directed. Do not make permanent marks on the roadway for the guides. Place RPMs in proper alignment with the guides.Acceptable placement deviations are shown on the plans. Remove RPMs placed out of alignment or sequence,as shown on the plans or stated in this specification,at Contractor's expense, in accordance with Item 677,"Eliminating Existing Pavement Markings and Markers" (except for measurement and payment). Use the following adhesive materials for placement of reflectorized pavement markers,and traffic buttons unless otherwise shown on the plans: ■ standard or flexible bituminous adhesive for applications on bituminous pavements,and ■ epoxy adhesive or flexible bituminous adhesive for applications on hydraulic cement concrete pavements. Use epoxy adhesive for plowable reflectorized pavement markers. Apply enough adhesives to: ■ ensure that 100%of the bonding area of RPMs is in contact with the adhesive,and ■ ensure that RPMs,except for plowable markers,are seated on a continuous layer of adhesive and not in contact with the pavement surface. Apply adhesives in accordance with manufacturer's recommendations unless otherwise required by this Article.Apply bituminous adhesive only when pavement temperature and RPM temperature are 407 or higher. Do not heat bituminous adhesive above 400°F. Machine agitate bituminous adhesive continuously before application to ensure even heat distribution. Machine-mix epoxy adhesive.Apply epoxy adhesive only when pavement temperature is 50°F or higher. Furnish RPMs free of rust,scale,dirt,oil,grease, moisture,and contaminants that might adversely affect the adhesive bond. Place RPMs immediately after the adhesive is applied and ensure proper bonding. Do not use adhesives or any other material that impairs the functional retro-reflectivity of the RPMs. Provide a 30-day performance period that begins the day following written acceptance for each separate location.The date of written acceptance will be the last calendar day of each month for the RPMs installed that month for the completed separate project locations.This written acceptance does not constitute final acceptance. Replace all missing, broken or non-reflective RPMs.Visual evaluations will be used for these determinations. Upon request,the Engineer will allow a Contractor representative to accompany the Engineer on these evaluations. The Engineer may exclude RPMs from the replacement provisions of the performance,provided the Engineer determines the failure is a result of causes other than defective material or inadequate installation procedures. Examples of outside causes are extreme wear at intersections,damage by snow or ice removal, and pavement failure. Replace all missing or non-reflective RPMs identified during the performance period within 30 days after notification.The end of the performance period does not relieve the Contractor from the performance deficiencies requiring corrective action identified during the performance period. 830 672 4. MEASUREMENT This Item will be measured by each RPM. This is a plans quantity measurement Item.The quantity to be paid 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 are 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"Reflectorized Pavement Marker,""Traffic Button,"or "Plowable Reflectorized Pavement Marker"of the types specified.This price is full compensation for removing existing markers;furnishing and installing RPMs;and materials, equipment,labor,tools,and incidentals. No additional payment will be made for replacement of RPMs failing to meet the performance requirements. 831 677 Item 677 CR, Eliminating Existing Pavement Markings and Markers Texas Department of Transportation 1. DESCRIPTION Eliminate existing pavement markings and raised pavement markers(RPMs). 2. MATERIALS Furnish surface treatment materials in accordance with the following Items: ■ Item 300,"Asphalts, Oils,and Emulsions" ■ Item 302,"Aggregates for Surface Treatments" ■ Item 316,"Seal Coat' Use approved patching materials for repairing damaged surfaces. Use a commercial abrasive blasting medium capable of producing the specified surface cleanliness. Use potable water when water is required. 3. EQUIPMENT Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture,oil,or other contaminants on the roadway surface. 4. CONSTRUCTION Eliminate existing pavement markings and markers on both concrete and asphaltic surfaces in such a manner that color and texture contrast of the pavement surface will be held to a minimum. Remove all markings and markers with minimal damage to the roadway to the satisfaction of the Engineer. Repair damage to asphaltic surfaces,such as spalling,shelling,etc.,greater than 1/4 in.deep resulting from the removal of pavement markings and markers. Dispose of markers in accordance with federal,state,and local regulations. Use any of the following methods unless otherwise shown on the plans: 4.1. Surface Treatment Method.Apply surface treatment material at rates shown on the plans,or as directed. Place a surface treatment a minimum of 2 ft.wide to cover the existing marking. Place a surface treatment, thin overlay,or microsurfacing a minimum of one lane in width in areas where directional changes of traffic are involved or other areas as directed. 4.2. Burn Method. Use an approved burning method. For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material before blast cleaning. When using heat,avoid spalling pavement surfaces.Sweeping or light blast cleaning may be used to remove minor residue. 4.3. Blasting Method.Use a blasting method such as water blasting,abrasive blasting,water abrasive blasting, shot blasting,slurry blasting,water-injected abrasive blasting,or brush blasting as approved. Remove pavement markings on concrete surfaces by a blasting method. 4.4. Mechanical Method.Use any mechanical method except grinding. Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 832 677 5. MEASUREMENT This Item will be measured by each word,symbol,or shape eliminated; by the foot of marking eliminated;or by any other unit shown on the plans. This is a plans quantity measurement Item.The quantity to be paid 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. 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"Eliminating Existing Pavement Markings and Markers" of the type and width as applicable.This price is full compensation for the elimination method used and materials,equipment,tools, labor,and incidentals. Removal of RPMs will not be paid for directly but will be subsidiary to the pertinent bid items. 833 678 R Item 678 Pavement Surface Preparation for Markings ,Texas Department ,Transportation 1. DESCRIPTION Prepare pavement surface areas before placement of pavement markings and raised pavement markers (RPMs). Item 677,"Eliminating Existing Pavement Markings and Markers,"governs removal of existing markings. 2. MATERIALS Use a commercial abrasive blasting medium capable of producing the specified surface cleanliness. Use potable water,when water is required. 3. EQUIPMENT Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture,oil,or other contaminants on the roadway surface. 4. CONSTRUCTION Prepare enough pavement surface for the pavement markings or RPMs shown on the plans. Remove all contamination and loose material.Avoid damaging the pavement surface.Remove loose and flaking material when existing pavement markings are present.Approved pavement surface preparation methods are sweeping,air blasting,flail milling,and blast cleaning unless otherwise specified on the plans. Air blast concrete pavement surfaces, in addition to the above,after the removal of contamination or existing material and just before placing the stripe. Perform air blasting with a compressor capable of generating compressed air at a minimum of 150 cu.ft. per minute and 100 psi using 5116 in.or larger hosing. Contaminants up to 0.5 sq. in. may remain if they are not removed by the following test, performed just before application of markings: ■ Step 1.Air blast the surface to be tested,to simulate blasting during application of markings. ■ Step 2. Firmly press a 10-in.long,2-in.wide strip of monofilament tape onto the surface,leaving approximately 2 in.free. ■ Step 3.Grasp the free end and remove the tape with a sharp pull. 5. MEASUREMENT This Item will be measured by the foot for each width specified; by each word,shape,or symbol;or by any other unit except lump sum. This is a plans quantity measurement Item.The quantity to be paid 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. 834 678 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"Pavement Surface Preparation for Markings"of the type and width as applicable.This price is full compensation for the cleaning method used,materials, equipment,labor,tools,and incidentals. 835 APPENDIX A Leopard St and Cayo De Oso Example Drawings 6uuaau��3���51fiaa sere 1068L sexal'!lsuy�snd�o Sao!NaS 6uuaauibu3�o �uawyoda4 s aoa ,�, o sdx31 dVw NOUV001 V N a w o zt/s!/ SO6 a➢nS"pM9 augaaoyS'N OOS iJ m O O a usiaHo sndaoo jo uio kiINIDIn 133HS b3noO o 0 'o�5e55zuvvAx AMVawoa Alva v oai ViwN3 Nwrm Nea�om — OI g i'...W 'r ' �� SaVd3Ll N01103102Jd OIOOHIVO � o yh'+n '€ o �3NIla31VM 3ZIS-3Obdl 3oIMl11O ~ �r - -= w� 7 Noudlaos3a ova N N-17 Wa INos3a I aW ION NOIS U a!e aoa aanss, In p> a of p° O 3NIW LL - NN3 ino5 _ Z Z U U L1J > z > � o (n o a� a 3(1IiNnS 00 Q �U p W� sO Q� cc N U Z 1,10 zp �D/ zC/) s Il J c o two Lu Q M Lu co p Hap w,_ (/) —I o 'o `'� _ W W O Q r ao o N 710 ocnUrLO>- $ � a_ N 1 LL1 Q > z Lij Q) m o o s (D < W � rrJnn CL V U LJ < m d zco LLJ Q �� f= LljU C) o w L aoo� RN Q a � ooJoa o � g as Q) Jaw W3pw LL Q 0 <oo U 00 � U q p 0 W � 4 R j 2 � h oz o0 00 LU m m¢nw € O y } U N X i] �aM j W z W No° ova W w o0 zzi WZ� 0 0 Sao owo & � _E- U z� *�z m Z Ua O f Z(n Z Q U W[Y J 3 ZC)o J o,= Q UQ1 K� U UaVI!0'o�OnJ:Fa Nd 10 Z ZZOZ/OZ/l:pollald 6.p'dYw NOLLVOOI A—ION'—S—00 IOOV^•oO�QfJ-1119-!-Y�NNp4oM-�o0anpad-O-f�L00-!BPo!-O[!�Of lid WJ w��j awaa��s�w.a�s��a+tea. saowa buuaau!5u o uaw oda 't '� r�ei�rwe�»arvea o�v wa•roo� L048L sexal'Osu4�sndio� S 3! 3 7� 4 w o u/sV SO6alnS"PMgaugaoyS'N009 SVX31 X30N1 133HS of 00 m 6 r. IISIHHO snddOO {O AIIO o -t o � o ul ' � u� S�IVd3b NOIlOS10bd OIOOHIVO of g C g INI�bd1VM 3ZIS-302�f1 301M 1110 y Nondl—a .ua ova "oN Noisin3a Noudiaasaa FH 31tl0 'ON"I,- a'.aoj o3nssi zz/s�/� o raa ftk, Z O U D rC F- to z LuO U Jry O H O z �T 0.1 ooa000 x = s x 8:�9:�hRMhn: xxo pc� (n s h����W�����W�� wk ��o G G G G G G G G G G G o gg i��zzxxagxzzzbs""—"'o$ i a38SSS8�: 6d YWI.�J'or-/Q Nd LO:Z ZZOZ/OZ/--d 6-0—A SNOLLY 88W'aN3031'maNl 133N5-ZOl-'J\IdWo'J\P/J-1119-1-f\6�IN+oM-�gVnDo+d-O-f\S0a-16801-0[l\af l\d W13 w��j awaa��s�w.a�s��a+tea. saowa buuaau!5u o uaw oda 't '� >4Bt�l'weu»arvea o�v wa•roo� L048L sexal'Osu4�sndio� S 3! 3 7� 4 w o u/sVl 6 r. S olO SVX31 3 ' ' 00 m IISIHHO snddOO {O ADO s o o � u� S�IVd3b N0110l10bd 3I00H1V0 0 g ESINI-Ibd1VM 37IS-19H 1 ICIMUO y NOndl—a .ua ova "o1-1-1 rmudlaOs3a FH 3ltla 'ON N05V31 ale aoj o3nssl zz/s1/I O raa O U ry W U J w ~� 3 3 w WU U��y x z z a z A � V). W o w �p U J o N w _ z m �N � ro 33 w w ZII w % w ¢ W - � � U N m w — ; of w W px n tt 3 m m a dl a m N z ~ W ? pw ( o U ONK NO z > E N W S rr O w O Q W > a a s vai N 3 3 z� a�w �N 4w 3x J L O lz J U �_ of In Z ® O Q o ¢N zm ariw x¢ w _ � a� oN= z a z Ou X N m U W z. lz O 3 a z o z w w '6 z w > x 0 m a 3 w d o N I � rc 3 a r�r 33I Nw U 2 K ¢ K N N N In7 5 3 F O Z z N F o F 0 r O N r Z LU I1J J o N W < ti a z0 z o x a i z a OW In t = w Q W � z 2 � W N � � O j O W sw � WW o `Q � Q u 3 a? a o qQ s o o o a o 0 O `a o W a ¢ a a a z z W w w 2 2 o O m ago � _ illlQllllllol YWlia'oanoOl.S Wd IO:Z ZZOZ/OZ/VP—6 P(Z AO I ANS)S3WlNYna a3lY11—b 5310N 1W D-fOl-0\Ido�oO\010-115-I-f\O�INOM-�g1NWW-0-f\SW-18801-0[I\Ot l\d Wlf wj awaas w.a�s��a+tea. saowa buuaaui6u o uaw oda 't 'o >4Bt�l'weu»arve ao�v wa•roo� Lo48L—I'nsuyo sndioo S 3! 3 7� 4 r )S SO6ainS"PMgaugwoyS'NOU9 SVX31 Z d0 l 133HS 531111NVf10 NO z 00 m o IISIHH3 snddOO {O ADD 031VWI1S3 ONV S310N NIAIO Ndb3N30 -- I � s'• mm+a "'vim v�' S�IVd3b NOIlOS10bd OIOOHlbO o MeiulalUMUWANl f e 3NI-Ibd1VM 37IS-30HV1 301M,llIO NOLLdl—a .ua 3iva ON Nom7 NoudlaOs3a FH 3ltla 'oN N.... ale ao3 a3nssl zz/s�/i O raa w ' s W r r p zN o u, o z w m � � op _ �' o < � a p zo o F "' xo O < of a i Z i z 3 p o w ¢ < ° a a „ o a x i z = i s m z w a o z g o a a o N o i o a p a z U W W U 2 O _ N Q _ .� o m o z i o Q U r i N m o o F F o w Q rc o o u s 4 0 ~ o a ~ ~ in z F a o w ¢m u F O ¢ o Q U K F U < o w a O m z 0 U x o a a U z p O F ¢ - y ? o O O z w z 3 0 x a V FO p Z ¢ a w ? o a = F zo 3 3 w O p w K W p h d z J w O j z a a F �! ¢ N w o < a ? o o r a a 3 w Z y p r o t- a o i> a F a o e z z m 3 D. z r a w o Q r p p i vt o W as Y m o < c> �" o z w ¢ p o z z o % . w w w w ¢o m r w U p .m J w u - z m o o N h a m a 3 < a o o m o 5 s o p o z o a p c' o 0 2 00 o N M.N U zo o 3 - z o z o w p F � o p m z o o a a o p o z z p o 'o a o w l p5" o0 o w o a w a w w '. s '. _ m o N m o o m p o > `^ w 0 s 0 `y w o o u o a x w g z z o !¢i; z a o a a p w o m = _ s w a y o N z c> p ~ m `� a o z w o o w a o i w w w o iO a o y '^ o I-" -o o '^ 0 0 ¢ in ¢ vp_i a ¢ o a m a < w z a u J o� z a _ m_ rc ¢ < w o F a F - - a o w w ¢ m ¢ '� o �_ N Y O N m o Q p ¢ O z a N w N N x w 0 o' a k' f-'' i U 3 3 o z F m z a !xis o ¢ - o w w m a m rc a z z o umi N w a z woa z ¢z_ mo > > oa min Fam ain o z � k!L' w ? s � wza ¢ ` wo ¢ m oin 000wmz w `� 3 o p o z D w !n z < _' r o m w = vxi o w o x m a o o: .: zo F o s a N o z ? '^ = o: > S u w W z r a a o w a a w t= a w o J p oo _ m s _ m o m j d a w s p z a - ui o Q p w o N o U o !n o m J ci Q a z o w z w N w o in !n a a o z a O F z K U 3 ¢ z x z ¢ ¢ m i J w O x N - J O o i 3 ¢ x o x a z U o o v N w r w N a J x > < z o w o o 0 o J p w o ¢ x m z !n o ¢ u o z F 5 f- i Z O' ¢ a ¢ a ¢ .. i cwi N o N m ¢ m z z a ¢ m N o o z z vwi m o f o < z Q o o i o o o z5 z 4 z k' " o k' N k' o N rc i Q z s o 0 o Q a Nz, z o o z Q ` o < z z o y o w < e i < !n 3 a w o F z o o o o a m �=' 3 - = w o o m o w w oo `�^ o m o k ¢ w o ~ a of 3 0 < p - 2 w tt H < i = x z m 'o ¢ I- x u w ¢ Fi Q o p w x J w o 'o rc p o i '" o w z a mao `30 k' o o wa wa N zl o o o J i- ok' 'mw o s ¢ aawoaao_ a aa `� a _ w ? oaiwn os o a y w w o m ZZ o = > a o I o a. 3 > 3 ¢ rn O o d a 3 a d x o zaF _ F z p p J m w z a a N F Z O o ut U Q U p a _ z O ¢ ¢ O O '^ 2Q2 vp-i m a U zo o w m w w �� �N o z a F in a r p !n 5 0 o p Q O F O O N o N M. O Y F x < y w 2 N Q € p o U a F Q } J 0 0 4 ¢ 3 N Y O r a >_ G j z Z ? ¢ ¢ 00 z_ a tt F 3 U U p ¢ m w x O F J O . - & J O N t< ~ 2 3 ¢ Y �.+ ¢ Z w N r z �. a - w - W O ¢ w o - o ¢ ¢ Y a o o F o_ o N a p N 0 00 m m a 4 W N r a o _ F z m o z O U oU x !` ¢ ¢ z gi W O 7 m z a z w ¢ ¢ O F r U o i o E z J o Q w w o o J f-"o o J z o o - - o m �+ o f z o F K > Y 0 o N j - w w J w F p Z "i¢ N Vi N R o o p Q m w r - o F o o _ o o m o LL w o N o < o a z a U o gym,! ., o _ w z ¢ 3 O \ \ N Z K o a ¢ w p a O F U z a f w ui ¢ d rn J w N C- ) Q > m w ¢ - z m y w o o m o ¢ a u 4 o z x ¢ o Q N Q Q ¢ U w zo 3 Y Z m m z w Q N Q m a V w o Az -< o o w x z o w m F a a o _ w rwn 3 w 3 o 5 !n am � ¢ 3313m w = z � = ooa )W } p " ¢ a -S" m Y o_ o `a o o zo 3000 < w 3 a o N p ¢ ¢ m o a N O m F p a m / J z p W o: m o m 3 vi x z i s Q F a 0 0 o_ € " = m N a w m o 1 Y y o o O - ¢ - ti a o m m o w N y a � N i < s o m z o o a . F 3 W p 3 x000z zs3 ? 3 € � = � tom z � !" ~ N � ma Q ? voioa o - po o \\jo Q Qmo Y > a �' z z _ m'I z a w d o zw. o a ZZ a z 3 w a 40 U o O Q o w W ow >' a m 0 ¢ r 0 0 o O O Q w > m w w ¢ Z p w w < a - ¢ ¢ E O y 3 r c 0 W vW O w O o ¢ d p w Z O K m < 0 _ N w O z yyyyyy N S O O O ¢ O w a I O w N Q ¢ m Vi N Z > a m O_ O Z a `5 O p w (n O z a tt F p '' O d in d z Y z w W Z Z s o o p w s Ya p z p x z z �n Y o °' > a voi w z < o ¢ a a 0 U p " o N W o u i o N R Z E a N o 3 J E o N Y 0 3 OIi w w U _ p O Y I JUC ZO I > F tt a O p tt z p E x p K Z N o 0 3oixi! 'a No2- L i m w !nta vxiwo ¢ oa o � ,� a o o ¢ z zol= < � ¢ as z a zo cxi o !n o - o o o ¢ z s a o m o F ¢ 'm w 3 0 0_ o �' - ao w o o o J z m o a z o a F ¢ z a a o w pw w J ¢ I o a o o z ¢ N 1. o o w o a w a m w o w N i x rn I a o < a r < ¢ - a "' o p F s p w z 0 w v, m w v�mi < o o F N o Q w o f a ~ a x o �_ S" j 3 o x wo a o. z Nm o z o m a o o o a a w wNa oiI-'! z. H !xn a a a w iii/ so ? oaaoos o3 m it W z w a m a z of a Y o 0 of o w o �y 0 0 '^ m w 3 y o < m o_ > w 0 F F ? H a w, o vi u N w w - o x O m ¢ ¢ O p F 5 ¢ w O H w U ~ N w tFn w_ ¢ z a i ~ - O < r w U a z X p Z z ¢ ¢ Y z ~ O O J w Z O Z O Z x Z w w F w o o_ wo w , a F a: - z Ng oz _ o 1z- z _ w y um o ow a p F w W o - �F ¢ ¢ F d m o i a z o O w u o rn o U > O O n z p „ o p O z z a O+ o F z o z u " < w } c� _ o Q J g m z� a aoQ o o . < o00 < opLd p o tttta o w p F"' m w m 0 O o O z w J p Z m ? N F oo po§ mmawpo �n r Q o m a - o o § H W <¢ o h o a `,' m U 2 w 0 w ti � o < 0povi p 0 o m m < Qo 0 0 < w a - w o x z m a w p wNO z axmk! a z s z 0 z o �' j o _ > 3 a p o = o w a- o f U 1 o 00 o a w a a I-" � w 3 w o w �n w _' 0 a w w N z _ m o 0 o z i _ > w = F w Q a p o z `w F a a s F o F z i o a s 0 fn ¢ 3z W o x o a Y w `^ i w O m 0 �i Z M m a w Z U O Z a N Q F w OU 1 w z. O o 4 j o O _ w Z F p = w F Z w w w m w °� o w o J m = a b w E o o m o z < o Z cZ-i �' i a m ¢ o m i s ow a l i z u m a o . Q z m o ¢ a a z v oo w a F j a l z m o O a z N o 0 o N m o n o o n o Q ¢ a m N N m o 3 = = y N F Q z o U N o w Q o U w z_ -i v a o o '^ o _ p z < w J a a z o !n o m Q o u! o z a U o c' r- w cFi o 6 o 0 0 0 o F p r N o z z z o x o w m F Q '^ p o < o a x " 3 iO < m z i a p < > ¢ a ¢ 5 i ? " z w w > F �' < = z z w F z N w W F - ¢ ~ Q Y z N 3 ~ z a l 2 p _ O ut z m p r cai ¢ m O y p t atJJ a U U x 0 > o U F Z F z N o 0 O ¢ O O W M O O Z O o O w o > X O O p 0 m Q 0 �¢, Z Q d j O N W . z m o o a o 3 0 0 0 o m o o w a o o o u! w o ¢ o ¢ o o w o o Uo W91!a'oanop:Ra Nd lPl ZLOZ/aZ/t Magd��V'(Z JO L J33Ns)53LLLLNVf1a a3LVnLL53 8 531aN—3- -5al-a\9aW5\IIMa\MJ-nal-l-t•\�INOM-�g1NWW-a-f\S0a-l6Po l-O[l\af L\d W13 saowa buuaaui6u o uaw oda 't '� r�ei�!'we�»=use=oar ooa•x=o� LoVgL—I'nsPyos dioo S 3! 3 7� 4 � w o zz/ci/ 906ai!WS'PMgaugaoyS'N009 SVX31 Z d0 Z 133HS 531111NVf10 0 z 00 m o IISIHH3 snddOO {O ADD 031VWI1S3 ONV S310N NIAIO Wd ANIO -t- — — in I � s'• mm+a "'vim v�' S�IVd3b NOIlOS10bd OIOOHlbO o MeiulalUMUWANf e 3NI�bd1VM 3ZIS-302��f1 301M,llIO Nondl—a .ua ova oW No79 Woud!tlas3a FH 3ltla 'oN N05V3tl oie and o3nssi zz/si/� o raa Z O U D rC m�m ------- -------- 2F a ° Q E yS R W o a o 0 o F z a F tl o 3 W z_ z 3 w W z o w o h o z o w°z z z 3 F z z^n o g¢ o a3 o�a'w-Gz922 2ao� o w o f F a h w g z o f o vwi O Z 'E^w Q o w i7 o a a 3 F i w z i w z ¢o z z 3 w-i w z 3 a i n oS°c a k'LL W f i z o°o k'w i i w Z o o s °i i o„i w z i 6 o o o o o o o o z N o o o o o gym° >: EEEEEEE; Imo i�EEoE� z a rc L F F w a w o N o u u u 6 F a =o u z n w a 3 z.V W - ---o o a S a 3 w a 3 s LL o o o o o i o 3 ?3 f o o ;o 3 o g z o o z o 0 oM.a H C 5 5 5 5 5 8 a a « g s o a a t a a a z Q a^a ^m m m 2 m-.121 C C u S a,U5 ^o 0 0 8 0 8 V�QI�a'oapoa:tB Wd l-ZZOZ/aZ/--d Cxp(Z 10 Z Ji3a5)531WM'fla a3LVY1LL53 S 531aN TM3N3a-Yal-a\9aW5V!^I�\a'/J-WIB-I-f\SIN+oM-�gVnDo+d-a-f\S0a-16801-a[l\af l\d W13 saowa 5uuaau!5u o uaw oda 't i N e4 ul'weumaN9'vneputl'400uX�ol L048L—I'nsP4osndioo s 3 a N o 9 d0 l 133HS N r� w o zz/cl/ 906 W-S'.PNS augao4S N OOS SVX31 0 z 00 m o IISIHHO snd2100 JO ADD 3Nna31VM N12V — 3NId0�ld V NVIdum o - I � s'• mm+a "+µme"'vim WANl v A' S�JlVdl2l N0110310bd 0100H1b'0 0 C —Puv Voomwcn 3NI-Ibd1VM 37IS-30Hf1 301M1110 gy Noudl-30 FH 31V0 'ON N05V3tl NONdIN09a FH 31R0 'ON N05V3tl ale ao3 a3nssl zz/sl/l o raa ire "6 -a t sw¢eo9 =° w �wC o ° oQ_o"Y= $wo��8Fo"�oGoop0000�pCmo�Q w=�aoB"�,�S�aaLLF5°=uiw=aaotmN=�m�mwgow o _ " E ar w = o" = ao xx> <x <ww o° " € p .11 „"� � id-6-m p.m�>=�`�<"� wp� w�F =s�oo=" °og G a < =oa o " �� "w°=� F F w �1 o Ec< w.�3 p ° a� " G m�pwowoo3o"w�3<�as oo¢LLawo - 0 ° g� p €° �6 °` F 8 wo a Apo Pp- p- �o�ww"�dao�' i"w W w �za =m r '�axa p -E� <s°o as ��n o aa� ""g�wpW�m�o wwmoo'< _ �< gs�°o €�o psa ° - w€o"aoawp---z k w "vi ,"m4uiCD Q �`_� - 09�- o Go a°a� j 3 ra - - �Qm - -o � €WF p ° _ oNUa pGWoso�=°Wss=-a WSJ %�o <m�°�oa is".4w m °3� `< a�� hW eY° � o `G w i u� Yo=mwYo���G�m�� �=w1. "o"y�=°C�'"6°�m��^- - W C:ao K� =a �W w= �tmo'OZm¢��s"wv�.1—5 oGo=o G=w=°'�" W "G ^ uG a z oW - o ��" °o opEe o<G o m ° wWw=oo< ��pp o w3w °�� WWd G �_ > W ��� � °" w� ° 3 ., °° off°a.� 3°ow - p:"�"�a�° 3 aaa��o�8'o aaw�3c`G�w�'<� ��t✓ ooc� CD w " a m e m Y a n a" m NtlH9f1YJ'W'.7 6961 O Stl33Nl`J N3' NN`JY3a 1neidis10 011NVld SN3A31S31- I�J" ,r ---_ Sml'd'ttlM133HISGM03l SVX31'I d110J j0 UO _ _ — Z� It -41 I �y y Id �Iti I» i-1 i o 0 Of a. I l z II. i Yr+ 1 0 P. cad 0 I k I � YW15'oq>g:Rg Wd 10 Z ZZOz/OZ/—ilgd ,M 8t—31130ad A NVId—,Ol—J\s,aatl5\„^'J\OVJ—rvIB—l—e\6uopom—uoilanpo,d-0—b\500—laBOl—Otl\Otl\d alJ w��jawaa�s�pv.ls!�a+°a. saowa 5uuaau(6u o uaw oda 't z N >4Biul'weuwxN4'vneGUV'400uMzo, LoVBL—I'nsu4osndioo s 3 a N o 9 d0 Z 133HS CN r� S0 aENS"".augao4S N OOS SVX31 0 00 m IISIHHO snddOO JO AIIO 3Nna31VM N12V — 3NIJO�ld V NV d o - I � ulUMUWANl s'• mm+a +µme"'vim v A' S�JlVdl2l N0110310bd 010OHiVO 0 Q- -Puv Voomwcn 3NI-Ibd1VM 37IS-30Hf1 301M1110 g y Noudl-30 FH 31V0 'ON N05V3tl NONdIN090 FH 31tl0 'ON N05V3I ale ao3 a3nssl zz/sl/l o raa ire c°3_o°�oaa= to g _ � =w < €I d w ~ _ o °5 y F G = a o w° _ a G €' psi pxw'� Eta _ � � Wp= °=� o=� w o Ec< raw^�3¢ ° as o o �G w�¢wow000w��� o oomLLa F<; ° �m "i R O og aps ° _ .�a o _ �wwm�7a°oo �u,w w - w = m ax<p -E� <s-o ga�==a o aa�=ms=wpW�m�°G=�m3w° - < w' ss�°o m= J o ¢So ° mom ° `t' _Z. _�� -`k. - w€g _ �Nt wa�� u. �wLwe32 O _ffiw o Q ��� m - o Go a$� - ¢'ao �� - .G033�.z _¢ Fm�a� � °Ocam7�i Z < rc ° °g� _ �NUa ° - pGWuso��m u.um5�a w ouo'< w o� .¢ �SUmwm w c �oow��< =a, �W eY° ado _ uNow�poo=pia?w?�= =_o aE_� aoo��"wpm=�-= - o r Z �w -moo °`��u, °o o¢�m = oa'~"oY m ° ww oos�No°¢¢Wo�w3§"¢.'oW� g�°r -Wu AR �m � n=n w ¢ ��� � °� w� ° 3 ., ff°¢.�33 ¢� a��o�8o aaw�3c`G�w�'<� ���VEooc� CDI Y r- „a.NuINN>x 6961 w„y gtl33NI0N3'NtlH9nYJ'.8 NBOtl3tl W31SAS NOIlf181a1S10 Ol 1NVld SOARS SNVdi N31VM 1338iS OM031 ® SWi' daoo eo uiO ji 1 a t r '+- I' G. , w J � t L� ,e emy O Of ell pN d / I . r V r ggw x}v1v / w e �ot` Q CD m cn a C-Dvi ji 0 $ I O LJ 6 k I To i Z R 3 w - Y, kcwWVv. v �r x' � 1L yno� IJ A. J •M„ztiv nia§ni �z/ �� m bbc i rou. W91!0'palloO:Ra Md 10Z ZZOL/OL/I PaUgd 6Mp(g d0 Z LIg)OtlVd031 ONOItl lM gs-3lld0ad A—d-ZOl-J\s�aaNS\i!^'0\OVJ-NIB-I-e\6uiyroM-uoi�anpord-0-a\S00-lgB0l-O[l\OCt\:d WLi saowa 5uuaau!5u o uaw oda 't LoVBL—I'nsu4osndloo s 3 a o 9 d0 £ 133HS No 906 a8ns'pnlg SVX31 0 0r�0 mNOOSa IISIHHO snddOO {O AIIO 3Nna31VM N12V - 3NIJO�Jd V NVIdum o - I � s'• mm+a "+µme"'vim v A' S�IIVdl2] N0110310bd 010OHiVO C, Q, —Puv Voomwcn 3NI-Ibd1VM 37IS-30H�9 301M,1110 Noud-30 FH 31V0 'ON N05V3tl NOnd!N0530 FH 3190 'ON N05V3tl oie aoa a3nssi zz/sl/t o raa ire ? o ° c ate '< j tom= � �'a G o "° P-c8°9 p o �� Y\ oQzouY=. w "p�w=�aoB"��aoLL_F5°=uiw=aaotmN=�m�mwgow o o m ar w = o" z a xx> <x <ww o° " € p .11 „"� ��i aww"p.m�>=�`�<"� a z'. =s�oo=" °og G a w �1 o Ec< w.�3 p ° a� " G m�pwowoo3o"w�3<�as oo¢LLawo oo�:Go o�x 'moowu; gym'" '" ;` ��` - ° �'O ° g�� p� €° _�6 °` F �.o°paoG o�ww" dao�' i"w W w �za :m r �axa p -E� <s°o as ��n o aa� ""g�wpW�m�o wwmoo'< _ �< gs�°o € o psa ° - w€o"aoawp zrcmz No k w "vi "'m4uiCD Q o�� - 09�- o Go a°a� j 3 ra - - �Qm - -o � €WF � - " ° pGW"2o�=°Wss=-a WZJ %�� - -- - - a w z. °°3w�c =�, a" eY° � o _ _ u� of�Gpo�aoW ooW s"Fv�w�� oho=o��= °'" o °a 8 8c z - o " opEep o<G o 3 m ° we��oo` °p'p."3'�w °�. WWd G � 8w po 8o p w a! » 998R °" u,�'3° 3 'm ., °� o'a°a. °ou, - p"�"ap�° a asrna°so�ao a aw"°c"mu.,.<�a'S�k Cooc� w "a. a SId 'CD ........ N.Onr'w 9 N9 b 696T ` W3"ina18iS10 01 iNVId SN3A31S svx3i'i aeoo io w� i I �� g1 o , dle 0 a. 46 O N I c vi ME a I . .y T El J Y.VIS'oan AB Ild ZO:Z ZZOZ OZ/V-d 6Mp(g JO C MS)Otl9d031 ONOItl lM g.-311306d A NVId-fOl-J\=laapS\i!^'J\OVJ-rviB-�-e\6uiy�oM-uoi�=npo,d-0-e\S00-i880�-Of�\Of��;d'a�'.f "��baw[a�N.oaa,s!�a.x.ar saowa 5uuaau!5u o uaw oda 't z N e4 ul'weumaN9'vneputl'400xX=ol L078L—I'Osu4osndloo s 3 a N o 9 d0 ti 133HS N r� w o ¢/lc/ 906 apns'pnl9 augao4S N OOS SVX31 0 00 m IISIHHO snddOO {O AIIO 3Nna31VM N19V - 3NId0�ld V NVIdum 0 o - I � s'• mm+a NYeW.0"'vim WANl v A' S�JlVdl2l N0110310bd 0I0OHiVO Q, —Puv Voomwcn 3NI-Ibd1VM 37IS-30H}fl 301M,1110 Noudl—a FH 31V0 'ON N05V3tl NONdIN090 FH 31tl0 'ON N05V3tl ale aoa a3nssl zz/sl/l o raa ire ? o ° c ate '< j tom= �����'a " - G S�.�do "° P-c8°9 p o �� Y\ oo€�w � �_ $w�000 =g d w - oa p<oo"- sw� aoo � owo=go�,w� �_ __ :_ do< wgm "pwm"z ="pE�oLL3 �� p�w'maFz=t��$„j �° __ z<� o' 'a u, ooz o�C� < �a oar w �&�ow3.e8=o�apwo°" - o�a5uammmg per= ° 5 3QY� �p -°Q"Go 4 o oopmQ�� wa o �g° " wzatw LL°iaN�w°�" �m a xx> <x <ww o° " € p .11 „"� ��iaww"p.m�>=�`�<"� wp� w�F =s�oo=" °og G a < =oa o " �� "w°=� F F w �1 o Ec< w.�3 p ° a� " G m�pwowoo3o"w�3<�as oo¢LLawo gym'" '" ;` ��` -0 ° g�� p� €° _�6 °` F �.o°paoG ��o�ww"�"dao�' i"w W W �zazm r �axa p -z� <s°o as ��n o aa� ""g�wpW�m�o wwmoo'< _ �< gs�°o €�o psa ° - w€o"aoawp zrcmz No k w "vi "'m4ui Q o�� - 09�- o Go a°a� jig ra - - �Qm - -o � €WF p CD ° _ oNU< p_GW°sod=°Wssz-a WSJ %�o <m�°�oa is".4w �3°v;wm W `< <�� aW eY o Flo G w i uo oo�tw;Hz �¢ s�Fv�w`<�Y�o�o?o��zo Co �C�z w=°'�" �W "n 8G a z oW - o " opEe o<G oW m ° oo< N WE' �°�� WWd G �_ 8w po 8o p �'3° 'a ., °° o'a°a.� 3°ow - p:"z"r<a�° a asa�sozao a$aw�3c"°w..<�°a'��kCooc� CD n " a m w m YS83 x[3g VHDn 'W V 6961 9NMYBa �OUSf SI llSld Ol 1NVld SOAKS 3NI N3'NtlHBIIYJ'W _ T�Lbin�z3[s ww� ,rzuozixou ua[pe wxil WSNV211 831dM 133M1S 021tld031 '• svn ' sndNOO do ua - r a IT �1 do l n� „ � a c m �p W L} I r n � I ILn - W I Z W pn y• �1��\``` I G 1. I - _ QN ON [ifz - (n z 0 . LLJ 7 0 tiE , \L. rc O o a Tyd C c °sd 3 t j Y \ p 3r) l if � ! �f`Z'.,`�\.` � �I 1 �' I aY[eyifn.f• - -.. l73x W9110'oaao0:"B nd ZO:Z ZZOZ/OZ/l:—d 6Mp(g eJO fLIB)Otltld031 ONOIv,M 81-311306d A N—-sOl-J\sraaNS\!^'J\OVJ-rvIB-l-e\6uixroM-uo�lanpad-0-9\S00-1g801-Otl\Otl\Id:al�! saowa 5uuaau!5u o uaw oda 't LoVBLsj'nsP4osndioo s 3 a o 9 d0 S 133HS CN r� w o lz/z/� 906 apns•.Pole augao4S N OOS SVX31 0 00 m a! ,. IISIHHO snddOO JO AIIO 3NIla31VM N12V — 3NIJO�ld V NVId o - I � o s' mm+aOUI'UM v A" 101 WANl S'HIVdl2l N011031O?Jd OIOOHiVO 0 F 9 3'� —Puv Voomwcn 3NI-Ib31VM 37IS-3021f1 301M1110 gy NOI1dltl 30 I oie ao3 a3nssi zz/s�/� o raa ire o ° 1•' Y 30o n c =" ate '< j tom= � �_< G g go:�do "° P=c8°$ p o �� Y\ oo€�� ��`�_ $w�000 =g d w - oa p<oo"- sw� _ =moo aoo � „"wao "g=go�,w "g^ __ p do< wgm "pwm= �"pE�oLL3 �� p�w'maF==t��$ @ °o _ _<" Eo_ oo= oar w �&�ow3.e8=o�apwo°" - o�a5uammmg per= ° 5 3QY� �p _o8"Go 4 000pmQ�� Way �g" " w=atw = .=�BLL°iaN�w°�" 9�t° w„ xx> <x <ww o° " € p � p�oN� �6 „z."� � aww"p.m�>=�`�<"� �� wp� w�F =s�oo=" °og G a < =oa = o " �� "w°=� F F w �1 o Ec< w.�3 p " G m�pwowoo3o"w�3<�as oo¢LLawo - ° _'O ° g�� p� €° _�6 0` wo�a �:oP p- ��o�ww"�"dao�' i"w W w �za =m r '�axa p -_� <s°o as ��n o aa� ""g�wpW�m�o wwmoo'< CD _ �< gs�°o €�o psa ° - w€o"aoawp zrcmz No k w "vi "'m4ui Q �`_� - 09�- o Go a°a� j3 p'ao - - TQm - -o � €WFS �zzzm7C,E Z w zo� � - <a �" eY pcW�sa,=owss�au� =�mwoo�=�awo ,w ==w1.3°- =�a=� = �w� o w��< "`` o e � W '" - aomw� ;cmooaom¢�,s"wv�p3��e oho=o w z o� - o °`'��" °o opEe o<"oY m ° WW�oos°��pp o wLLw °�� WWd G °" w- ° r °°4o�°a. 3°ow - p"=""" ° a� a �o=a°aaw�s€��wea� �� oowo CD r " a " e n m Y 7 SL33NRJN3.MonY TNMJ 6961 M` W31SAS.NounsR11S10 011NVld SN3A31S �WWSNVU U31VM 133diS GHVd03l s snda03 eo uiO O 5 � aM1 _ •6 � �a 3°W s v IJ I ` I 1 i I 1 0 w pp w 0 -� w I Q m of cn�, 0} z V); 0 t ow >- LLJ t U —U D.' r N C� o C 3 qnd. a �1 �n 7 + yIT � W9 'oo! fQ nd ZO:Z ZLOZ/OL/VP d NMC'(9 30 9 1N5)-OM DNOII,M 3e-3,iJo6d V NVId-Sol-J\slaea5\PNO\d<'J-rv�9-l-s\6wM+om-�ogonoo+d-o->\soo-1e60l-oCl\of l\daPJ saowa 5uuaau!5u o uaw oda 't z N tl ul'weumaN9'zMeputl'400uMzol L048L—I'nsp4osndioo s 3 a N o 9 d0 9 133HS N r� w o LZ/V l 906 al!ns•.pole augao4S N OOS SVX31 0 z 00 m o a! ,. IISIHHO snddOO JO AIIO 3NI�a31VM N18b — 3NIJO�ld V NVId - a m .�cal.�, pxld3�� � _ � i:,,. .,y+ "+ �( � �� S�JlVd3b N0110310bd 010OH1VO 0 3'� — 3NI-Ibd1VM 37IS-19H1 1 301M11I0 g y Noudl-30 FH 31V0 'ON N05V3tl NONdIN090 FH 31tl0 'ON N05V3tl ale ao3 a3nssl zz/sl/l o raa ire sw¢eo9 o ° = sco=wm ° =s' �;mFo�ow wps _ _ oo€�� ��`�_ $w�000 =g d w - oa p<oo"- sw� z =moo aoo � „"wa"�owo=go�,w "g^ __ p do< wgm "pwm= z"pE�oLL3 'maF==t��$„j �° _ _<" Eo_ 'a u, oo= o�C� < �a oar w �&�ow3.e8=o�apwo°" - o�a5uammwg per= ° 5 3QY� �p -°Q"Go 4 o oopmQ�� wa o �g° " w=gtw s .=�B LL°iaN w°�" �m a a��o= � xx> <x <ww o° " € p I p�oN� �6 „z."� ��iaww"p.m�>=�`�<"� �� wp� w�F =s�oo=" °og G a < =oa = o " �� "w°=� F F w �1 o Ec< naw.�=p ° a� w G m�pwowoo3o"w�3<�as oo¢LLawo o�x 'moowy =w " 3'< ��` - ° �' 0 ° g� p €° �6 °` .o°paoG �o�ww"�dao�' W w �za =m r '�axa p -_� <s°o as ��n o aa� ""g�wpW�m�o wwmoo'< _ �< gs�°o €�o pso ° _ w€o"aoawp zrcmz Gw k w "vi wm4uiCD Q ��_ - o�o aim -"' pzaa - - FQm - -rcw €WF�Ji��u zz2mn�� Z < ° - <�` eY o'-j� ptw"2o�= ss6 _ - _ - _ z"F i�3i w coo3w � =a,°aW who _ _ u� oFcpo��=�o�°s��v`=w=z.�ono=o��= �m� w "" "8c z - o " opEmp o<G oW m ° we��oo` °p'p.=3'�w °�� WWd G �_ 9" 8w po 80 ° 3 a�rna��oi8o aaw�3cG�woc� CD 696T ' NtlHOnYJ'W 4 NNJtl3tl w" W31S�lS NOIlf181a1S10 Ol 1NVld SN3A31S SE n.....:,±� munn,n�z varvi i nixotwov uv o,wxi l �IWSNV91931W 133HIS ONVdO3l a+Y® svm snda00 30 u10 _ doo Tj 7. s w . i i m 0 \ � Z r; z w V) I � � ' 0xz 4 o � Li<� 33-f �1 N 1 - I I \\ h Ia�ry " M i C I c -'ppl Ag Ad ZO:Z ZZOZ/OZ/V-6xp(9 d0 9 1H5)Otltld03,ONOItl lM g>-311dOtld A NV,d-901-J\slaa95\!^'J\OVJ-rvIB-l-e\6ui3�om-ooilanpo^d-0-9\S00-1g801-Otl\Otl\Id alp! saowa buuaaui6u o uaw oda 't WVBL—I'O RO-doo s a a o S d0 l 133HS OSO N30 O.,VO N w o 1L/u/ 906-IMS"PMS augao4S'N 0 9 SdX31 o z 00 m o 6 r. IlSI?IHO Sl1dN0O {o Ally ONISSO210 lM N102 — 3NIdONd �8 NVId s - �a _ oM � Sys O o eMiPU VDOM Cn u� 3NI�bd1VM 3ZIS-302V� 301 J.110UM S�IVd3b N011 f o ~a Nond-3a Ae 31tla oN Norsin3a Noumaos3a AB — 'ON N.... oie ao3 a3nssi zz/s1/1 o raa 216 ogz,d � e Ud���ph = p X5 � w�<� <¢y o � a g�=oviW3�w� pz„F�oLLo � �4N5 a "tidav; -E N " pa3 � - vo - iooF `��aaazaai�p� � - 2. O w C�° o6Y<�gw'ai�o8aa�o xp<- _ g>>oo: Z ~O J z z�� _ p >r"o 3ui w - -f-"aw u .Cww>� zz iiza Z Si u a'a Q � �"`<o'oo o „o G� o0 0 _ p��o�p�Co�powp<��so m�'G� m wFYp�wo opo azs _ a�-o"� `$o n G- -� �m�LL<>_o'a� aaWGS c"ou,�<�3m"Gw O . OL61 Lnvdi Noo LeLoo-i-eo'oN. S......N331NbH'JfItlO'W 8 Ntlab3N 3NI-1 NOISSIINSNVdi d31VM H IV -IVAVN'e 33f139 Hnoi3 -> -- �' naaoo Ao ua o _I s OV 'Nr Lo yyy3. a• a� a CD a a � m o (n s - o o C,N g of LL A O s L I 3^• x II I � I 1 oII ] s 1 al i r,r 1aVI!a'oaapa:19 Wd ZOZ ZZOL/oZ/l pallald 6mp(°1.1 LIS)OSO 13.OAWJ-S—IW Of-31Li0tld 9 NVId-LOl-J\s1aaN5\!^'0\ava-rviB--e\6uiy�om-uoil>npoid-0-°\500-18SOl-Ofl\Of l\d'a,J ,� elez-w��jawaa��s�w.als��a+tea. saowaS buuaau!5u3;o yuawpDdad 5 30 Z 't =�rwe�»arve ao�v o�•roo� LO48L—I'OsuyO sndloo I'�N SO6allnS"PMgaugaoyS'NOO9 SVX31 133HS OSO 130 OlVO ONISSOLIO o 00 m a! IlSIHHO snddOO JO Ally NM NIN — 311302Jd V Mdld o � o S .�y+ Oul�( � u� S�IVd3b N0110310bd OIOOHIVO N C g INI�b31VM 3ZIS-30NV1 301M 1110 g y rvoudiaos3a �.e 3ivaoN Na73a rmudiaos3a ,.e 3�vaora Hors�,aa oie aoj o3nssi zz/sl/l o n3a o � w 1 0 I 7 = W ` L _J w o Q JI I— r U) � U� Qi • NQNQ 5 a�L ps \ poop op o � O oZ�N owV mQ gwoo wa aJ=acp " aao �o za _ - �s F �oo6p� rpm �oQQ3mp= =se" P.eP- . w - - no ��sE�� Q e t�Q"o� as edge E - ;w= q6N "0 �p o:Ep a o oobiG Q�rc oi3 rcrcc ��� H z�n w� o$b pU N u u uww uoourtt u u q a� - ww o ~� _ H, - m�owpp__X '' ooQo off. so W z�€ -o w w3 ow a= * o. w Nam„ o goo o aw �aow w m8o3 00a„,�a ew_� o <€wm "� z Nmw< �p apww��wa Nms a 'a w a�p aim 6 w 2.¢pe p = CD _ " —D'oano'J:/Q nd ZO:Z ZZOZ/OZ/l:Wllald 6-(' JO 1 DIS)O5O l3O—1—1M O<—311JOad A—d—LOI—O\•lDVS\IIMO\P/J—IIR—I—f\du1N+oM—�gVnDo+d—O—f\5OO-16801—OCl\of l\:d�l�! saowa 5uuaau!5u o uaw oda 't °4 rwe»>Hs�=otl=•„, LoVBL—I'nsp4osndioo s a a o S 30 2 133HS OSO N30 OAVO cN r� w o lz/a/� 906 a]!ns'.pnl9 augao4S N OOS SVX31 0 00 m 6 r. IISIHHO snddOO {O ADD ONISS0210 IM NIOC - 3NId021d �8 NVId o -- ,. o i:,,. .�y+ " � u� INI-Ibd1VM 3ZIS-19H� 1 301MllIO y oulS�IVd3b NOIlO310bd OIOOHIVO of g g — ( � M � Noudlaos3a .ua 3iva oN Nolsin3a Noud!tlos3a FH 31tl0 'oN"I,- ale aoa a3nssl zz/s�/r o raa ire o o 9 30o n c =" a, = ° p c� � ° " _oo oaHH-z'oo"- sw� 000 wo=gom,w € -03� ° ao �L "g^� __ p io< wgo � �""pw==� pE�oLL3 'p�w'ma &_" ��o _ _<" _o8"Go 4 o oopmQ�� wa o uniaww"p.m�>=�`�<"� w �� o Ec< w.�=m ° a� m G m�pwowoo3o"w�3<�as oo¢LLawo<pmsw"._aN„ m ° G 12p � W m ° - �6 42 mnr€ o UZ7 o- m k w a3��w o w c oo w�� =a,°aW eYg ado _ - u o� tpo aoWo�wsWwv=p3�=w pro=o�aoo�� -v.z, 8c Z `o'W " o0 opEe O� oa"o<- m ° wWw�oo<�`O� pp -ww 'o, 'a aaa�so88'o s �s�tl o O161 I b0tl1 N09 vcoo--tlo ox i ;'•y�, .—I0N3 fN.N0ntl0'W 9—,m ®� 3NII NOISSIASNV81 831VM ` �WV IVAVN 'e ddfll8 8no-ij sax --wr,0 d0n11J w 3tAlr. xa LLJ z0 rr x I d h Z w eQ. cos oo.z Q �qy < m ` C) UP 1 s+ O .i... py� S v r a l + Q 4A VMIU'�IIM Ra Wd CoZ—z/oZ/l:p%-Bwp(y Jo Z WS)O50 l30 0A1J DNISSOtlo IM OC-31Liotld 9 NVId-PoI-0\•IaWSV!Mo\OVO-WI9-1-0\6u�y�oM-uoi�anpad-0-9\S00-1880 1-OCl\otl\del! saowa 5uuaau!5u o uaw oda 't °4 rwe»>Hs�aoY=w, IoV6L—j'nsu4osndioo s a a o S 30 b 133HS OSO N30 OLVO N r� w o Iz/a/I 906 a]!ns'.Pnl9 augao4S N OOS SVX31 0 00 m 6 r. IISIHHO snddOO {O ADO ONISSO210 lM NIOC - 3NId021d �8 NVId o -- ,. o i:,,. .�y+ " Poul�VYYP �1 u� S�IVd3b N0110310bd OIOOHIVO of g g M ,o — INI-Ibd1VM 3ZIS-19H� 1 ICIMUO ? Noudl—a .ua 3aYa oN Noisin3a 0u°��3"tl�� ow ago°8�aa°'aF5�9 Nw�appoemyN=�mo i�"�wge,m3ga o"9v3 Njim,aw�3„=n �3ss0o�°i-�o5_� oo€ �e $ Uo g = 0p <o om € - ° L ^ p = °5 FHnY\ay zz3/c1sY 0l/I 'O°N o_oN0r a5aV e3 tl 3QY� �p o 4 o oopmQ�� wa o uniaww"p.m�>=�`�<"� w �� o Ec< w.�=p ° a� w G m�pwowoo3o"w�3<�as H¢LLawo<pmsw"._aN„ "° _�6< ` �- a- �8_ wo��'a€�o�"�appoa�wF:pQ ozm°rcrcmaz-oGGw -�rc�R"ow tow€wWF��Ji��ou W 92 CD mnr€ o Q - Z i��i viw � w z oo3w � =�,°aW who = f uo of cpo „wv w=z �mz w "t a "8c " o0 o M3 oaG oY3 m ° w�'oc Ow�p ~mow r=O���WWd gw po go p � ° ° o °a. �°°w - ,:;"+. Sl133NI0N3 1NYH0ntlJo,Nv9Y3y OLOI 113tltl1 N00 LbL00-I-BO'ON 1 ®I� NOISSIYYSNV81 831VM dlV 1VAVN 9 33f108 Hno 1 � £�> o3a I. t ,4, O >c. e"Sk PI LLI � Y }f w J 1 f ,jj P 5 4 F,P 7 a s r a m j• Of vi 0vi a of z oo,R: LL S U II lu � I a � O I II s d Vaal!0'oa--A.Wd —Z/OZ/—B-ld fiaP'IS 30 1 1H5)O50 l30 0A1J 0NISS0tl0 lM OC-31130tld 9 NYId-fi01-0\9aW5\IIMO\P/J-Wla-l-f\b�IN+oM-�ql>nDOW-O-f\500-16B01-O[l\OCl\�d'ai'J w��3awaa��s�pv„s!�a+oa. saowa 5uuaau!5u o uaw oda rf °4BiulweuwaH 4vne cuv wo.roo, LoVBL—I'nsp4o snd3oo s a z• o S 30 S 133HS OSO N30 OAVO N r� w o lz/a/1 906 a]!ns'.pnle augao4S N OOS SVX31 0 00 m a 6 r. IISIHHO snddOO JO ADD ONISSO210 lM NIOC - 3NId021d �8 NVId o -- ,. o i:,,. .�y+ < u 3NI-Ibd1VM 3ZIS-19H� 1 301MllIO oul � S�IVd3b NOIlO310bd OIOOHIVO of g g — ( � M ? Noudl-30 AB 31V0 'ON N05V3tl NONdINJ90 AB 31tl0 'ON N05V3tl ale am a3nssl zz/sl/1 J n3a oG�o�'w€ ozc ` a� xw� v w asp oeo � o"mw� mm� pWo„ g w o F o c pW _< aBNQe_ o- � �=o� W_ -m "o =o wge soo ` w soa�o �3=w3w „=„p=at5 a aw=Nwe I G G " < <a�28w a.$o i « wu,=Wwoo=a � s`'a`18' < a o uae. d a 3 t - a�� w p� �O°mow— „ o"� boo o 0 0 N -�a" �< Y�paia ' S " o=G�m� wwo� °� €F Yo o FF w - a <- - o w`Wo E3. FW3w WU a �< a GWwa��oN�opoo.00p�aG`� &ow�o N _0 C O " <>� ��� - - -F <rxago� <�e Q g� � € �xo�`�o Go°°6a�` 8 °p:-w o'ao G�oao< o wa • ok'�`.� m=s . w p W Z w o3w��°='< haJ�omYNot`a w""�wosoL=ow°��w �� -=t of oo'�a.o >3w � o o a o" „a 8t a ° W wg�8"6 W oa o: wg -oQWW=o Cf�6-k�� €w�a=pa�Fp LL o.a va o 6�e aaa o�lno p "pp eo�o�2m a�3°�ao s s� o w a"ao ao a d�& CD 6 Sa33N10N3�NVVI—D'W 911— OL6I 1Jtltl1 NUJ L9t00-I-a0 3NI-lNOISSIINSNVHi 831VM �S 81V-lVAVN IB Ain-le 8nm-A Sll z zw 1 M awpii�9�fu^r�� ass off? �o�am is oom-z— m<w"�wv�°< Kw SM. 0Ld _ Al- Q = J O ; o vi 0 o El { of N U U ALI 1 VpNO'pallaa+l8 11d CPZ EZOZ/OZ/llpallold fiwp(S JO S.1)O50 l30 OA1J ONISSOtlJ lM OC-—08d A NVId-011-J�s1aaY5\!hJ\0vJ-N19-1-0\6ui�,om-uoilanpoid-0-a\S00-l8BOl-Ofl\Of l\d'aIJ saowa buuaaui6u o uaw oda 't >ei rweu.>NI "V 4o l", L048L—l'9sP4o sndioo s 3 a N o 9 d0 l 133HS cN r� 906 W-S'PNS augao4S N OOS SVX31 0 00 m a! IISIHHO snddOO JO ADO SNIV130 N0110310Nd OIOOHIVO _ - oI:W y _ — S�IIVd3b 031 N011O?Jd 010OHiVO aeo 0 g PuvVooNwcn u, 3NI-Ibd1VM 3ZIS-19H� 1 30IMUO g y Nondl—a 11 -170 Nouditlas3a FH 3lW 'ON N1 RV3tl a'.aoj o3nssi zz/s�/� o raa & worw =N6oUp6 =� � o o o aaw f Z p Ns oo oo �sw v m 84 Wo••a��== i, zK i O Uwz " z U o�� a w' 3w J opo"s o��ll� - e NT `- o ��=�sEw ew ya simWs a" a a '- S,-o o a na s _ a- m"< o S $ J Z � 0 / \ N W — O Z 0 / W< m -® m \ s m \ w'^ L'i v; �z � .. Ci U � Ld Ww 0 o � o LU ry O Sl3NYd aV10S W W ' Z _— 9 3LON) ~W z v a-.a p � €! 'a o w m o NON z � z w F — -1 - 0 JW g H \� Ld U R� gg ggg �N 1 1 A Yi a W i 0 1 1 0 OLd w _ 0 �� o a. uaaia'�aoa�Ra Nd zzoz/oz/L:M.W ew'(r do l L )S1N13a NOLLa3lOtld oIa0N1YJ—111—a\•lDVS\IIMa\MJ—n10—I—f\du1N+oM—�gVnDo+d—O—f\S00-168a1—O[l\Ofl\d Wid saowa buuaaui6u o uaw oda 't z u) >4BiulweumaN9sMaGutl'4oPUX=ol LoVBL—I'9sP4osndloo s 3 a N o . 9 d0 Z i33HS N 906 W-S'PNe SVX31 0 z 0r�0 SNV3 N0110310d OIOOHiVO m o _ - oI:W y _ — S�IIVd3b 031 N011O?Jd 0I90HiVO 0 g —PuvVooNwcn u, 3NI-Ibd1VM 37IS-19H 1 301M11I0 g �y NOudl-3a FH 31V0 'ON-170 Naadlaas3a FH 3lVO 'ON N1 RV31 ale aoj o3nssl zz/s�/� o raa o: 0 W �o a � a w o 0 Z a U m > WLd < Ld LLJ oa LLJ §W"' ig:y' �n� p N W<Y m J p p F Novo N Z ioo O .T. o a z a3eaMns p vi N — W Q i oim - W w �` 07 l- 0 o WQo ao U 0 z= U� m W j U w ry O H .z a tiF Yo " o� gN_ ELLS �� o 0�4 3g Q ` o. Y f € g o w o' o$� :LL cFi z FJE o o W o c p� LLJ Ld .. �' g �z �e timN3l 3nuaVHi,ss 31 3Nl�tl,SZ( W o z H10N yLLJooz a w b q .00� z o as R 'oy ow zm wa �Ud30 ll3M 3a0NV,L01 �N O Z Q 1a919 ZZOZ/aZ/----I*(f d0 Z LIS)S1N13a NOLLO3lOdd oIa0N1V0—Zll-0\•lCVO\IIMO\MJ—I110—I—f\buryoM—egVnDo+d—O—f\S00-10001-0[l\Of L\d W13 saowa buuaaui6u o uaw oda 't >ei rweu.=HS M=ode.,=o, LoV6L-l'p.go ndioo s 3 a N o 9 d0 £ i33HS cN r� w o �z/ez/a 906 W-S'PNS augao4S N OOS SVX31 0 z 00 m o a! IISIHHO snddOO JO ADO SNIV130 N0110310Nd OIOOHiVO �'•,•`v N tlX = =Ul S�IIVdl2l N011031O?Jd 0I0OHiVO 0 g M �3' —Puv Voomwcn 3NI-Ibd1VM 37IS-30Hf1 301M1110 g �y NOI1dl—a FH 31V0 'aN-17 rmaditlas3a FH 3ltla 'aN N1 ,V3tl a'.aoj o3nssi zz/s�/� o raa kg g� 0 - a N V) � s say w €, a me J e RUN 3 5141 of of ' t�L5. o F �gw \ w�<s I.e to \y 1 J u "?::...1 w �a M � O ry 0 ® Q co O Z x w w � z Y =�¢ Q ova o W. y w O s B �& KoyLL S8g 6 �• 'd < o w „ -- gn 80. LL 12 N 7 H n _ 0 Y O 92. lcl-) as � U2 �# -UAW2. a 0 Pic. 0 w r D EEo z Ell E �FFFF O r $ _2E n a J a �g LL 0 1— d roz zzoz/oz/--ew*(r do s urs)s,n�a noua3<oae alao�uw-r�i-a\`+ +sVi^\aw-nre--s\^�n'^M-�wi�^n^:d-o-s\soo-�aeo�-oc�\asi\d�wu saowa buuaaui6u o uaw oda 't z u) >4Biu�weum>N4sMeGUV—l", LoVBL—I'nsP4osndioo s 3 a N o 9 d0 ti i33HS N r� w o zz/a�/i 906 W-S'.PNS augao4S N OOS SVX31 O 00 m a! IISIHHO snddOO JO AIIO SNIV130 N0110310Nd OIOOHiVO �'•,•`v N tlX = = S'HIVdl2l N011031O?Jd 010OHiVO 0 g M �3' wool � 3NI-Ibd1VM 37IS-30H�9 301M,1110 NOudl-3a FH 31V0 '11-17 Noadiaas3a FH 3ltlO 'oN"1, 1 ale aoj o3nssi zz/s�/� o raa o�� o :xa 8 �O gw? �sm�� Kok o 0 0 o a o 0 0 Y z z z O z O z Z z z z z zW o0 M 9 .. N 1.9 4 2 ti�- J 2 ti� N N �ti� � ONnoao 3AOSV.a> wd3a mane.ei O Z o 0 o c o 0 0 0 0 0 0 0 0 0 0 J a z °dn N °i � <avaaSJe� cd O 0 0 [] 0 0 0 a 0 0 0 OIR 0 0 Z c c c s c z c s c c c ¢ c a a a a a a a a a a a a a n n n n n n n n n n o p Z. 0.. 0 0 0 0 0 0 0 0 0 0 0 0 Z. a '� J'd 'd �'�J � ! � �22 ~ Z ` N m` gI ogO W— I 4y dLILL €� _ _jn_ w � a �A �; o zg-o z " $ >� oY-=d a o z � o w - z g w j J � 0Fz ¢ �� U iN >y <y a ty yy�1 204U Z J' w 4' y9y11 €104j1 (n� W 2 U 3<� w U F O N) at Syy o 38niondisl 38N.Jnals ��rc oW a3iG 301fld-NI-15VJ 1SVZ)3ad v- Yzu 3n 3 N G 765�W� 7VS{7 0 t� �aW N a 1— d roz zzoz/oz/--ew+(l do 1 ups)s,roi3a Noua3<oad oi—- saowa buuaaui6u o uaw oda 't °4 uI'weu»>Hs�aod�.,=o, LoVBL—I'nsP4osndioo s 3 a o 9 d0 S 133HS N r� w o zz/u/ 906 W-S•.Pole augao4S N OOS SVX31 O z 00 m o IISIHH3 snddOO JO ADD SNIV130 N0110310Nd OIOOHiVO o - o I � S�IVd32J N010310?Jd OIOOHlbO OI —Puv Voomwcn 3NI-Ibd1VM 37IS-30Hf1 301M1110 N gy NOudl-3a FH 31V0 'ON-170 Naadltlas3a FH 3ltla 'ON NORV3tl 4 a'e aoj o3nssi zz/si o as 2w N �62ma�o AH \ o Goo-o" 's p� J 7 dw a m'= 7 0 o - " p <�?off w z S "T0 3a p�= o o os a po a� a6o oWpw o a a� a w _�o'SC 8€ wsgo w � w �07�����e YPER-"UH n n n w_ —L--LL------ -----1L—JJ-- - -- --_--_ -----�— -- H O oz o Z z;_ cr II II II I � m W oo w o� u p v v — ------ ------L—E Qf LJ u u ---1---� --------J p Z p O r z �, n —+----- --- ----� �. I I I Wz n n —+----- -- ---J Oa — —_—LL—_----- -----1 —_ I L— Chy ATF II II II II II z a N O om O v Z (s 310N) NIN,0-,9 z II II II I U - II II II I = II II II I � II II II II - -A--L------- ------- -L- -T--R------ -----7r-n-- u u u ry O H OLLJ z z w � o � N I � H U p W v � - --- o --------J.a D v V o N v p i w a N K V O zoo N P w Iz i o - a _ wx 4a919'oano.J:39 Wd fOZ LZOL/OZ/lp%lak Bnpy-lpy3a W315AS AH3LLOH A l3NVd M1105—OLO\siaWS\IIMJ\MJ—WIB—I—f\SIN+oM—�gVnDo+d—O—f\500-16801-0[l\Of l\d:W13 saowa buuaaui6u o uaw oda 't >ei rwe»>Hs�aod .,,o, LoVBL—j'nsP4os dloo s 3 a N o 9 d0 9 133HS cN r�s w o zz/ct/ 906a]!nS'Pnl9augao4S NOOS SVX31 0 z 00 m o IISIHH3 snddOO {O ADO SNIV130 NOIlO310Nd OIOOHIVO - m �( � um S�IVd3b N0110310bd OIOOHlbO of eMei 3NI-IH 1 3ZIS-19 ICIMUO H� 1 g y Nou--a .ua ova oN Nolsin3a rmudlaos9a FH 3ltlO 'ON NORV3tl ale aoj o3nssl zz/st/t o raa kg 3$ �33 z W � z �+i yzi $ 9 u J u rc^ ezt�� �W 0 �o LU �I1 O ax.c'Cs� UI~A r , a hi gig W s z H lit im 1 5 o 5 x Pt Vag1.0 --!—A9 I d YO:Z ZZOZ/OZ/t:PW)ald EnP'(9 40 9 LK)S1N13U NOLL03lOtld 0100H1WJ—lZ\9aW9VIM0\MJ—III9—l—f\du1N+oM—�gV°D°+d-0—f\S00—l9BOl—O[l\Of L\d Wt9 sao!,a buuaaui6u o uaw oda 't o iWe;»>s =ode•+_, 0V8Lsexal'nsu40sndo0 S SVX31; 3 0 8l-Z A3?J 8l-(l-Z)d01 - NbOM N r� S06 alms"PMg augaJD4S N OOS i 00 m o .rr IISIHHO snddOO JO ADO 2J]M IOHS OMOZI NVNOIIN3ANOO - d01 a � _!6 sasezlf..._. x xXmxnoaa — — N +._ Ci o s' mm+a OulN S'JlVd321 N01i=O1 Jd 010OH1VO 0 .C g o ..;y P�+`Poo^Np�( �� M 3' seal 3NI�b31VM 3ZIS-3021M1 301M1110 g �y NOud-30 FH 31V0 'oN NOIsin3a NOndINo53D FH 31tl0 'ON"Il- Dla aoe a3nssl ZZ/s!/! o n3a gYg a ! a »0��s's�b 19 :sysi � e =e -g01 a i >ig € _j ^° c � h � •_ N los SR :._FF: 6 i 0' g � Qom; s s o 00o ado a� �.[ _ .Ir "ao o - gg z a LL 8„ - : � •Eo B5$. 6b i hggb V N 'sbg �rSI� YY 3 $,. .� o"0 6Sto - : _b* -. L 8¢¢ Syy�b -Abe",n 3 u a:�fwri,ue!u - - - - - - - - - - - tY� uo.us - w • a ,ci oc.l s i -o Q J W o m O w z ,.oi�ous • • ••o lnous 0 — N L O a a w O _ _ a J t � U C C> C�> ~ S > ,w!nws �,. Jao!Iws > O oKgF u000s,o W� 6 j oc L � "F I-&a e e� �"�F w Ila■�I� ,"'i OS A)• � 00 a Ell L" a a o N �z - - - - - - - - - - � - w r a u c Jw�ws ..c!noes f.l Q > a c ,n o ua�os U o n-W u•D oS Joa Q csa %gL Z. um a _ .00as�.woe n°I L}t I Lim OS DI•� apW .gg u w i J 0 N JBDInous ■ ■ ■ J.pinp,5 O O a a 0 — — — — — — — — — — — — — — Q O N w c Z O U U C o� ~ Q > a c b FEbioR` fi i s„= ,oau,,o,< e.uo,,w,o o.o,00w..• .,o I d vDI.JMue>•u A,.al`Ia ItvOM•J a w■Mso l00.''JM.M{OVI Mo01.e(u0 Jo/100•1 .eou•I°DI,I. t31.o .w,e<.,sJJe.ar er•o:ueJd a:Jw:e,n.e••,_w.m oru,r,ro.:oJeo.n.••,w,e•m•u, w■,l.usla YWI!0'oa11oO:Ra ryd fO:Z ZZOZ/OZ/I:Wllald 6M.'.!-Z A3tl'Sl-(l-Z)dol-NtlOM tl3mnOH5 OYOtl IYNOLLN3AN0o-d.-Slt-\dol\MJ-n■-l-f\buryoM-egVnDe+d-O-f\S00-1S80l-Otl\Otl\:d WLi saowa buaau!5u o uaw oda 't o ` =i°ee's=M=ode•+__, 10V8L—l'nsu9Osndlo0 S u SI+X31; 3 0 8L-Z N 8l-(9-Z)d01 - SLVMHOIH r� o SO6 al!ng'pn�g aupao4S'N OOS U i 00 tO ! IlSI8H0 Sl1dM0o {o Ally 0301A10 NO siLjnSON0 3NVI - d01 ' v QN S�IIVd3b NOli=Obd 0100H1V0 0 M —Puv Voomwcn 3NI 1VM 37IS-30bVI 301MJ110 �y NOI1dl-a FH 3lW 'ON N05V3tlff NONd- FH 3ltla 'ON N05V3tl ON tlo3 mmsi d'o > COO ° • -b... � -- o8S ..i-5 .�' o et J 3 4 fle ° € kafi -.0 €£Q..' = 1 z � a: ,0 Nfl€ vl o • gg Yo v:ov+ v:o�o" � bE8 5 '� _u €Y= U � n• _A � - m vim mcobo - �'€�y_-P'oE'�€Bfa•-x�h�F ��� � 4. Q `� 5 E sags" gr�-a gtr t g�li lgil 'Z. r8uY£� z < — <3 _ e, o W N W OL Z uaOlooVS VJ] • H (Y a .• a rso 0 c a=- (n s e �/ W e a o N (L�` .o,ddv "!ry u!r X �L ELI w 10 N .ap lows � O U Z kR W x= ng� i ao 11JJ =gc° 1-WW.o C gn_ rWW Vv� an W ��n LU V) v!n.00s as N�o e l l v! .000i .00v! .O.9z O 19 J (..3 -S . W Q. u Q a a a 0 as�oN$ --s saenu°p� aul� :311d aavauf�iof Ri!alciiwasa{ou soon o ioa�l' aos{eua�•sea�ia inn�i{loaxi Fa+Poo.s�NouiN :31vr] [uo{o<{uou,o>oN _i♦ ��{xud Ou�aauSDu3 so al.aUa RO Pau�ano0 01 PSWo{¢alx�i 1 a�tl3n111)$IO YaVI!a'oaNaO�B Nd hO Z ZZOZ/OZ/t'AaNMd ZaP'BL-Z A3tl'Bl-(9-Z)dal-SAVMHOIN a3aWa NO 53tl-0 3NV!-dOl-9L4-O\dJl\afJ-II■-I-f\buPNOM-ugl>^Da+d-O-f\S00-16Po1-O[l\Oft\d alLi a LMLei'syosnd,op 6ui,aawbu �3 o �uawpodap o SdX31 S�IVl3Q 0?JVaNV1S NOIlNdA3bd N < G o iz/sz/ 906 a,,n,3"PMg aw�a,oyS'N 005 OI d CO m asiaHD Sadao,? to AiiD N011fliiOd a31VM W?jois o o � a o _ out S2JlVd]H NO11O31Odd 0100HIV3 N S 1p3�+ aPW`P�M�pul u, dNIF?]IiVM 171S-30NV7 dGIM),LIC o ~a NOI1dItlJ530 AB —0 1 ON NOISIA7 NOLLdItlJ530 AB 31M 'ON NOISIA3tl LL/Sl/l o� �w uo�0 0 J w� �a3wJ s W wg�o llJ-E " Q20 3owa 3 W ul oLLa a Spa= o><¢G a 'ro a o Z Q �05 p O_ a m"gip = $z• 0 7 V 0_H �3� � o �\ Z _ 5 Z WQ=mowwN� p " -ha 0 Ui 2 ����ffi q 5.IL °4 GoW = W sa i. o ¢� z� �/z• a <� a ^/ V v / Q Z � °. � ' o,W9�N � m - " m WF Z O o 3� pj U Y Z y �4df 030'1\3 0 - Q � � n rc r r r ° G u Fz r O Q z w H z ¢v) rcn w h F W w _ e" 3wo ago E _ d o w LU t tlntlON,B = Z n 0 �QD ~ mo Wm ¢a} aYw4,U.gpyN m Z JJ�� Q 3e� 5 0 03p 5off�m�w��i Q oVp W boo F Nw Ems ° Ow =S owpa� 4 aoa`a Z - W o W>'j Em�m�gG=.d mpF -6z vnsn °� - 000z=_� yyH"s 3w ao N I Z "x o 1--0 ZLOL/OL/-1—6np'S,Ib,30 OtlYONY1S NOLLN Nd NONP„Od N31tlM WL'O15-ZLO\%low5�l!n:J\0 J-WI9-I-s\6upyoM-uo��anpad-0-9\500-�BBOI-OCi\OC I�:d:olJ APPENDIX B Leopard St Example Drawings g nxi�u 6��aa���poa,p,�eaa�eFai sa.waS 6uuaauibu3�o �uaw�oda4 !n 0 • 1 1OPSL.--L!lsuyO.nd,o0 dVW NOUVOOl �B L 906 al!nS"PM9 aa!Iao4S N OOS O i a! ll aA usimi S woo to Allj .111NIOIA 133HS AOO w 9X arr� SVX31 aom ^M d1MSN0 WOad S3NI1L131VM „'bS/„B4—N01103dSNl OI a o s� WAVA y � u, ONV S211Vd38 NOI1031021d OIOOHIVO w o AINO M31A38tlMUMN1 Noudla0sa0 Ae 7 IN aa117 NOudla111 7 1 �W I ON NO-4 A13Vi3tl tl0a ltllLWaf19 N'JI530 Y09 LZ/9L/9 0 A3tl Z w O\ Z W O �Z 00 �U WN Z w�0 U D °z ° Q � 0,77 3 J z CL < o U 0 �' O Q CO m o N U �Jr a 00 00 r3tE< ULO o z? m N ZO o 1 �J' W Q C 0 J ay< QOO� U I w zW OL OQz U O ofCz iNU 0 s 0 0 C~Ja�¢ a� s Q Lu w � U z s� W E a° z i 2 p, lip � o� � o < o ��a Foo DMQ r RE 10 nwuumt m,u¢a ao CU O awi<yym_ �a = tZMpj�I' 00 XW m o I ZW �o 0 oa LLJ p a ZZro U00 O f Z~ u aeya,n O -HO OEM WUO wO U0a *� OH H Z V) )y Za OwK aOO Q UFO U �a —'waytl/.a Wd KY=Z/9Z/Yp -Id 6np—NOLLYJUI S AI!—'—S tl3fi0J 100Vw.u.O\Q�—W19—!—Y\N'�D4oM—uoNanpwd-0—t\900—!99Jt—O[!\Of!\d M! saowaS buuaauJ6u3;o ;uawpodaa LO �i o �az i,we�.>ry szM=o�v oo�x=o� L048L—l'0sP40s dlo0 $VX31 LO S06 alinS"PAIS aullwo4S N00S X34N1 133HS o a a 1 IISINHO Snd210O 10 A113 0 ula M d1MSN0 W02Jd S3NI1831VM„49/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M31h3axwla31Nl NOI1dI D— =:F=i'ON No. Nd1dItl0S3O FH 3LW 'ON N-1— M31A3tl NO3 TIWWa05 Nn�$3n Y iE/9i/9 0 A3N z _O U D rC ® to z Lu O U ry O O z .........�rao�o���oo Z F O 3 >>>>>>>>>>>> _ 7 I j>>>>j W �f 3�n as`a iiiis$isi 3 i;i s i s s 3 ss 3 s s s s i is��000a000aa &N o o & awl, ,9:�RY°39°139:°11'YY:9:19:3::9::°19°199�100���z F � (n S N l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l F'd z 1 F F Hiz ����zbmMezzxmzazbbabmzxzMbaaaaxxaza.ro.nG�ssososs��G`I'�3 3izs"s"ss"ssss�o=000000sos000"sossoso^oaaoaooaaaaaaaaoaoo�oo9 Pv+q"—AR I1d ZZOZ/BZ/f:Pell-ld 6--0—R SNOLLW3 .'ON3031'%30N1133N5-ZOl-0\Ido�O\OY0-WNI-I-f\6�PWM-wa0>^Pdd-O-f\900-4BW l-OC4\OC L\�d�MLi saowaS buuaauJ6u3;o ;uawpodaa LO 0 : W'we�.>rve�M=o�voo�x=o� IoVBL—l'nsP40sdlo0 SVX31 SNOIIVI/O3JOOV In S06 alinS"PAIS-11-4S N 009 01 a a 1 IIS18HO SlldU00 10 A11O V S�Oen),S ON303� W 0 UlD M d1MSN0 W02J3 S3NI1831VM„49/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102id 0100H1V0 AINO M31h3a"wId31NI NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nnl$3n Y iE/9i/9 0 A3N 0 ry Wo u J w ~� 3 3 w p � W a ¢ z2 33 (n W o N _ z n - w n z m H N � ro 33 O p Z w � a J p m W N a U w % ¢ W U - � � U z (n m w — oo of w w x n w tt 7 3 m 3 - U m a 3 3 w w z di a m N z ~ ZOw ( w= U 0 > E N ¢ rr O W O Q Wa a a s u¢i N 3 3 z� a�w �N 4w 3x J � U ¢s z ® � a o Q. �m atw xa .l. l w _ a� z.- � o o _ z ¢ z o N Ow w N U Q O 3 lz Z J E o o w w K d r E 3 w z. N N � I 3 a 33I F w cl � r3 3 Q F N 2 K ¢ K N N N N O O O NF G F U z 1 O 1 �% Z F O LU Ld J F Z O W O W F ti Z w p w J w = z w o ¢ z ~' z o ¢ < a W w a >" p w Q '� Ln a w Q j o o W O 0 S o w x w w U ¢ o ¢ i < ¢ z a s o a o Q m U 3 ¢ N Q w O a O ¢ I.= x ¢¢ Z 3 a � � I � I pw � Z a a l d of m Q a �i o w w a ol x x °� s i Ua a a a w+rc'u..w:�e w rc»zzu/sZ/rwNaa�n'(z do 11x31a)sauurarm o3tvnus3 s soon mr3rt30-col-nV^+"�P\ow-nre-I-s\z"�^M-"^nN�d-a-s\soo-leeol-ocl\nsi\d�wu saowaS buuaauJ6u3;o ;uawpodaa LO o � w'we�+>ry szM=o�v oo�x=o� L048L—l'0sP40s dlo0 Ln w O S06aEnS'PASS-11-4S'N009 SVX31 Z 30 L 133HS S31ON �VLJ3N30 0 6 a 1 US18HO Snd21OO 10 Allo UlD M d1MSN0 W02Jd S3NI1831VM„49/„84-N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3IA3a"wIa31NI NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'oN N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N ? W m 2 0 6 U < w0 Zp O O p o W a o ¢ Z Q g z ¢ F Z E m w < O F N U x Z d o .: s w w ¢ op w m z w a Z a p N z I z Q a Q o p o F. a F o a w o z F z m s= � ¢ a c¢3 ~ a Uo p 'a € y � oo � � o oo io m o a - a i a Q a " mo a O1 X o 0 0 D o g a o 3 O € z i2 w ¢ F y z w < a a coi p ¢ O w z T Q op z a ¢ K I m m J F w w w o f m ¢ w z - N w Z a _ o zo x o Io w Y E w E a Z N < Z d O m x ? , o Z p Q Z p w o c� O Q j ¢ W z N a a 3 ¢ m z Fx ~ o a x O X F N w zF o a E U m o z W o w p p W x y z mo i O z F 0 ¢ a _ w `.' W _' _ W a F a j p ^ a u < w 3 o w p p W o p ¢ z a o N w o ioa o m o � � aoJo: o ¢ = x � N a �_ F o Uow ¢ � � m i a z a J w m o l o 0 0 o z < w p J ^ m - - w w v= o a M a p a a r w w o w ¢ w w a p a ^ o o z m z w U p v T F O in U z o m z O o w ? w U ? O w W 2 < Ti- J Q o tt 3 t~il yp K N S a r J 4 5 0 m y p N W Q 2 VI ¢ O a 0_ d a U d U yj U N < ¢ w O ~ d m ¢ m N m W m o < a x m o J z o o X a J o: ¢ s w o '^ vi � mJ azu z- o• omF Sow a z a zo w _ c¢Ji o i s z w w = T a ¢ ¢ a o _' p v� a o a a a m m '-" w U w v, a a F o a o N o '^ m o y y p o o_ z F a o pi o f i> m w m .. J ¢ i z��z.. s?? .. a a w = c�i z o o N a < F F a ; o o z w p o F j� N ¢ w w w r 3 J 'z�> ¢O Q U F w ¢ w w o O 5 W K O o o w ..,' a � a awoa < < o m zogo zQN 0 o a ow "' a o = o ¢ a s y = o w ¢ i' U p ¢ W�W U j wm T z ¢ w u i Q O 3 s - 3 < w J w ¢ a ~ > U Y Q J J f U K ywj 0 m U ¢ Ox m N 3 w Z j Q o w a vo-i m a pr T o 3 a - a o s p o 0 o n w a ¢ W Q o o f c~-i < mw N a Jo a w J� rc z N m o m a o o z¢ z o 0 0 - '^ z" w op 4 a o o o p N o j 3 z ¢ m k' N z o f i s a z of g Q z w - w o a < y o z Jo z o a o Ta z o z' iO w uxi x o 'ow o o a 1 o a w F - 3m Z m r F J o o = '� _ U 3 2 Li o U Z m ¢ O o ¢ o m ¢ 3 m w YYYd1 T w m m y " z oa ¢ o a z ¢F r o N w ~ m ¢ ¢ ¢ ¢ n w z p m ¢m U m Q O a O a Z Z J p x O U O w ¢ �.z O < F o K - C) < Z V K Z LL Q w o o r F Y O O w p a h a ¢ F a a Y 3 o p p N w .J Vi w H T o o p N Q w N O U U z o m W m0 z N y 3 vi w ¢ T 3 w z m o 5 ry N O Q U m cpi U o \\ w ? < S w N z z o o a 3 p m s a z a o o i o m y ¢ m J x _ o o vz-i 0 5 ? w w o o x vi ¢ ¢ a o o m 3 K m z w a z J W p o o w Y w ¢ O ¢ w ¢ a mw o a N O Y w w Y 3 m N \ \ z wp wo 3 5 m a w a 0 a 3 J a m 3 ¢ o U ¢ o o O w0 0 O w > �n ¢ z ¢ h o y F o N a p a a o o z i z p m w 3 w w N ¢ o �" a o in o z ma a a o Q o w w i m z = o a S" i po a o g o p ¢ g w o w m ¢ o m w cW.� ¢ vi Z N r m 0 w F t3J G �5 u g O c� 3 w 4 i '2 < y - p Q O J z 7 2 O ¢ z W w w 3 3 m Z J p O K ro r U T jo w F N j Q 3 O N Z w i rc _ Y z r o 0 y1 �Yi� O ¢ U y m U Q p x O p J 0 ¢ a x > N J p w J y wp F \ \ J p pw z tt I w a J 3 ~ 3 w w E w w W U a J F W U \\ } z 3 U w �x r oU W W '_^ a m z o w z F Q ¢ o ow a a Q w "' s ^ o w < w i u r a o U p o wz o a m cl w > - w z o w o < a o < F = n F F a o; o 0 o J o f z _ x as o i o '.' w Y m o o '^ p "' w w a N a r o 3 z m o z o w a - a o z o N ¢ T J x 50 0 or w ,n zF in a z a J Q o Q J N o f < y s o p w ¢ m x ¢ 3 x o o w wm D_ > ¢ w o cai p w r < s < p N uvii o U a m0 o p F 3 J z O r o ¢ w W W ¢ Q 3 a: w ¢ w a U D o o w ¢ a �n ¢ Z w K a N r w z a x o i - o: i o m pQ m ¢ p o o `" _ = F p m o cxi -.. k' s uxi w _ a w w a a o o p Zo 0 0 ¢ z in o < cFi p a z in y w a¢ r y o 0 O 3 z 2 w U O w ��''__��__E� w W r z a ¢ a o_ Q U o a z ¢ Q m a m - T < Y o a p - o ? w m.G z z m o d w o o < 'o x F a o a o o z w T m w w w J a '�" y G z o �' o w T a o w o m 3 a 3 > m F U - ¢ o U p w z ¢ m U m N p m C� w o j o ¢ a i w a r p z w 0 0 o f v�i a o 6 w 6 o a p m a z m ? 3 u m S" N a z d z 5 ¢ o x z J o: - o w o am a o o a a o z o o m o 0 0 c¢i vmi n. a r w o umi o E 3 0_ vxi U m Vf o a a s a 3 o w 3 K < w ¢ O o o z x o o W x m < w w U 3 o LL < o > m rc o w o o } J '=' o < o vi P a p cwi 5 o z m F w x o z m a F o O ¢ w y ¢ K r o p w o: z vai m I N w z F < a 'a` c urio Xoa zaa `- Y ' so ac� � z Jm z 9w �" ow o wo JN � zu � ? w � oW fr w z o F w i J z o z _ o w w < ~ - z z_ 1 " m zo z w o p w h o a p ¢ s a w 2 y F a r pF tt x w w pF p m w p a a i z a o n o z J - < z a ¢ o 'm _ o i a p F = ozm oo ZJ So p o w p o w z o wo a - '^ ' z 3 p o W z o o a w ¢ 4 a - a o 0 of p z F u a w T vi o m - o a m c i m o < a of w z J o a o w o o o ' w < o i w a U o _ z m w O p F a z a O z IT- O o w x Z a x o o w ¢ y y - o m o w o W z IF/1 w E w = p Z y¢j O m X p r 2 Q a U h w > o w ~ w a w z 1 za Q , m 6 z - o LL w J - a z m - Z > a w i o w a m o Q �" w o mo a o o x o _ - N z X ¢ .. o a J z m o o w o < w m o < z w o m m a F �' o p w w m a ~ a 'x^ z w m 'a o 'er a ? o xF o x m <<x w z >Q m k' azs o zXz. z- T op o = o < w °. o f U O o o a LL ¢ LL 3 w o �.y. 'n w m Q w J ¢ F - m O U o z i = U o' _ w i ~ J o W Z F m Q d F d F F T 2 N lm .1 Z � N m K � J ¢ < 4 c. o m o i.i z n m ¢ z z a m < F a O p U o 0 w 4 j a ¢ - J o • w J w 2 w y o U1 J w J J °� o w o J m m m = a w w J o o m o ypi a o z 0 Z w rn Q o m a s ow i m z m o a i a F J �n z foi, o o z a �n o > a J > l o w o O W a z vxi o w = o N o m o a a N m < N o U F o o w ¢ - a a N cai w a o 3 z �o a o 0 0 i w f w w w W z ¢ Q m z o vi o m U o m o z z o z ^ F U o 0 0 0 0 o F p ? a i o z o a - F z w z o w F ¢ aw ¢ 3w am o'� z a a py.' rc > z a ai F _ cw' zww > F z' o < _ "' o zo ua z w m " < k' - o o F a in L d W - i c¢i T s _ a in k' a o u, z Z a E z a a x Y s F z z N o 0 o a ¢ o o w n o o z z o o �" x o o m ¢ W W U i> < U 3 m o o O m o o w a o m m o m w o U ¢ a w o o a o < z ¢ N O U w++x'dwe�e Nd�c�r zzoz/az/rwuwe a•a.(z do l 133H5).—o 03LN'ILL9 i 910N TR13N3o-%X%\•YWS�IIMo\Mo-N19-1-f\�fMOM-.f1NVdd-O-f\9W-468O1-OC4\Ofl\d MLi saowaS buuaauJ6u3;o ;uawpodaa LO o � W'we�+>ry szM=o�v oo�x=o� L048L—l'0sP40s dlo0 LO w O S06alinS'PASS-11-4S'N009 SVX31 Z 30 Z 133HS S31ON �VLJ3N30 o a a 1 IISI8H3 Slld2103 10 Allo 0 UlD M d1MSNO W02Jd S3NI1831VM„49/„84-NO1103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 01GOHIVO AINO M3IA3a"wIa31NI NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N am, O a O W mZOaOpt- �p Hy �o _ d F- y ¢ z�ixz aoo� Ld o a� oN �Fo �¢ E�oa auw o _ �a p �w maw - o_rz �!^oz V) z of¢mw °'¢ oocZ-iz oz a o�ovi zm iw o:p wo'z"aJu�i wz �� p a,po > iw fowY- - aw �> pm ao<Ld x, W w ¢mw0¢-Ew w aox wN F")W �_ ww�az 3 iZja ¢aw4 ? m n ow ottOOOz o m ¢N N� N >a 20o w O- 0 wZ�Fj��� gio ��y vz,7,-- o ¢zNmww�N 0 _?3==N� oOwoQol- ¢¢ uo Y¢ zz o N��az43.r3 �¢attU woo ¢ . dwo �aFoxF ww wppoi=i w O�nmO=l> o�Om iK ON U - �x QOK� wo O Qw - w03 Q Ezm- iNwU m Np�zOE EO �N o�p CiFa¢OttrZw. p o 3:. o0Q¢w ~w m zo OZa z- 3 ww U� iw¢>>m > Q o pm3zw¢¢z ao��zw4io a0 OO�FO r� O Up��wyp J ¢ pEOmmEx F00p i. arcY�< U 3 F�mma a- w —0w zow� ¢¢ mUF xis xz z -0¢ wF <03 wpwJ .O o T-N6E 3az. . Fri ww � w N> z�igp��rw IY o O �jioz m0 0 0 U3p w o... O - ONaa30oz w ~o Wu�3 � d <0w��0�¢5 a<Nm� o�z owa oz zwo BEN z_xc�w�-� a �'w o - - w xapmz¢z (/) Q OwmNwO�I�U ttoNttw O..K ¢_ E�w - �z Q?i ~ N O W N .UwUOfm Qo¢rwNO s 3 So' Ohm O�Ow Qd a�Zo�w3�N 0 z ¢ xd w O 3 NN¢w�UUQK m GQOd mv0~ UU ��m 0_ p Zw=Q7HSlwiW 0 ONrr~VZNO `mv� pm0 w Om XoF- J �0w�zw �JJ��Ua �a�< �w �pz 0 ¢v o0 3 ww�m�tt�pp Q p ¢000w zOK Now>�ox pwzzp tt0 ww0 wON wmo Qo w 03paz W �o�aoZoi'o w aomo o-Eo o� aE� Qzp a E�tw,�p om Z ¢ �UU�¢ U. ��vsiow a x3vsi vwiw swami W C7 U D rC ® to Z LuO U ry vi w - O Q J F O z U 2 m O E tt N F ~ E Z LL F F z a p p E w < N ¢ o w W ? 0Ua ¢ w Q U w ¢ 0 O O 9 y F o w � a w N p m w a `s z o w w � m '^ z a - o of w N x N F a 'o "z z a c w rn d > p a w o p Y a o 3 O w 0 N - p j z ~ p w ui Z w 0 j w f w . m Q o z 0 z O w j z Y w W vl F priU ZO i m �_^ 3 xo 0 0 ✓� K o 0 F- F 0 p Q wz - w a H c Z m O w p y 0 p N V. Cn W m z w Z < � 'U F w m U N 0 o x w F - � O J U (n a W p Q m . 0 N . z w Z O U 2 O w N K Q v~i Z U y j 4 ZO O m Vp Z N wLLJ O 3 w w p ¢ N N ¢ O a m Z Z mz . = i y w r O ¢ . 0 Q W J 0 w U N m O p 4 z p o Q p - d F 0 0 O Z Q W O ¢ F a N a Z w w 0 o w a 3 d Z N ✓ W U b o o N o o z o o ¢ o � � > � o U 0 W z o a o = ¢ a i W o y p z x ¢ o F o w w s Z d o F 3 z o i o w o w '- F m ul w N ¢ m 0 () LLI o w N d LL o N a z w o F z a Z d o m a W o_ o N c� a m O_ IF/I O U Z U W rc ¢ Q F ¢ O Z O- W d H Q W Q m 0 ( N 0_ d pauof'o�auy:RB Nd bC:b ZZOZI9Z/Y M)lald B.P-(Z JO 1—1)53WL 1 031WILL9 A 5310N TItl3N3o-%X%\BIooVS\INp\oWJ-NI9-l-f\dufMOM-�f1NVdd-O-f\90o-468O1-OC4\Of l\:d MLi saowaS buuaauJ6u3;o ;uawpodaa LO O �az i'we�+>ry szM=o�vo x=o� L048L—l'OSP4o-dlo0 LO ° S06 alinS"PAIS au11wo4S N00S SVX31 Z 30 L 133HS S31111NVf10 C]31VWI1S3 o a a 1 US18HO S11dU00 10 A110 0 UlD M d1MSN0 W02Jd S3NI1831VM„49/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1VO AINO M31h3a"wId31Nl NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N A F� S S S S S O F vl 77) MH � 1"in"inn, --iTi 'i }F F N a � 'o fu � +H-H mry rva .+ dl+H ldd+ 4- --- m n n m m m m m .+ z n:� n �s 6n tfl n �6 0 70 p 'A L'i A L'i L'i m a 0u 0 0 0 �a 0 0 0 0 0 r 0 0 0 0 0 0 0 0 0 0 0 0 ° z z °z z z ° z z to zzz z z z z z z. . . o Y xe xe o xe xe o xe ,< x >< F z z z z z z z z z 0 z z 0 zzz z F O O 0 0 0 �` 0 0 0 0 0 0 0 0 0 z •' O F F — F 3 O F F F O F F O F F F F a z a a S, z a a a z a a z a a a a d z�' u z G u z w❑ N d u z G G d u z G d u z 2 � � tm c o a a ° w a z ° z ° G t N a ° t z F a J F J Q J � ❑ w �� � � � � 00 Z o 0 0� ❑ 000 Z � 0� 000 R Z � moo ZW ❑0000 O O N 0 0 0 $ 0 o 0 0 0 ❑ a z z ❑ z ❑ a z z z 8! ❑ a z z ❑ d z z z z ra o z z o a a z z a g z z o a a a z z o a a g z o a a a a 4 ¢ ° ❑ z z a ¢ ° z a ¢ ° ❑ z z z a ¢ ° ❑ z z d -z' ° ❑z z z z m 0 5 o o a 5 o 0 5 i o 0 0 0 5 i o o C 0 5 s o 0 0 0 a m z gz gz zGGG z zGGw m � zGGGG GGm m � E I m� o m � z— a 0 ° H r z d z— o z— a ° H H z— a ¢ ' °H F H r z ¢ m - N F 0 0 z¢ F 0 0 0 0 z ¢ HOME F z ¢ ti� F O O z ¢ - � F 0 0 0 0 o � z d d f o z add d f o u d d a f 4 z d d f 4 u z a a a d umi F z a ° N o u u w F a ° „a, o u u u u w F a w °„a, o u u u W a °N o u u W a ° N o u u u u a oc ? z x x m o m w z x x x x u s o c U z x x° o r. s o z ? z x x N o m z z N. . . . ° - a ~ o a ~ a a a o z ~ a a a a awoo r o w r a a ~ a usa ate+ r- r viusuuaa aut v= r-F u, gugaa au, I I u, uua � a R v+ I � u,u usu 6 6 6 6 6 m a m ry m a ut ¢ ¢ ¢ ¢ ¢ ¢¢ ¢ ¢ u u u u u u u u u u u ❑ ❑ ❑ ❑ ❑❑ ❑ ❑ ❑ w++or'�Mlfx9 nd—1 ZZOZ/aZ/t:VolWld AW O-%X%\•YWSWMO\or]-Nre-l-f\^�NM^M-momm=d-0-f\goo-4BW l-OC4\OC L\d MLi saowaS buuaauJ6u3;o ;uawpodaa LO o � W'we�.>ry szM=o�v oo�x=o� L048L—l'0sP40s dlo0 LO w O S06aEnS"PASS-11-4S'N009 SVX31 Z AO Z 133HS S31111NVf10 431VWI1S3 o a a 1 US18HO S11dU00 10 A110 0 UlD M d1MSN0 W02Jd S3NI1831VM„49/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3IA3a"wId31NI NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— p M31A3tl NO n5 N`.JI53n Y iE/9i/9 0 A3N ps I d- - - Q 2 T 2 rVI 2 fF^II S a a v v d ON Y M N a N N FT pS rT S VI No N S VI F S Nr S 00 FN idd 2 rl cO M M M c0 e-1 o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O z z z z O z z z o z z z z o z z z z wLL w z w w w T O Z Z Z Z Z Z Z 0 Z Z Z Z o Z Z Z O O o 0 0 0 0 C o c o ^� 0 0 0 z O F F F F H F F F O F F F I- F, n O F F F ¢ z aaa a a a a ^' z a a a a m z a a a p z Q u Z ¢ u Z H u z 03 . . . m u z O t; z O z z ° N z 0 p O n z °° � z ¢ w o 0 0 0 > o o a w o 0 0 o w o o a F N a 6 o 0 0 0 N Z O O o N ° 0 0 0 0 N? n o 0 0 z z z z o z z z m o a 7 z z z z o z z z W g z z a aaa a g z a a a N z z 0 aaa a z z 0 a a a a a a ¢ 5 = 0 0 0 0 ~^ 0 0 0 5 = 0 0 0 0 5 = 0 0 0 X z N X z X z N u� X z G G G LL m > zGGGGo o GGGx o > zGGGG _ 90 uzi z a w r F 0 0 0 0 Z a w F- E F 0 0 0 uzi z a K F 0 0 0 0 W z a w �= 0 0 0 W O Z ¢ ° N O V V u u W O V a ° N O u V u O V Q ° N O V V u u W O V LL w o 0 0 0 S 3 LL LL u o o o 3 LL LL u o 0 0 0 < " S 3 LL LL u o 0 0 g m o o J a w ° moo J w = moo J a w m ° o a w w a a ~ u u a 0 a G a a a �c ° _ ~ u g s s s a a G a `1 6 ~ � v u LL `s g s n v u u u a a v u Ll 6 6 LL M O of �O N 00 01 Oo I 'i N M V v1 tO N CO m � M V vt �D N CO al � � N M V v1 tO N 00 O1 O .-1 V' l7 1,9 P—P'--8:a Wd-ZI ZZOZ/aZ/YPo))gd B-Z d0 Z 133N51 3NV1 ALINRIO-%XX\BIooVS\Il�p\oWJ-WI9-l-f\�fMOM-�f1>^Pdd-O-f\90o-468O1-OC4\Of l\d MLi e -w��jawaa=�s=Pva,s�saa+eya. saowaS buuaauJ6u3;o ;uawpodaa LO o ` wWeMi szM=ode+__ LoVBLsj'Osuyosndloo SVX31 ££ 30 L 133HS 3NMJ31VM In Sob aiinS"PMg-11—yS N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — IIIAO2Jd 28 NV�d W UlD M d1MSN0 W02Jd S3NI1831VM„'9/„9i—N01103dSNI 0 g r> "�, ;'�s "o otl� t�neY ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3ln3)J N831Nl NOI1dl-3o =:F=iON No. Ndldltlo90 FH 3LW 'ON NoSVatl M31A3tl NO3 TlWrvanS Nn�$3n Y iE/9i/9 0 A3N 1. G G N W 5 `G O w p 8w N8 No W rc a R T o.o Z �� } nG rco 8t w 8 CD Z I J l F �� ibl y LL ° ` I w w 0 o � aLK N ga3aCD o x z NF LL p F F!I y 0 i !t O .. U N � p:y I aa'o ioe y P $ pauof'­nl -rvd 9-ZZOZ/9Z/b:Pa Rd B-P'(9 d0 l L19)-OM ONoIV lM BY-31—d A—1-100�aieWS\OMJ\MJ-111B-4-f\�NaM-aan>^Vald-O-f\90o-499o1-OC4\Of l\d MLi e�-w��jawaa=�s=w.a,s��a+tea. saowaS buuaauJ6u3;o ;uawpodaa LO o w'WeMi szM=ode+__ LoVBL-l'Osuyosndloo SVX31 ££ d0 Z 133HS 3NMJ31VM � o Sob aiinS"PMg aullao4S N 009 a a 1 IIS18HO Sl1d210O 10 A113 NIVS—N18b — 3�Id021d V NVId W 0 � U� I� d1MSN0 W02Jd S3NI1831VM„49/„S4—N01103dSNl 0 g "�, ;'�s "o Qe� tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3ln3)J N831Nl NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N G G N W 5 `G O w 8w N8 No W rc a R T o.o Z �� } nG rco 8t w 8 CD 1I _� Rli e e o n~n � ^I III F a I I ,IIQ v I r O x O < — O J Q Ld / W J 0 O J .zoxiCD Z woo owc I 3 V� LL =e a U)6 "sas"sm o 0z Uv 10 U w mo g W � � O P m pLLJ f S� J ..a r.. \� a i3aNs Hylwv Vo++M' Itl�A Ild K1 ZZOZ/aZ/11—d--(1 JO Z L15)oN om ONoIV lM BY-31—d A NVId-ZOO\aVWS\INp\oWJ-NI9-l-f\dufMOM-�f1NVdd-O-f\90o-468O1-OC4\Of l\d MLi Y -w��jawaa•�s=v,s��a+•••. saowaS buuaauJ6u3;o ;uawpodaa O 0 ` w'w•m>NYSM=ode, 00 YoVBL—I'OSP40sndlo0 SVX31 ££ 30 £ 133HS 3NMJ31VM In S avns"PMg-11-4S N 009 a a 1 IIS18HO S11dU00 10 A110 NIb9 — 31130bd 2R NV�d W ula I� d1MSN0 W02Jd S3NI1831VM„V9/„S4—N01103dSNI � g ",;, ;"�s "o°otl� tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M31h3)J N831Nl NOI1dl-3o =:F=iON No.V3a Ndldltlo90 FH 3LW 'oN N-1— M31A3a a03 TIWNanS Nn�$3n Y iE/9i/9 0 A3a G G N w g `G O w 8w N8 No W rc a R T of o Z �� } nG rco 8t IJ 8 CD s � On _ T, DC I r iI I ' - L w w CD Of O g �� 3Ntll •"j � J Q Ld ¢{ < a n J 4b 0 N c� II, z � Q z LLJ I N N a. ti{t 0 0 c, - 1 o o 0 o vu,•odwa�e nd scar zzoz/az/Y+vnole e•v(v do c 1Ns)aareon oNo1r w n-nuoad v NVId-coo\•>°wsWp\oro-nre--Y\^"vu^M-"^n>^vvd-o-Y\soo-�aao�-oc�\ocY\d�wu e - ew saowaS buuaauJ6u3 o uawpodaa LO o e LoVBL—I'OP4ondloo ££ 30 t 133HS 3NMJ31VM In S0avns'PMgalla4S N009 SVX31 O i a 1 IIS18HO S11dU00 10 A110 N18b — 3113OJd 28 NV�d W X1XXtl1e �— d1MSN0 W02JJ S3NI1831VM„V9/„S4—N01103dSNI to ^"�, ;'� „o otl„ t�napuy+'poorwpo� u, 0NV SHIVd36 N011031OHd 0100H1V0 w AINO M3lA3)J N831Nl NOI1dl-3o =:F=iON No. Ndldltlo90 FH 3LM 'ON N-1— M31A3tl NO3 TIWNenS Nn�$3n Y iE/9i/9 0 A3N G G N W 5 `G O w O 8w N8 No w rc a R T of o Z �� } nG rco 8t w 8 CD I � O — U • a ?i w / � �,,.dT, �,e3� V♦1 �¢M�Fo OElf � d J Q w U Z Q " s g w o CD Z Q n V Q F . of Z — O W� o 1 - - g . `r a o F --r•--xe nd mM1 ZZOZ/9Z/--ld 9.P'(9 d0 f L19)oYId031 ONOIV lM T-31Lfotld i NVId-Y(p\.YWS\IIMJ\oWJ-Nle-l-f\dufMOM-�f1NVdd-O-f\90o-499O1-OC4\Of l\d MLi N 009 saowaS buuaauJ6u3;o ;uawpodaa Lc)o � W,we�+>ry S0 e�M=o�vooaxx=o� LoVBL—j'OSP40s dlo0 SVX31 ££ 30 S 133HS 3NMJ31VM N) 0 avmS"PMg auga3o4S oa a 1 IIS1NHO S11dU00 10 A110 N18b — 31130bd 2R NV�d W d� xxlx Xmrc�oae �,,...• N 3 � � u� M d1MSN0 W02Jd S3NI1831VM„V9/„S4—N01103dSNI g ",;, ;'�s "o°otl� tuna ONV S211Vd32J N01103102Jd 0100H1V0 nlNOM31i N8311N] NOI1dl-3o =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N G G N w g `G O w 8w N8 No ILJ a rc o i o Z �� } nG rco 8t w 8 w a�a an nu,a=,n CD Y _ w n a o e i I S :&I 3Y ,., QN NYtl3N � � N - < x4iw r C w° K lls> NNtl3H NNtl t w w £ J O < 0 e Yp�9` I o Q Of a a W F _ • I _ " < Of �� g€� OU� U Ni ( r m - err- ----�-_- �I I F wwc �� --- - — pw•r'dwn�e nd scar zzoz/az/rvnwle e•n(a 3o s 1Ns)aaveon oNarr IN ar-nuoad a NVId-soo\•wwsWxp\oro-nre-�-r\^"�^M-•^nN�d-o-r\soo-�aao�-oc�\oci\d�wu awaa=�s=w.a,s��a+tea. saowaS buuaauJ6u3;o ;uawpodaa LO o ` w'WeMi szM=ode+__ 00 LoVBL—l'Osuyosndloo SVX31 ££ 30 9 133HS 3NMJ31VM L S avns"PMg aullaoyS N 009 O i a 1 IIS18HO S11dU00 10 A110 N18b - ITAOOJd 28 NV�d W ula M d1MSN0 W02Jd S3NI1831VM„,9/„84-N01103dSNl � g "�, ;'�s "o otl� tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3ln3)J N831Nl NOI1dI D— =:F=iON No.V3tl Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N LLJ F � � 5 qq O Z n O 5 o y J Z e Q i o `a � O o ry N� o W W 11 G 8a oy 8w Rt 8 I,ZI �8 CD w n a h e F Fj w"e j - - °��� Q o Li W i Z Q t P II L.L O ,. O u OCD Q nu of � . 0 1 O W� U� (( W\ c� � o ya - Soy OR$'fin y je � oar - �•• _— ,e w+,or dwa�e nd scar zzoz/az/rvnwle e•n(e do s lws)oNYd03l oNolV lM T-31Lfotld i NVId-900\MOVS\IIMJ\oWJ-NI9-l-f\dufMOM-�f1NVdd-O-f\90o-468O1-OC4\Of l\�d�MLi e -w��jawaa=�s=w.a,s��a+tea. saowaS buuaauJ6u3;o ;uawpodaa LO o ` wWeMi s=M=ode,=_, LoVBL—I'p.go ndlo0 SVX31 ££ 30 L 133HS 3NMJ31VM � 00 S avnS'PMg-11-4S N 009 O i a 1 IIS18HO S11dU00 10 A110 N18b — 31130bd 2R NV�d W UlD M d1MSN0 W02Jd S3NI1831VM„V9/„S4—N01103dSNI � g ",;, ;'�sotl� tuna ONV SHIVd36 N01103102Jd 0100H1V0 nlNO M31h3)J N831Nl NOI1dl-3o =:F=iON No. Ndldltlo90 FH 3LM 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N LLJ e J o _ w Q z 8 s= So ". Wg N w Z Ld w 8 Ld -\ 7 LLJ �J Ow-„-' n 0 a oOf � Ld CD o _- -- - z � w1 — o 7�0 O III < U)6 _ — LL C �E m i Y,•"� W a _ o 1 � - N O 0 T y I- III j 1 4 (1 0. LL �� .�.-,.mac. _:o`;` '-�• -. `— � I w++or'w«aa:ce nd sc»—/ai/v—W'.eo c 133xs aaveon oNo1r>M er-Mooed a NVId-ono\•>°wsW"p\oro-nre--s\^"r�^M-"^n>^�d-o-s\soo-�aao�-oc�\oci\d:wu e -w��jawaa=�s=r�•,s��a+tea. saowaS buuaauJ6u3;o ;uawpodaa LO o ` wWeMi szM=ode+__ 00 LoVBL—l'Osuyosndloo SVX31 ££ 30 8 133HS 3NMJ31VM � S avns"PMg aullao4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — ITAO0 Jd 28 NV�d W ula I� d1MSN0 W02Jd S3NI1831VM„,9/„S4—N01103dSNl � g "�, ;'�s "o otl� tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3ln3)J N831Nl NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— M31A3N NO3 TIWWanS Nn�$3n Y iE/9i/9 0 A3N k w O w - o Z a 0 "G�. J Z LLJ a 'RoSi oo rc o �o G 90 wo w w 8 w a�ao on$N H E CD r L'izo a a <,• x L � IIII g 0 II R � I I I � „I pa. z - 0 jyykk O cl� I W w �.' rr M3NNItl1N 0 I� 0 .3= T - z U w o �N N o — _ o • Ii a i I '+•. I 1 •''fig I l a• I -- — � �.� r -I----- -•�-'� � I �31wnWm n s pv+or'w«aa.Re Wd BC�h ZZOZI9Z/Y�M)lald Bwp�3o B 133N5 oNYd031 ONo,I lM T-31LfONd i NVId-ll0\MOVS\IIMJ\oWJ-WI9-l-f\dufMOM-�flNpdd-O-f\90o-468O1-OC4\Of l\�d�MLi e - =�s=w.a,s��a+tea. saowaS buuaauJ6u3;o ;uawpodaO LO o ` wWeMi szM=od' +__ LoVBL—I'Osuyosndloo SVX31 ££ 30 6 133HS 3NMJ31VM LO Sm avns"PMg-11-4S N 009 O a a 1 IIS18HO S11dU00 10 A110 N18b — 3ll3OJd 28 NV�d W ula M d1MSNO W02Jd S3NI1831VM„,9/„84—NO1103dSNI � g "�, ;'�s "o otl� tuna ONV SHIVd36 N01103iOHd 01GOHIVO AINO M3ln3)J N831Nl NOI1dl-3o =:F=iON No. Ndldltlo53o FH 3LW 'ON N-1— M31A3tl NO3 TIWWanS Nn�$3n Y iE/9i/9 0 A3N = o � s � � o o Za 0 J Z a Wwo ry n Na yo H w 8 w a an CD o W W ' . � s a"o„oN E �wv I I II i a.h 0 1 I Q w Z Q g r w 0 f J U O of O O O O {{1 I I Z � f, U �' — r --- — ou ti O z O w W m J> _ Ly6 N 3 QV I I •fin - 4 n , ,4 ¢� t€ I O - I xsi �Yi�uiaz ry.1 s y s • 1 s II av,or'w..�N:1.Wd Bflh ZZOZI9Z/Y M)lald W'.JO 8 133H8 o8Yd031 ONOTI lM T-31lfOMd 8 NVId-Zl0\MOVS\IIMJ\oWJ-WI9-l-f\BvfMOM-�f1NVdd-O-f\90o-468O1-OC4\Ofl\d MLi saowaS 5uaau!5u3;o yuawpodaa Lc)o ` wwe.>ezM=ode+=o, MVIRL—i'i�sl-dlo0 uSVX31 ££ d0 Ol 133HS 3NMJ31VM ul mi 906 almS pnIS auil-4S'N 009 O p a 1 USINHO snciaop to Allo N18b — 31130bd V NV�d W ry eN.+w. d1MSNO W0213 S31NI12131VM „b9/„9b-NOIiO3dSNI O a 51„0"°`^",;,a„o;'� „o otl„tl Yllllblpllyx`pDDAI�*10'� u, ONV ShcVd3a NOIiJ3iOdd OIOOHIVO .�". AINO M31h3i N831N1 NOI1dItlJ530 FH 3lM ON NOM7 14-1 J530 a I ON NM— M31A3tl x03 TIWNx05 NJ�$3a Y iE/9i/9 0 A3x LLJ G O w P J ~Ow . Ww 8G 8G 8 Z } rcG rc I I o ` o g � / ♦ � - NxEK V I WPNOE0.\NEE f �- 1 Y L w w U' \ < Q O — I Ali a c Uw �IZ Q l x k I o c) c� Q - In 6 U U — 01. I � W< o �N N 1 w O o) I o[ < I I I I' I i 3 x3anJ oN\naoom }, ,A. 9 I U. ��E„. �1 3oain xoix y � il; w 4z^Ji nor'vala�3e nd ecn zzoz/az/rwnaid a.ncc w o\133Ns aareon oNo1r w a`-nuoae a NVId-cla\•wwsWvJ\orJ-nre-I-s\^xP�^M-�^nN�d-o-s\soo-laaol-ocl\oci\d�wu saowaS 5uuaauJ6u3;o ;uawpodaa LO o wWeMi szM=ode+__ IoVBL—l'Osuyosndloo SVX31 ££ d0 l l 133HS 3NMJ31VM In S06 almS"PAIS au11ao4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — ITJO0 Jd V NV�d W o UlD M d1MSN0 W02Jd S3NI1831VM„,9/„84—N01103dSNI In g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3IA3a"wI831Nl NOI1dI D— =:F=iON No. Nd1dItlO9O FH 3LW 'ON N-1— M31A3tl NO3 TIWNa05 Nn,$3n Y iE/9i/9 0 A3N LLJ o OZ O aGp J Z 8 _ 1 9 '3a wo w 8o J $ $ Z � nG rco aG w 8 CDY �4— zo 01 lJIJ ¢H 7$ 5$a' ``gg l}t� FYe � \• d J Q CD � Z -_ C �r U— 0. w o o� z �' , a I "cv lu -✓ - I. i b^ b Proof'ouutl�39 Nd BCA LLOL/9L/b�Peliold PfC d0 ll 133N5 OdYd03l ONOIV lM T— Lfodd A NVId—fl0\eleeVS\PMO\MO—N19-1 f\ PWM—uo0o"Po,d—O—f\9o0—lBW l—OCl\OCL\�d�MLi saowaS 5uuaauJ6u3;o ;uawpodaa LO �o wWeMi szM=ode+__ IoVBL—l'Osuyosnd3oo SVX31 ££ d0 Zl 133HS 3NMJ31VM � S06 alinS"PAIS aullao4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — ITJO0 Jd V NV�d W o ula M d1MSN0 W02Jd S3NI1831VM„,9/„84—N01103dSNI In g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3IA3a"wI831Nl NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LM 'ON N-1— M3L,3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N LLJ O w k J 0 o N oa 3 w a w h 8�ao as w 8 w an C Y Y yj R R � — i a m " \x �I{, •7 J v r c c.o I F - � z w w V ,d 10 a- U w W Q Ld k I L.L 0 0 CD of I 0 .. : � c� m iL. °mot' I � I v / P�++M'o+M!ti�B Ild BCC1 ZZOZ/9Z/—il-ld B-P-JO Zl 133N5 odYd031 ONoIV lM BY-31 Nd A NVId-Sl0\.VWS\IIMJ\oWJ-NI9-l-f\dufM.M-�f1>^Pdd-O-r\90o-468O1-OC4\Of l\d MLi saowaS buuaauJ6u3;o ;uawpoda0 Lc)�o wWeMi s=M=ode,==, IoVBL—j'Osl-d1o0 SVX31 ££ d0 £l 133HS 3NMJ31VM <n S06 al!nS'PAIS-11-4S N 009 a a! IIS18HO Slld2100 10 A110 N18b — 31130bd V NV�d W U� M d1MSNO W02JJ S3NI12J31VM„,9/„84—N01103dSNl g tuna ONV SHIVd36 N01103102Jd 01,30H1V0 AINO M31h3arvwla3lNl NOI1dl-3o =:F=iON No. Ndldltlo90 FH 3LW 'ON Nore1A3tl M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N z N a O Q ~ OZ a Owe. < w g CD - Y �.. o O ?33oi� I e I si�ii Yir�'n30w ! 1 N : I 3 _ O I OI •; CI; �a}ml 1 0 I � I W� o o yl v, � n I K -I 0_ J- �4 s^ Z Of r I - ' g w Rv 0 „ U 0 k U I awl a - Z m Q K1 { o . v of ' U m N + C)Ly m � O S. �S I I I �I ,GP ryu W AGP _ 1 0 II wE Wi L — g3, � •ci *4 I P > \W : R w++x'wWa�e nd tr>.zzoz/az/r.=woad a•n•m ao[�133xs ameon oNar�.x n L'3luoad a NVId-a�a\•wwsW"p\oro-nre-l-s\z"�^M-"^nN�d-o-s\soo-laaol-ocl\oci\d�wu saowaS buuaauJ6u3;o ;uawpodaa 0 �o wWeMi s=M=ode,=_, IoVBL—l'Osuy0sndlo0 SVX31 ££ d0 bl 133HS 3NMJ31VM ul S06 alinS"PAIS-11-4S N 009 O i a 1 IIS18HO S11dU00 10 A110 N18b — 31130bd V NV�d W ula I� d1MSN0 W02Jd S3NI1831VM„V9/„84—N01103dSNI g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M31h3a"wId31NI NOI1dI D— =:F=i'ON No. Nd1dItlO9O FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N 12 G G N w g `G O w O 8w N8 No W rc a R T o.o Z �� } nG rco 8t W 8 CD 1 o 47 CD Y _ H � w a a I � IIII � 0 0 _ - r — I I I 1 I F UOOM1331! 1 �u � _-- ObyN031• _ W W n a0. J < 0 m `. .. u a s W z ¢ wl f gLLJ 0 CD < U)~ O~ m 01. U �r• 4�1� _ �'N N J\ O >� v IQ �dd G a t m i P\ 1 I � Pu+N'owutiLB Ild LCA ZLOL/9L/b�Peliold beP'CC!O fl 133H5 OdYd031 ONOIV lM T-31Lfotld i NVId-Ll0\eleWS�IIMJ\OWJ-NI9-l-f\�NOM-ooOanPold-O-f\900-468O1-OC4\OCL\�d�MLi el-w��jawaa=�s=P�a,s��a+tea. saowaS 5uuaauJ6u3;o ;uawpodaa 0 �o wWeMi szM=ox' +=ol IoVBL—l'O9Pyosndloo SVX31 ££ d0 Sl 133HS 3NMJ31VM � S06 alinS"PHIS aullao4S N 009 O a a 1 IIS18HO S11dU00 10 A110 N18b — ITJO0 Jd V NV�d W d� xxix Xmrc�oae 0 UlD M d1MSN0 W02JJ S3NI1831VM„49/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3In3axwla31Nl NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'oN N-1— M31A3b NO3 TIWNanS Nnl$3n Y iE/9i/9 0 A3N 12 G G N W 5 `G O w w N8 No W p a R T o.o Z �� } nG po nG CD Y 6N w nn aN n�e a L APR - I Y o Ir 'K I Cn zJ n W 0 O a - W U ! Z n W 0_ 3lnbblg8 B U' bi O U (D Z Q U)6 a z o 1 LLJ U a o 1 n a _t o k a �y — a� IId 3 I z I si a a I Pv+M"o+a!b'�9 Rd LCA ZZOZ/9Z/*:--ld 6-P-M Sl mw obbd031 ONON lM 94-3llfobd i NVId-9l0\MOVS\IIMJ\oWJ-NI9-l-f\�fMOM-�fl>^Pdd-O-f\90o-499O1-OC4\Of l\d MLi saowaS 5uuaauJ6u3;o ;uawpodaO LO oo wWeMiszM=ode+__ IoVBL—j'O9Pyosndioo SVX31 ££ d0 9L 133HS 3NMJ31VM In S06 ajinS"PAIS-11-4S N 009 O i a 1 IIS18HO S11dU00 10 A110 N18b — ITJOOJd V NV�d W 0 U10 M d1MSN0 W02JJ S3NI1831VM„,9/„94—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 9100H1V0 AINO M3IA3a"wId31NI NOI1dIll—a =:F=iON No. Ndldltlo90 FH 3LV0 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N 12 G G N W 5 `G O w O 8w N8 No W a o�o Z �� } nG rco rc 8R T t w 8 w a�a nn n�a=,n O _ Y _ w n a n e i f _ is �J r I ; s• � w ry e " o A�� � � ,r _ aA9P a • � _ j• �.< 4oI sl I 7° a4 J a t / '�♦ a i _ z LLJ U U U tl o J` Q U)6 ,y O U W J o 08) z :w� I �1 I j II TCY !.I ,ram _.1 O •x• MP Op. ... m6 Not �r �- 91Nov9a •; I I O C I � � P�M"o+�!tl Ra Nd LCA ZZOZ/9Z/YMnold 8wP-M 9L 133N9 o8 OM ONoIV lM BY-31i—i 1-1-8l0\MOVS\IIMJ\oWJ-NI9-l-f\8°fM°M-�f1>^Pdd-O-f\90o-499O1-OC4\Of l\d MLi saowaS 5uuaauJ6u3;o ;uawpodaa LO �o wWeMi szM=ode+__ 00 LoVBL—I'Osuyosndloo SVX31 ££ d0 Ll 133HS 3NMJ31VM L S avns"PMg-11-4S N 009 O i a 1 IIS18HO S11dU00 10 A110 N18b — 3113O2Jd V NV�d W ula M d1MSN0 W02Jd S3NI1831VM„49/„84—N01103dSNI CDg tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3ln3)J N831Nl NOI1dl-3o =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N G G N W 5 `G O w O 8w N8 No w rc a R T of o Z �� } nG rco 8t w 8 CD 9 o c Y I I Z C-D 3 w g w Ig aFBO J al0 OfLi w Q o„ F G� m� 45• I i� o tc O U Gµ?H ,.ms C.) s 1 6M 1 pp i iti I:S .w' - Z_ 3 U1 �I n Q (n V! O wr Rtl J - a J 7 t I o � e a P�M''�utl,�Nd LCA ZZOL/9Z/4�Mllold bwP'fC M Ll 133N5 oNYd031 ONoIV lM T-31Lfotld i NVId-OLO\•IorVS�IIMO\Mo-N19-1-f\dufMOM-wafl>^Pdd-O-f\90o-4BW l-OC4\OCL\�d�MLi "-w��jaw"x=�s=w.r,s��a+tea. saowaS buuaauJ6u3;o ;uawpodaa 0 oo wWeMi szM=ode+__ IoVBLsj'Osuyosndloo SVX31 ££ d0 8l 133HS 3NMJ31VM � S06 alinS"PAIS a 11l 4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — ITJO0 Jd V NV�d W 0 UlD M d1MSN0 W02JJ S3NI1831VM„49/„9i—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3IA3a"wId31NI NOI1dl-3o =:F=i'ON No.V3tl Ndldltlo90 FH 3LW 'ON NoSVatl M31A3tl NO3 TIWNanS Nnl$3n Y iE/9i/9 0 A3N G G N W 5 `G O w < 8w N8 No W a rc o.o Z �� } nG rco 8t w 8 CD t 1 R Il, I j\yzo o g 9 n F 4 Ago a a a�aw . V d 1 O E - � U � I I n �S QP O 'I pll .,ml xl Q / - - W Z Q i - o a CD CD O I � T Z m g9� 1 < ' N 6 0. 1 U dB % W l� au oz dJtl.L S eo O n x• I c v. O xib � Y 3 Z� I= I Q c 9 V�of'vyNa,�Nd 6CA ZZOZ/9Z/VM-Id bwP'fC d0 6l 133H5 oN\'d031 ONoIV lM BY-31110tld A NVId-lL0\MOVS\IIMJ\oWJ-NI9-I-f\�fMOM-�f1>^Vdd-O-f\90o-468O1-OC4\Of l\d MLi saowaS 5uuaauJ6u3;o ;uawpodaa LO b o wWeMi szM=ode+__ IoV8L—l'Osuyosndloo SVX31 ££ d0 6L 133HS 3NMJ31VM � o 11 S06 ayinS"PAIS--4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — IIIJO2Jd V NV�d W 0 UlD M d1MSN0 W02JJ S3NI1831VM„,9/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3IA3a"wId31NI NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LY0 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N 12 G G N W 5 `G ~O w 8w WZw _ _ rcarcN 8nR T oNa o CD N a n n e & zo E 8' 1 s Ag �I Z w Ld Q 0 Of 0_ J Q Of YLd p. LLJ g 0 — CD Z l\PMp^ AJ ` O Q N 6 Of / � o o w - ;�— yyy7 ' I k I _ 0. o n VwM''o+a!tl 3a Rd BCA ZZOZ/R/1:—d-I'.d0 fil 133N5 oNYd031 ONOIV lM T-31Lfotld i NVId-ZZO\BYWS\IIMJ\oWJ-NI9-y-f\�fMOM-�f1NVdd-O-f\90o-468O1-OC4\Of l\d MLi saowaS buuaauJ6u3;o ;uawpodaa LO o wWeMi s=M=ode,=_, IoVBL—l'Osuy0sndlo0 SVX31 ££ d0 OZ 133HS 3NMJ31VM L 11 S06 alinS"PAIS--4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — 31130bd V NV�d W 0 UlD M d1MSN0 W02JJ S3NI1831VM„,9/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M31h3a"wId31NI NOI1dI D— =:F=iON No.V3tl Ndldltlo9O FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn,$3n Y iE/9i/9 0 A3N 12 G G N w g `G O w 8w N8 No W rc a R T o.o Z �� } nG rco 8t w 8 CD o � a " m a p a u � 3 a=' IM - - 14 Or YiCD I _ W W 0 o f7 w r , F Q� = a v a� of ml W 0 z a g 0 O ".,. O F O' Z < (n 6 r ' i U— T Oz U O m 0 t1, W 1 ✓I' /nZ�uu i O . 3 j rm . I A10 s �I J I I I e 1 Pv+M''o+ Jre Rd BCA ZZOZ/aZ/—Rd"P-da OZ 133N5 OWda31 ONoiI lM T-31Lfotld i NVId-czO\•wwsW�p\or]-nre-l-s\^�NM^M-�^nNVvd-o-s\goo-laaol-oCl\o[l\d wu saowaS 5uuaauJ6u3;o ;uawpodaO LO o wWeMi szM=ode+=ol IoVBL—l'Osuyosndloo SVX31 ££ d0 LZ 133HS 3NMJ31VM � S06 alinS"PAIS aullaoyS N 009 0 a a 1 IIS18HO S11dU00 10 A110 N18b — 3113O2Jd V NV�d W ula M d1MSNO W02JJ S3NI1831VM„,9/„84—NO1103dSNI 0 g tuna ONV SHIVd36 N01103iOHd 0100H1V0 AINO M3IA3a"wId31Nl NOI1dI D— =:F=iON No. Nd1dItlO9O FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N 12 G G N W 5 `G O w 8w N8 No W rc a R T o.o Z �� } nG rco 8t w 8 CD rc t / o 4, `/ �J• I F a 8d- "1 1 's�sH3 w 0 I Q - Z Q Ld 0 m _ z Q UJ 6 of 0LdU O o Ld ~�r I N I N ���'G4 s JROUNOTREE s 3lotllo 33HION00tl J nor'—A.Nd xis zzOZ/R/1:-.d-W.do lL 133N5 ONYd031 ONOIV lM BY-31130Nd i NVId-fL0\MOVS\IIMJ\OWJ-RI9-l-f\�fMOM-�RNVdd-O-f\900-468Ol-OCl\Of l\�d�MLi saowaS 5uuaauJ6u3;o ;uawpodaa LO o wWeMi szM=ode+__ IOVBL—j'Osuyosndloo SVX31 ££ d0 ZZ 133HS 3NMJ31VM � o 11 S06 alinS"PAIS--4S N 009 O a a 1 IIS18HO S11dU00 10 A110 N18b — ITJOOJd V NV�d W 0 U10 M d1MSN0 W02JJ S3NI1831VM„49/„84—N01103dSNI g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3IA3a"wId31NI N0I1dI—a =:F=iON No. Ndldltlo90 FH 3LW 'oN N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N Q n w o - 1— v O z a o s (r o n o 0 W Z �� } uG pop aG aG n C _ Y _ r n a u, e I e a a zzP I w a O c F I I r TI \ F- t rl _ 1' I Ld -ICI O �_ 7 a_ J FmkI Q cl� W Q L N e g W b a O CD ' I Z �S O i O W O o fmro3 — l �qmi) o 1 I qqI _ 9� � 1s31'jr 1 I ` A I I I r 1 ecz I�I I 3 I G�M"o+�!tl Ra Nd 6CA ZLOLI9Z/4 Mnold bwP'fC M ZZ 133N5 oNYd031 ONoiI lM 84-—OM i NVId-SLO\•IrrVS�IIMo\Mo-NI9-l-f\�fMOM-uooanVdd-O-f\goo-4BW l-Q4\OCL\d MLi saowaS buuaauJ6u3;o ;uawpodaa LO o wwe.aHs=M=ode,=_, IoVBLsj'Nsuy0sndlo0 SVX31 ££ d0 £Z 133HS 3NMJ31VM In S06 ailnS"PAIS a 11 4S N 009 a a 1 IIS1NHO S11dU00 10 A110 N18b — 31130bd V NV�d W UlD M d1MSN0 W02JJ S3NI1831VM„V9/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 nlNO M31h3a"wId31NI NOI1dl-3o =:F=iON No. Ndldltlo90 FH 3LW 'ON NoSVatl M31A3tl NO3 TIWWanS Nnl$3n Y iE/9i/9 0 A3N 12 G G N w g `G C) w t] 8w N8 No W a o�o Z �� } nG rco rc 8R T t w 8 w au,a an au,a=,n � � Y _ w n a n e — 6 T I O o p i I t I _ gFAI 1 f z w :, W J < 0 �_ { ElfINn J i t z a �I 0 01 - 0 C CD z x n$vK L 3 V� Q II`jtz U)6 II► i w o � ` O o 's -. / I I I •I _ PauoP'ouxy.Fa Wd 6CA ZLOL/9Z/4�Panold bwP'fC M fL 133N5 oNYd031 ONoiI lM T-31lfotld i NVId-9LO�ciaa45\IIHo\oVo-Wla-l-f\buPWM-000anPo4-0-f\aW-4BW l-OC4\OCL\�d�MLi saowaS buaauJ6u3;o yuawpodaa ££ LO o � w'we�+>rve�M=o�v oo�x=o� L048L—l'0sP40s d3o0 u LO w O S06aEnS'PAIS-11-4S'N009 SVX31 d0 -VZ 133HS 3NIla31dM 0 6 a 1 IIS18H3 Slld2103 10 Ally d� N181, — 331dObd V Nb'ld os ANY, '( M d1MSN0 W02J3 S3NI1831VM„49/„84—N01103dSNI 0 - tuna ONV SHIVd36 N01103iO8d 0100H1V0 AINO M3IA3a"wId31Nl NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N 12 G G N W 5 `G O w 8w N8 No W a rc o.o 8t W 8 CD 4 4 o ffl � m DC I' v to r , ► z w w W� 0 0 Of i - of Q W 3 g w 0 L.� 0 0 (D ` Z QOf n V $ I I Df_ o w "m wa cO O I ;I 1 I WI 1 i I 0 V�of'vyNa,�Nd-1 UN/H/—P-ld W'.M♦Z 133H5 oNYd031 ONOTI lM T-31Lfotld i NVId-LLO\MOVS\IIMJ\oWJ-NI9-l-f\�fMOM-�f1NVdd-O-f\90o-468O1-OC4\Of l\d MLi saowaS 5uuaauJ6u3;o ;uawpodaa LO o wWeMi szM=ox +__ IoVBL—l'Osuyofindloo SVX31 ££ d0 SZ 133HS 3NMJ31VM � S06 alinS"PAIS aullao4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — ITJO0 Jd V NV�d W d� xxix Xmrc�oae o ula M d1MSN0 W02JJ S3NI1831VM„,9/„84-N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3In3axwla31Nl NOI1dI D— =:F=iON No. Nd1dItlO53O FH 3LW 'ON NOSVatl M31A3tl NO3 TIWN6n5 Nn�$3n Y iE/9i/9 0 A3N 12 G G N W 5 `G O w p 8w N8 No W a o�o Z �� } nG rco rc 8R T t W 8 W a�a nn n�a.,n � � Y _ w n a n e d pl - �xr. r. �n - - IV I ug m.ssa Y--s - W W J CD _ 3 k o L i Ld w W O 0 m Z e Pi < nV 4 ,.•. s' c z U r .4; a u t 0 0 y U m A : I m 3 1 I iro-N n B --r'o.wv,R:R6 Wd 6-ZLOZ/OZ/b:Pallold 6wP-d0 SL 133H6 ORYdO3l ONOIV lM BY-31—d A NVId-BZO\aVWS\IIMJ\OWJ-NI9-l-f\6�fMOM-�f1>^Pdd-O-f\900-46801-OC4\Of l\:d MLi saowaS 5uuaauJ6u3;o ;uawpodaa LO oo wWeMi szM=o6 +=01 IoVBL—l'Osuyosndloo SVX31 ££ d0 9Z 133HS 3NMJ31VM � S06 alinS"PAIS-11-4S N 009 O i a 1 IIS18HO S11dU00 10 A110 N18b — ITJO0 Jd V NV�d W o UlD M d1MSN0 W02JJ S3NI1831VM„49/„94—N01103dSNI 0 g tuna CNV SHIVd36 N01103102Jd 0100H1V0 AINO M3IA3a wId31Nl NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N 12 G G N W 5 `G O w < O 8w N8 No W a o�o Z �� } nG rco rc 8R T t w 8 w au,a nn n�a=,n O � Y _ w n a n e e N • w..n I w.x CD O B r U Ld s Z CD C.a�.3 Q LL ow Ld £W mo Nit. le I I � --P Nd 6-ZZOZ/9Z/9:Va44old 6--AO 9Z—S—d—ONON lM 94-—OM i NVId-8Z0\M•VS\INp\oWJ-NI9-l-f\6•NaM-aaoanVdd-O-f\90o-468O1-OC4\Of l\:d MLi e�-w��jawaa=�6=Pva,s�baa+tea. saowaS 5uuaauJ6u3;o ;uawpodaa LO o w'WeMi szM=o6 +=01 LoVBL—I'p.gos dloo SVX31 ££ d0 LZ 133HS 3NMJ31VM � Sm avns"PMg-11-4S N 009 O i a 1 IIS18HO S11dU00 10 A110 N18b — 3113O2Jd V NV�d W ula M d1MSN0 W02Jd S3NI1831VM„,9/„84—N01103dSNI CDg tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3ln3)J N831Nl NOI1dl-3o =:F=iON No. Ndldltlo90 FH 3LW 'oN N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N G G N W 5 `G O w O 8w N8 NO w a o�o Z �� } nG rco rc 8R T t w 8 w au,a nn n�a=,n CD Y � ry n a n e p it zi, a w w i!. Q e v�J of d- z Q g all I � s " 0 U)6 l PF d O Z U 3 w o F I „gym o » d 3I a� 7¢ i n Y�3u"i3 �I 2 y I O s w 3 I Pauaf'°an�y:A9 Nd 6-ZZOZ/9Z/9:Pa44old 6--AO LZ 133 S—d03l ONON lM 84-—0Ld A NVId-OCO\alaaVS\INp\OWJ-NI9-l-f\6aNaM-°aoa°Pdd-O-f\900-468O1-OC4\Of l\:d MLi saowaS buuaauJ6u3;o ;uawpodaa 0 o wwe.>s=M=ode,=o, IoVBLsj'Osuy0sndlo0 SVX31 ££ d0 8Z 133HS 3NMJ31VM L S06 a,inS"PAIS a 11l 4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — 31130bd V NV�d W o ula I� d1MSN0 W02JJ S3NI1831VM„,9/„9i—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M31h3a"wId31NI c�-= NOI1dl-3o =:F=iON No. Ndldltlo90 FH 3LW 'ON NoSVatl M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N 12 G G N w g `G O w 8w N8 No W a o�o Z �� } nG rco rc 8R T t w 8 w a�a an a�a=,n U - Y _ w n a n e r ` e b 8 S 5 t � W F W w w i. � 0 _ Q E O a Q U a � J 0 Z �1 �► � a 3 Q M6 LL o Ld Ld wi 3 � Mg 16 i $ I G�M"o+�!tl Ra Nd OfA ZZOZ/R/1: n d-I'.M W 133N5 oNYd031 ONON lM ft-31 Nd A NVId-lC0\M.VS\IIMJ\oWJ-NI9-l-f\Z�fMOM-�f1NVdd-O-f\90o-468O1-OC4\Of l\d:MLi saowaS 5uuaauJ6u3;o ;uawpodaa LO o wWeMi szM=ode+__ IoVBL—l'Osuyosndloo SVX31 ££ d0 6Z 133HS 3NMJ31VM � o 11 S06 alinS"PAIS--4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — ITJO0 Jd V NV�d W o ula M d1MSN0 W02JJ S3NI1831VM„,9/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3IA3a"wId31NI NOI1dI D— =:F=iON No.V3tl Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N 12 G G N W 5 `G O w 8w N8 No W rc a R T o.o Z �� } nG rco 8t w 8 CD N Z Cj 0 �K I �1 O i e o ¢ j - o MI w J rl O0 - - CD 1, Z Q I. I 0 iCD -- J� - Q (n v, h.l 0r= _ W� o N N 0 l r\\\ I f p a o A off' - ----- So 3 , .,M m I s g _ �� � �• cam. 0 � � �- 4"i c�V 1 1_I PwM''o+�!a�3e Nd ass zioi/az/rPoaole bnP'fC 3O 6Z 133N5 oNYd031 ONoiI lM T-31Lfotld i NVId-ZCO\MOVS\IIMJ\oWJ-NI9-l-f\b�fMOM-�f1>^Pdd-O-f\90o-468O1-OC4\Of l\�d�MLi saowaS 5uuaauJ6u3;o ;uawpodaO LO o wWeMi szM=od' +__ IoVBL-l'Osuyosndloo SVX31 ££ d0 0£ 133HS 3NMJ31VM LO o S06 ay 11 nS"PAIS--4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — ITJOOJd V NV�d W o ula M d1MSNO W02JJ S3NI1831VM„,9/„84—NO1103dSNI 0 g tuna ONV SHIVd36 N01103iOHd 01GOHIVO AINO M3IA3a"wIa31NI NOI1dI D— =:F=iON No.V3tl Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N 12 G G N W 5 `G O w 8w N8 No W Wo a R T o.o Z �'^ } nG rco 8t W 8 CD I I." �s 1� T J/ 3I E'vaa ua �a ; I o J `Jf Y F a k 4 x ,� a ` Yq4 U s3; W a o 'oS qq 0_ J tM J`Y 1 0 0 o CD CD K _ Y z � sa _ U m W o ICJ II sd„ RY Y I s as a�o n oW'x+r. i C l i1 a c-I Y.•�'�';. I I � I , � n a x waaar'oaaa!a�3e aad ass—Z/eZ/*:--ld Z•n cc w oc 133Ns aareon oNan lM an-nuoad i NVId-CCO\aWVS�IIMJ\oWJ-NI9-l-f\dufMOM-a�flNVdd-O-f\90o-468O1-OC4\Ofl\d MLi saowaS buuaauJ6u3;o ;uawpodaa LO o wWeMi s=n=ode,==, IoVBL—l'p.go ndlo0 SVX31 ££ d0 l£ 133HS 3NMJ31VM In S06 alinS"PAIS-11-4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — 31130bd V NV�d W UlD M d1MSN0 W02JJ S3NI1831VM„V9/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M31h3a"wId31NI NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/oi/9 0 A3N 12 G G N w g `G O w 8w N8 No w rc a R T o.o Z �� } nG rco 8t w 8 CD Y I ,aa it I � r PP. J I O .z.. a z" aka a tI W l J < 0 �_ 1 O a_ 0 J 55 Q Of Q i g LLJ U Z Of o Yn U W G Uo a- I o a o l� ice' I l a J sn i } ,I E 4 40 avw„tb V - P _ q PouoP'Quayle Rd of%f ZZOZ/9Z/b�Mllold bwP'9C MWLC 133H5 oNYd031 lM T-311fotld i NVId-9Co\BIooVS\IIMJ\oWJ-NI9-l-f\�NOM-ooflonPotd-o-f\goo-468O1-oC4\OCL\�d�MLi el-w��jawaax�s=P�a,s!saa,�.al saowaS buuaauJ6u3;o ;uawpodaO LO o wwe.a s=M=ode,==, IoVBL—l'p.go ndlo0 SVX31 ££ d0 Z£ 133HS 3NMJ31VM L S06 alinS"PAIS aullao4S N 009 a a 1 IIS18HO S11dU00 10 A110 N18b — 31130bd V NV�d W 0 ula M d1MSNO W02JJ S3NI1831VM„,9/„84—NO1103dSNI g tuna ONV SHIVd36 N01103iOHd 01GOHIVO AINO M31h3a"wId31Nl NOI1dI D— =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nnl$3n Y iE/9i/9 0 A3N 12 G G N w g `G O w 8w N8 No W a o�o Z �� } nG rco rc 8R T t w 8 W au,a an a�a=,n � � Y _ w n a n e P h i a a k R �y d d 7 - U o , zo 61 { a Z 1 O ' a�a l c z a U s x O CD1� O i o pqP eana e u z U m W o ,I�PE 1 I I .... { , I. W o m L!_i "1 xv M R e �II• PauoP'ouuy.Fg Nd O.A ZZOZ/H/YPaliold W'9C!D Sr 133N5 oNYd031 ONOIV lM T—311fotld i NVId—LC0\ciaa45\!ko\QWJ—WI9—l—h\fiury�oM—uolVnPoid—O—f\90o—l8BOl—O[l\Of L\dalid saowaS buuaauJ6u3;o ;uawpodaa 0 o wWeMi s=M=ode,=_, IoVBL—l'nsuy0sndlo0 SVX31 ££ d0 ££ 133HS 3NMJ31VM � S06 alinS"PAIS-11-4S N 009 a a 1 IIS1NHO S11dU00 10 A110 N18b — 31130bd V NV�d W � U� M d1MSN0 W02JJ S3NI1831VM„V9/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M31h3a"wId31NI NOI1dl-3o =:F=iON No. Ndldltlo90 FH 3LM 'ON N-1— M31A3a a03 TIWNanS Nn�$3n Y iE/9i/9 0 A3a 12 G " G N w g `G O w 8w N8 No W rc a R T o.o Z �� } nG rco 8t w 8 CDzo S In o x " >s 7 Ld }JI O 0 wsi Q V s6 u=�ns gviny� *rre". c Z bi u+✓ I� CD CD CD i j; I w Z v'3 M L all u o bio a I I ol n" �I �I �m'"+�!a�3e Nd ass zzoz/az/a�wnoid a.nac do�133Ns aareon oNar�.x n-nuoad a NVId-eco\•wwsW�\oro-nre-�-s\^"�^M-"^nM�d-a-s\soo-�eeo�-oc�\oci\�d�wu v o x o saowaS buuaauJ6u3;o ;uawpodaa LO O e4 Wwe�+>ry szMa�o�,rs�� LoVgL—I'0su40s dlo0 Z j0 LO w O S06 alinS"PMg auga3o4S "N 00S'� SVX31 0I a 1 IIS18HO S11dU00 10 A113 l BINS S3�8V1 NOIIVIS 1S31 dO W d m �xlx3� d1MSNO W02JJ S3NI1831VM„49/„84-NO1103dSNI g tuna ONV SHIVd36 N01103102Jd 0100H1VO AINO M3lA3)J N831Ni NOI1dl-30 =:F=iON No. Nd1dItlO9O FH 3LM 'ON N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N w w w w w w w w w w w w w w o a a w a a w w a s a a s a w a a a a y > j 3 > m > > m 3 m ? o 0 0 o LLo o to 0 0 to to o ? o 0 0 l0 LLo m o o ? o o ? ? o ? LLo Q a z z -O z z m v v v m z z z z z z z v z z z z -° > > v v c v v c c c c c o -o -b o v o -o -o 0 0 ,; c -o -o v o o -o a o r, c c O c c 0 0 Z c c Z c Z c c Z Z c 0 c c c Z Z c 0 Z > > LL > > LL > > > > > > LL > > 0 > LL O O O 0 0 0 0 0 0 0 O 0 0 0 0 Z LL LL LL LL LL LL LL LL LL LL LL LL LL W N Z W C C C C C C C m ~ C C ° C c C C C C C c C r v~i O Z o o ';� o m o ;� o o y ;�o ;� o ;� o o o w ZIn is in m in io is ut m in m in m m in io O N w [1 O O M 0 0 0 C O O O O I- � 's+ - 'O 'O •�, - _ _ ly�j N N N N N N W N W W N N W w w c w c w c w w c w c w c w w c w u u Z X 1� Vf p V1 O 01 1� 0p w l/1 V 111 00 1� l/1 w M a pp w N VJ c-I a--I .--I O .-1 t B} I++n N V ul t0 m ul ul Ul Vl N V}}l M m l0 tO m m N N N + O lD N I� M + ul 01 V+1 N D+1 lA .+I 1� M Ol fv I� M D+1 V+1 .+I N I� N C pp� pppp Q d O �-1 N N M M V V ul l/1 r O1 O 1 cy N N tt ��{{ N lA tD h pppp W M QN N N N N N N N N N N N N N M M M M M M M M M M M M M M M W F Z Z W W � LL w w LL LL LL L7 S 2 2 2 2 2 — — — — — — — — — — z aw O 3 " Q 7 � L � O w U O z w w x z w v v v 1O v tO v -0 v v v v a .o ,a LLJ w J c c c m > ra 0 > 3 c c c c c m 0 m c c c > c m m l° 0 l0 ? ° ? ? ° l.°� l° l° l° l° l° > > > I°i LL l� Q a v Z v v v v z > > 0 0 O j -o j o 0 0 0 0 0 o 0 0 0 v o O Z Z Z 1p C° LL Z Z Z Z 1p 1p 1p Z Z Z C° Z J J Z C O N W C y c c c c C C c C Q ~O O H O O O C O_ O C C O O O C O O H w H Z ay0+ O m m N w N O w N N Y Y ZO H C W N in N a, N Vf la ut c N C c C u1 N Vt N C C r }a} ° v o w ° ° F o O c O ° O O O C w O a a a a aO aO aO N"w -aFcOvw° °Nw ow uu ma O ZOO D . . 0 F to N N a+0 + 8 + + + + + + + + p} 0++p + + t + p+p + + + N - a .+I Op M I, O e�1 N N R C' 10 n H .00 00 OM1 D01 O w t~/l a t^Yl M C 1p lD I� .�i .-1 .-1 .-I .-I .-I a-I .-I .-I .-1 .-I .-I .-1 a-I .-I N Q p Z° az Qo °F aN w Z z~ Z � w ok'ao w Q co co m m u u u u D - - - - - O w zLioIz ~ °m Q w - N o'z z z � �O Qa< o N p r'oun AB Nd lfA ZZOZ/BZ/t:—"x L JO l 133N5-531HI1 NOLLVlS cai dO-%XX\BIooVS\IIMJ\OWJ-NI9-l-f\dufMOM-�f1NVdd-O-f\900-46801-OCl\Of l\d MLi saowaS buuaauJ6u3;o ;uawpodaa LO G o � W,we�.>HetM=o�vo�xx=ol 1oVgL I'0su40sndlo0 SVX31 Z J0 Z LO S06 almS"PMg auga3o4S mrc�oae N 00S O i a 1 US1NHO S11dU00 10 A110 133HS SI�9V1 NOIlV1S 1S31 d0 W d� xxlx X o UlD M d1MSN0 W02J3 S3NI1831VM„49/„84-N01103dSNI 0 g tuna ONV SHIVd36 N01103102Jd 0100H1V0 AINO M3lA3)J N831Ni NOI1dl-3o =:F=i'ON No. Ndldltlo90 FH 3LM 'oN N-1— M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N p Z W O O O O z m w H Y a r Q O r r z x o m I� oo oo oo n o o m N .� .� w O_ p v �}} m+ ry v m rvrv+ m m }n u� �n �n �n .}}� in �++ m .-I m m rn }ry N N H O tD N n M papa+pp O V+l + ^ N Ol mp .+-1 n M Ol tD W fM n} m m l l .-I t0 pNppp p np U Q N N N N N N N N N N N N tY1 M tail m m m m m Kl M m m n^l rtf M W H Z Z w w l7 2 2 2 2 2 2 2 - - - - - - - - - - - - z 0 Z - - - - - - - - - � wO - - - - - Lu W 9 w 90�o=w<o 9p <� U �o�s° W o �o o o�o o-a� o W 2 2 Y a�a���a�a�a 0 z z w w 0 o ti m z Q w NY Q Q p F Ho F z X M pp m I� M in M m .-1 V pV VOn N O w m }} WO ++ N V + mm +++ + + + + Vm + ++ u+ }} O � + O Wmm Ql W al O m Fl C V 0 U Q r wc> '-I '-I '-I 'H rl •-I •-1 '-I ri '-I 'H rl •-I ci rl 'H '-I 'H - =w N OyjN o�WLL W � Z ¢ada Z yo zo � Q Q Q m m m m m m m m m U U U U 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ w w N��< 3 y �` o� goz� -wo 'oM o<,z Fp�Oz F Ool< O P r'oun AB Nd lfA ZZOZ/BZ/*:--"P'Z JO Z 133H5-531aI1 NOLLV151531 dO-%%%\aVWS\IIMJ\oWJ-NI9-l-f\dufMOM-�f1>^Pdd-O-f\90o-468O1-OC4\Of l\d MLi saowaS 5uuaauJ6u3;o ;uawpodaa LO oo ` w'WeM=HezM=ode+=o, IoVBL—j'OSP4osndloo SVX31 L d0 l J.33HS In Y S06 ajinS"PAIS-11-4S N 009 O i a 1 IIS18HO SndUOD 10 A113 S�IV134 NOIIO310tJd OIOOHIVO W o U10 M d1MSN0 W02J3 S3NI1831VM„,9/„84—N01103dSNI 0 g tkna �IFI ONV SHIVd36 N01103102id 0100H1V0 AINO M3IA3a"wId31NI N011dI—a =:F=iON No. NOndltlo90 FH 3LM 'ON N-1— M31A3tl NO3 TIWNanS NO�530 Y iE/9i/9 0 A3N z _0 Q N !n � LLI w 6 9 W a: 3 W $$�3 g 3 jil8 E g8 wof •EE Ws � m oo «�eUr Mo ^ate VP It V) h1 0 O O ry z U) O < N Q Zx ~w O 0 z O r�F (n '3 El LLJ kre w� n ^ x= z � -iz w 1 1 1 m 'w t3 G=os�9HP V=) A g� s� 3 gn _zE o U s u N m z � O � Q g N > r €' A= w = • �� H 0 psi < e 51 4 � gn��� Dwill! 0 €" gg34. o2 I mo _______________ vwor•ao x�Re ne IYY ZLOZ/BZ/Y Wllgd 6xp'S JO C 133N5-S11V130 NOLLo3 d ol00NlYJ-%X%\BYWS\IIMJ\OWJ-NI9-l-f\�fMOM-�mf1>^Vdd-O-f\900-468O1-OC4\Of l\d MLi saowaS 5uuaauJ6u3;o ;uawpodaa Ln o ` w'WeM=HezM=ode+ LOVBL—j'OBP40Bndloo SVX31 L d0 Z 133HS In S06 aLinS"PAIS aullao4S N 009 O i a 1 IIS18HO SndUOD 10 A113 S�IV134 N0110310�1d OIOOHIVO W a O �xiu Xnw�oae i+N. � 3 U10 M d1MSN0 W02J3 S3NI1831VM„49/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102id 0100H1V0 AINO M3IA3a"wId31Nl N011dI—a =:F=iON No.V3tl Ndldltlo90 FH 3LM 'ON N-1— M31A3tl NO n5 No—%ogLZ/BL/9 0 A3N E �g l7 v1 ul IJl O O O O O O s In NN N W W H Z P" $W m N m O 00 O O 00 00 00 00 00 S$ Q � �D v �D a v v a v a HLn gz LU rY cr M V (n 00 N M V In lD 73 � 0 W c-I N M V Vl l0 I, 00 Q) 'i 'i I'i ui ui ui ui ui Li s W ------------ �,� - — 92 _W s§ 5a� s i . y$ JU I �Q a LU yy WW U) 2 B i ~ 0 'o O AY I y i i'B—LLI -Jl P 1 Y N11 Jill I �j 11,11 off U— age a �- 86 s R i Z 0 F = lz as Al 0 nW JE p m N $« 8 zd x TVA � p pv+or'v>"!aJa Wd 1- —HS-S11YJ3o NOLLo310tld olooHlYO-X%XX\BIooVS\IIMJ\oWJ-NI9-l-f\fillfMOM-InBNpdd-O-f\goo-4BBOI-OCl\Of l\d MLi saowaS 5uuaauJ6u3;o ;uawpodaa LO o ` w'WeM=HezM=ode+ IoVBL—l'OSP4osndloo SVX31 L d0 £ J.33HS In o 11 S06 alinS"PAIS--4S N 009 O i a 1 IIS18HO SndUOD 10 A113 S�IVl34 NOIlO310tJd OIOOHIVO W 0 �� �M d1MSN0 W02J3 S3NI1831VM„49/„84—N01103dSNI 0 tuna g ONV SHIVd36 N01103102id 0100H1V0 AINO M3IA3a"wId31NI NOI1dItlJ530 FH 3lM ON N01—d Nd1dItlJS3a FH 3LM 'ON N-1— M31A3tl NO3 TIWWanS Nn�530 Y iE/9i/9 0 A3N L--------Yy— --3 V'q O q �y 4JN1 yt� r C 6n Wu�mW U ^> 7y 0 \ Z W Z O G. <I �w wx Q � o g z.w w oo�N�W a m w i 7A N ix�.� wa ae Src °f >�go w 1x`� W wpiNd as i ti d ��++ -u W Z SF p Z »2u w�C awl J Q w" ~ Paz e1 N s, F> wwwzz Vl A wdyx� w �� w xrc>,�y"zJ z p Q Saw; [��� o W O i J a Z Z >iwsx Z = Q aw x �� z w ^ p oar:gym WNW i w Q wwquaw SSSf w 3 3 3 Jcsrcrcrc r w N �• O _���� w 'w „q �W�w >w04 z (U �vwi r rv� �� �� O ---1 W—N-- LUU Y b :s fl O o F N SX N as LLo � 15� WPoo&m OW 9oW d WWS Wx o 9 5 da " > ye'e ya�J> z boa _ Q »` a >x orc4W Xx w H$ » H wy w5'Ww; < �W<>'> g x>� �� �� `` W hills &$9 _ N31y'.x v �'aa � A H� w:wv _ v >a�rc> -w> gww �aiHi� M AHN ?< w 5 o skk1�� vu a a - o u y 2 S aFN • i .;m 7 �v W. w Y g M 1 ui b Gv+of' Itl R9 Wd 1-ZZOZ/BZ/I:-I-fixP'S 10 S 133H5-S1fILi0 W3 c=c Atl3LL�H A l3NVd NVI05-%%%\aVWS\IIMJ\MJ-WI9-l-f\�fMOM-�f1NVdd-O-f\900-468U1-OC4\Of l\d MLi saowaS 5uuaauJ6u3;o ;uawpodaa LO o ` w'WeM=HezM=ode+ IoVBLsj'OSP4osndloo SVX31 L d0 V i33HS In o a11l S06 alinS"PAIS 4S N 009 O i a 1 IIS18HO SndUOD 10 A113 S�IVl34 NOIlO310tJd OIOOHIVO W o � u� M d1MSN0 W02J3 S3NI1831VM„49/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103108d 0100H1V0 AINO M3IA3a"wIa31NI NOI1dl-3o =:F=iON No. Ndldltlo90 FH 3LM 'ON NoSVatl M31A3tl NO3 TIWNanS Nn�$3n Y iE/9i/9 0 A3N 9 W Ld w z z_ ftk, z o z W.wzql__� F� z JU W F- 8W ' LLI z �W O � � ' 9 ad Q a z � 4C1 Q m p J J z ? O uv U o W N azo Z O J� O U LL W N m ■L W ■ E ~ O 3W ww Uppo; 32ygU Ny 8m I O 3 m7 �F zm J UU j I L7 g F I M1 a 62 I Z 7 F I 8 0 I g 3-w p z� I o orl z i V) O Of p '� m ¢ 6 t N� z 0w&a I mz a Z w O ZO ao� � I m U Q ^� li3 a� ar3 I z zd+ I L 82 8i 8z i U I U n as e8 a$ W s I W m I� 10 a� M ,m vwor•wo x�Re ne�m zzaz/ez/rw�iad 6•vs do l 133N5-S11V13o NOLLJ3LOtld oIOOHIYJ-%X%\BYWS\IIMJ\oWJ-NI9-l-f\�fMOM-�f1>^Vdd-O-r\90o-468O1-OC4\Of l\�d�MLi saowaS 6uuaauJ6u3;o ;uawpodaa LC) oo ` w'WeM=HezM=ode+ I0VBL—l'OSP43sndloo SVX31 L d0 S J.33HS In Y S06 alinS"PAIS-11-4S N 009 O i a 1 IIS18HO SnddOD 10 A113 S�IV134 N01101iMJd 0100H1VO W o UlD M d1MSN0 W02J3 S3NI1831VM„49/„84—N01103dSNI 0 g tuna ONV SHIVd36 N01103102id 0100H1V0 AINO M3IA3a"wId31NI N011dI—a =:F=iON NORV3tl NOndltl090 FH 3LM 'ON N-1— M31A3tl NO3 TIWNa05 N0�530 Y iE/9i/9 0 A3N LJ A a a 91� � o w 29 z� w _3 c Q Ld 'SK _ z m a Q � Ljj Q Z U 6 O x gg 21 W Z w gµga� w �` <.. to m a W 10 z e � ' _ z o - *- _ a wc~i X LILI om MRS I � EL o Z J U LLI 2 J�J o zoo w a d g Sn w w2.' w z o J � r oo pppp Z Li .':. Q �F �� ••• SNm 0 Q Cj �z iz j=. Eli W w M1 F D o � W I Z F n z O Z _ U a J 8 g -z oz L sRE E 6 5� Z Uz �5 w � 9 65 O 9 � o �& 9 « oz, m N w o zz W 8 cl- x� c IQ W IQ wsa 01. F J_ O O O1�G 1 1 < OL a: Q ry p F Q ZZZ W 1 i V �� OO J O 0F0 y OLx 9 O g$� i.. C) pN I go CE o m CL !; €a �i s a o ogY g a g o00 o W 8 0 m g o rc w m Z m �u o `38 = V) F i (n mom W $ i"o g St w 'o 4ww o oo��� iz F zo W O� _= Z N�o-d O 0 F ?F F ^� uj FYi � �� Z m g a S vwor•wo x�Re ne IYY ZLOZ/BZ/Y Wllgd 6xp'L JO S 133N5-S11V130 N0LLJ3 d OIOONIYJ-%X%\BYWS\IIMJ\OWJ-NI9-l-f\�fMOM-.�f1>^Vdd-O-f\900-46801-OC4\Of l\d MLi saowaS 5uaau!5u3;o yuawpodaa LO o ` w'WeM=Hezrv=ode+=o, WV9L—I'0su40sndlo0 uSVX31 L d0 9 J.33HS to m 906 al!nS'PIS aupao4S'N 009 a a 1 I.LSRIHJ snciaoo to A110 S�IVI34 NOIO]iMJd OIOOHIVO W d O Nrvl x xx9v�e �� CQ 3 w 1 ry eN.+w OII d1MSNO W02JJ S3NII2J31VM „VS/„9V—NOLLO3dSNI CDYllllbl a ^",;,a„o;'� otl„tl PU%ft`pDDAIW01 u, ONV ShcVd32J N011O3iOdd OIOOHIVO AINO M31h3TJrvW1831N1 NOI1dItlJ530 FH 3lM ON NOISIA3L Ng1dItlJ530 a 3LM 'ON NMI— M31A3tl NOd TIWNOOS W..Y Wn/, 0 A3N Q O O m obi � _� O 7 m L 3m3 �• ofO mrc 0 0 I= z0 C) U a3eaN s ry U) Lu O U J ry Ga L s U V •G O`N G� IS Gq ��� I 1, uai Na allS z uj LL �nzut ol a a � .� e U - z n 8 � � J / Y• z u' w / m � K ` z z t peuof'aauy:Rg ryd IY:Y—z/BZ/Y:WI)gd 6np'5 JO Z 133N5-S11V130 NO—OIOONIYJ-XXX\WNS\IIMJ\MJ-MM-l-f\�MM-¢xn-^ d-O-f\M-LM8 -ML\Oft\:d:MU saowaS 5uuaauJ6u3;o ;uawpodaa LO o ` w'WeM=HezM=ode+=o, LOVBL—l'11OSP4osndloo SVX31 L d0 L J.33HS In S06 alinS"PAIS--4S N OOS O i a 1 IIS18HO SndUOD 10 A113 S�IVl34 NOIlO310tJd OIOOHIVO W a� �xiu Xmrc�oae i+N� Q1 ; O UlD M d1MSN0 W02J3 S3NI1831VM„,9/„84-N01103dSNI g tuna ONV SHIVd36 N01103iO8d 0100H1V0 nino M3IA3a"wId31NI NOI1dI D— =:F=iON NORV3a Nd1dItlO90 FH 3LM 'ON N-1— M31A3tl NO3 TIWNa05 Nn�$3n Y iE/9i/9 0 A3N C� 0 LLJ J z wp-oF z r � w U' Y a W Z ONnOUD 3nOev.a> Nld3n,d�N�a.a� ¢ O _® U 1. D w U rC U) N P-m- io o8Ho wwjLIL ¢UsN .Wm anlOn 3a'UOnals3Otlld-NI-15VJ 15YJ3ad I�.a; 00 No vwor•ao x�Re nd-1—Z/eZ/r—6xp'S JO f 133N5-S11V130 N0LLJ3 d OIOONIYJ-%X%\BYWS\IIMJ\OWJ-NI9-l-f\�fMOM-�f1>^Vdd-O-f\900-46801-OC4\Of l\d MLi v o x o saowaS buuaaui6u3;o ;uawpodaa LO p rleiW'we�.'uezMa�o�,rs�� LOVBL—j'0su40sndlo0 SVX31 Z d0 l 133HS In O S06 almS'PAIS—1-4S'N 009 OI a a! I.LSRIHJ Sndaop to Ally STV130 NOIlO3dSNI WN2A31N1 W Ln d o ��Ia3'�'� == 0 3 W ry eN.+w OII e,va v e., d1MSNO W06J S3NII2J31VM „tS/„9b—NOLLO3dSNI O g Y111161P11%/t`PDDAIW01 u, ONV ShcVd32J NOIlO3iOdd OIOOHIVO AINO M3lA3TJtlN831N1 NOI1dl-3o =:F=iON No5V3tl NWd11— FH 3LW 'ON N-1— M31A3tl NO3 TIWNanS Nnl$3n Y iE/9i/9 0 A3N Q 1- — !s L'i Ll ZZ W W O I ' U I-1:•_--� `ILL V Q 1 ~ Ln W ry 3 O � - - - U - ix Ix p z i Ix yU�J z ? {A U e /� 5 `•� JAJ I 1.. i u, / Aao f zo o-Z P'wof'--:M Nd ZY ZZOZ/PZ/f:P—ld�P'S1N13o w—d-TMd31N1-%%%\afeWS\I!Ho\OYo-Nla-l-h\OUPPOM-wo11>^Po+d-O-f\900-16Po1-O[4\OCL\:d MLi v o x o saowaS 6uuaauJ6u3;o ;uawpodaa LO 0 r�eiW'we�.>HezMa�o�,rs�� IoVBL—l'O9P40s dlo0 SVX31 Z d0 Z 133HS In 0 S06 alinS. 11 .PATS--4S N 009 a a 1 IIS18HO S11dU00 10 A110 STV130 N01103dSNI WN2A31N1Ln W � U� M d1MSN0 W02JJ S3NI1831VM„,9/„84—NO1103dSNI g tuna ONV SHIVd36 N01103102id 0100H1V0 AINO M31h3a"wId31NI NOI1dI D— =:F=iON No. Nd1dItlOS30 FH 3LW 'ON N-1— M31A3tl NO3 TIWNa05 Nn�$3n Y iE/9i/9 0 A3N OO g �K O Z zqq"N ULe0000- I-L Z Q J W J W > I N p Z a � (n z X W Q — F Q F C)Z aU N Z O Y H p Z 3 O o w-NwN 3= w o00pp Z ` w4Foo Q3 w o ow o z p z 5 o�� vp—i—i as zo p o 0 oa a g a po�3N�mQ p p ~z�z W U O p .Nwp�mp w o >a pOod U o- pp O (J O w V2�pj<� LU � pN O-a2 Q O(� sU moZ ^.O w< O O�N Z O OQIi p ~N 23 O U2U Eq. w N —'--AEG Wd Z-ZZOZ/9Z/V—d 6—AO Z 133H5 S1N130 NOLL03dSNI TMd31Nl-%%%\—S\—\OWJ-NI9-l-f\6�fMOM--n—d-0-f\900-49901-OC4\Of l\d MLi v o x o saowaS buaau!5u3;o ;uawpodaa LO o se �i ` �WeuM>ry s zMa�o� WV9L 1%suy0 sndlo0 SVX31 u 117 S06 aj.nS'PIS aupaoyS'N 009 SaNVONVIS ldlO of a a USiaHo sndaoo so ua d m 9N1xx3x xr �� N 3 � �Nvaweo a.va v ea. Ln pl s r> ^ ;�s tla"o°o tl� M, d1MSN0 W023 S3N „ -N01103dSNl ONV 52Vd32J NOU3310dd OIGOHIVOWWV u� g AINO M31A3TJ"W1831NI NOI1dld—a =:F=iON NO.Ej� NWd11— FH 3LW 'ON N-1— M31A3tl a03 TIWwa05 Na�$3n Y iE/ai/9 0 M13a Wffi°� 8F 4 zi»N�Naa�awamwen� 1 ff i1,14 o� rsxne m�zrax<welvry \\ ; j lip .14 4 _ j V Ino s € Ls 4 g } Z 3Cr lYfitAs t.nv .n W 2°7E� B6$ 9 � P WBPffiS � 10 4-4 Q �z �� c $ o W g� '� =W RWta ;fig •_ ���_o � � � =m� � `,1• ��� 3U� I I h _ N Wk3 0 Wao .14 W QW3 wVIA boo �Wyc 3 l t 00 Z4 ? i<WY iWd 2 cg�liyy W Qa� 22 f $ dd yyg Q W� h U� ��i� m�✓0 i; �004 U �`� g � ��� � �wQ� y #� � � � y1�j V ~'a RWCgCO k= o W 4W g¢ tz ��y3�¢O'��� O RC ��Ot�.�V y �1 N 1"> W z� W W'a p ? Wi Uza UU2 py Co ON ] N p = 2 C! 2 ` ML=�n i ` O ih � W O a Wz i*off 51 Y3UL UzUz st,r' 4 pzx.ZpZp yy�3 Q 03 R<� GwGWR A¢¢ p�4x v £ ° L W m� pyy� u W a3` W Q V V°WU 2 C dal o ` C W 2 \ h z hn 4 16 _ W —'o+Av a Ad zm zzaz/9z/*:—d1 aacx do c 13aNs srolaa NouaadsNl mmaau°-xxx\•wwsWNa\ova-wre-I-r\^"wwM-wnMw+d-o-s\soo-laaol-ocl\oci\d�wu saowaS buuaauJ6u3;o yuawpodaa In o L048L—j'p..3 dlo0 A38 9L— L—Z In w O S06acinS'PAIS-11ao4S'N009 SVX31 d01 — momb30�f10HS �I� a 1 IISI8H3 Snd2103 10 A113 0 GV08 1dN011N3AN00 — d01 o d1MSN0 W02J3 S3NI1831VM j,9/„9t, 101103dSNI g tEna CNV SHIVd36 N01103102id 0100H1V0 nino M3IA3a°wId31NI N0I1dI—a =:F=iON No. Ndldltlo90 FH 3LW 'ON N-1— bbM31A3e NO n5 NOI53O Y iEii/9i/9 0 M13N • €k. �»_ao;nr��: $ aka. g€� co Ag 5"�• SSo88 '3 b3 b S P e oobx800n H� S"Pbb`>to S� 7 C Yx - �s=sb r $�ps= Ea� �s o a o N si Pill > ILL Z Ln I-. Ai T p F �6 �J S 9 gNBso5€$ds°s8 �'C s u — yy - — -.ueiu — — — — — — — — — — — os _ W xF oo. c .♦ -7' � 'g J W� •$ Mn w°°°S�' �$� O 0 LA 0 U Z 0: N LA O a a WO 0- J t 57 ,ao > o xc os Y Yh• Q: jJ "g w°a 6■� R" g w r%.,00 A 0 J D Y■ OS 00 0 I cr a a Z C0 N a u c ,wino+s .aPi raus u a > a c )n 0 wm os U o ,,a;•,o.A s Y a¢W ueu OS g zo rF um a _ .00 s.moo. „�# - LM Os W ,eO lnous ■ ■ ■ , room O O = O a a 0: � Z O .ao i.w,.s ,wirous a +- U U C o€ ~ a > uo•os..�.o,o..c 4 a c ■ r =aS�' ; a:�F abRa F ♦.i w,.w.in..,..On.00< o>vc .. o . If e;.,.nwa R+liai)ia`gi°ae+a eu�,'°`■w?n00m°°:♦._w�°�°w +:osa 10::u,ca.xau �wlr �31c0 ' arinxla w+°r•a„•�y,,�Od za»zzoz/sz/YM)1 °.' -z n3a et-(L-z)dol- NaoN 83—OHS woe nwOeN 00-eol-zxx\•wwsW.p\oro-nre--s\°• ^M-Y^nN�d-o-s\so0-�ae0�-oc�\oc.\d wu saowa buuaau!5u o uaw oda � o >` wWe M>Hr"aor +_, 0V9L-1'Ilsugo sndlo0 s 3 i N o l—Z /3b 8l— 9—Z Il w O 906 allnS"pnIS aupapyS'N 009 SVX31 d01 — S lVMH01H 0301h14 0 i 3 1 IIS18HO snciaoo to Ally m == NO S3bf1S0j0 3Nt11 — d01 Ln 1 ry tl aN.+w OII R,.e v ev, d1MSNO W02JJ S3NI12J31VM „VS/„8b—N0Ii03dSNI O g ^",;,a„o;'� Qa„ Yllllbllpllya`pDDAII*10'� u, ONV SdWd32J NOU33iOdd OIOOHIVO AINO M3IA3TJ"M831NI NOI1dItlJ530 =:F=iON No5V3tl NOHd11— M 3LW 'ON N-1— gg M31,>,3tl HO n5 N01530 Y iZ/9Z/9 0 M13N 62 CD 'aa_ e::��� W r � 10-5 S BB o a_3«;ggfig° $`off--- p. xbn� go`gQx' xE. ONoo Ns€ - o : ®4j] „;11oaaa.o o 6ExE1 . ho� €r. — — cai Z us,o J ° m v „gym o000 _ «@ �-� okkt€Bfiu'xhfi E' 3' Li a 5 z� — N cr g5g5 8 %t5 S-ggg'gj E CL cr w < — a Ir o Ir z; 40 0 .Dos W a N W 04 Z wl us a W cr Ln — — � a a a s W a o ldr nS- O H W - a •oxldv airy u!ry•005 nr, a_ 5 N+oN a , -. irool , ,E/I I~-, ry o[ ld apt°Dus r .. :Q ® ■ n a ui <23 ui -- a uap IDWS - J O W X= Fg z xR W X. so eao =gc° s; "'i •xo V3 'u!.,DOS .0 a5 Muo 0 3 l f/I .D001 .0091 .009Z J u z u Q a <3 a o ,aalDor,� - .apl�o�,s sa°amp °ul :311.i as>autt+a Ri!b!ciiwasa�ou soon a ioD�l� sootou.tasoa�iaira"ottloaxi Ra a�ooM s�HODiN 131vU [uo♦o RNuou,oa°H -i♦ o��xud Ouuaaush3 so al.N>R9 pauuano0 sl plotwo>t a141 I °ttl3"IriJS IO Pa�+of'v>altl%19 Wd ZY4 LZOZI9ZIh D%IOW fiap'8t—L/aM B{—(9—Z)dOl— SRVMHOIH 030W0 NO munS 3NV1—d —%%%\aWNS\OMJ\MO—MM—t—f\duM —unn-n d—O—a\9 —LM3 —Oft\Oft\�:M. pgg(sal'ilsyOsndopsooin,aS 5uuaa6u3 jo �uawpodaa In 0 SNIH130 ObVaNV1S NOI1N3n3bd Ln aI.nS 5 z _ O o a 1 lislaHO sndN0i Jo Alto NOI mind ?J31VM mjois w We of� w a " .er. '011�`WWUMW�1�,4 d1MSNO W0213 S3NI1631VM „bS/„SV-N01103dSNl rc 51 V BNWAPUbr'ppp"Po"i u� ONV SaIVd3a N0110310?3d 0100H1V0 ��", AINO M31A38 NIN31N1 NOI16-- AB 31tl0 'ON NOISI/37 NOUdIN0530 AB —0 ON NOI—M LL/9L/4 J LL °�ww s UA LLa W tpm �° V �Q �a pp�= Z l sw:o - LU o Q aQ J og O <y� zW so o0 O - J Z 3 o FOom S¢ u oFo g F p o ado m000a z fop a z C aGa W z ° 6, w y 7 W W N LL _ eg,� �p J _ o5G - O - w o - =po oWo 98 �d WIz ,g�wN z' ° � wo Z o _ LU ao Gm _ W G Im O _ O A:Z W F -- e m � W F I- o U. LLI sio-�a3 C~ O= o g3_ m 9 =��oo F ow 000°h \ 6LU FZ LL 5 N ° rrvaoN - J S�F °Qo J <m�� �� o� R m OoQ- = m � spa Z ° ° '< C �oo3m°= YE H. w sp 3 Za�oa�o O F N mpNaw°�� a YJ ova w _n ° Ow Mgowpgaw Apo Qua o �. . 4 XIL .ti p w m. ogoW mwo 000 po.° LLI r.e n 2 E LU ak iOo �G oa � C� `aa =o h!! api F - w33 ="LL�5d GoG H- F Ca_ = -WNW=�€ a6-Jg¢ J o�=pogo N�o Z paN Qua� � LM pauop•P+an!y.Aa Wd Z9 ZZOZ/9Z/>:P-;I-ld 6nP5-IW13a atlraNrlS NOUN3A3tld NOI—Od 113lrM Wt101S-X%%\%i»45\I!k0\atl0-W19-1-1\84PNOM-Po!�Pnpad-0-f\900-1880 1-Ofl\OCl\�d��l�! APPENDIX C Previous IDIQ Package Example Drawings rlsz,Q�iNssma poa o= a1�=�m 00 ' d saowaS buuaauibu3 jo luawpodadco _ alinS'PAJO ' opl 906 f ,; ; IISRHO snddoo !o .UI3 ,llINIDIA 133HS b3AOO 9 + Jg oI SulI3... oul` IR (OIOI) £ J3 W31SJ.S Iu o N010310bd OIOOHIVO 3N-1_ SAMUPUV OD"'p° o Q 831VM 3ZIS-3C*J 1 30IM,l1IO � NO183SM AB 31V0 'ON NOISV3tl NOI1tl01- AB aw 'ON NOIS 018 wi mmlI Z/10/Z 0 A3tl O p¢O i o 0 0 0 0 0 0 0 0 o a o o w�+ $ N _a n v u n m rn < "' o o$ N ?x _ w f ry o z o 0 0 m a U' u F F ...N.N N N h�w a � f ti d o z Z Z t I. �5ary �N< ri ri ri yN ¢ Z o p 3 �J J 3 m 3 a rc N w o N j j o a N a 3v moo aaaaaaaaa a 33 O z Q rn� al -ry o00 0 00000 0z p J a a z LL _ z z a r N 5 F 0 o o z a s _'a I� z N 5I-i ri ri L� iJ U A E U F cFi F F F F cFi cFi uo F U 0 0 I 1 1 Q w a o a wLLJ z z a o 0 0 0 0 0 0 0 o a a a W ¢ ¢ w F N z a o o D w a a a a a a a a a z z - (n J N _ u u u u u u a Q 3 u�i N a >x a x x (n z o 0 0 0 0 0 o 0 0 z z o is z z F o > a>— >_ z z z — �� w.�w c�c�c�c�c�c�c�S�zz_i= �, a Marc _ 33 00 u_F E w� _ 44¢ wN z 0 0 0 0 0 0 0 0 0 0 0 0 0 o D o Z WO 0_U N U_ D O O ry I=— U p W zM NN ��� v♦ LL OJ/ W O i O N acu a' z LLj �- } �E< �� a- o W o Q o._ U U U elf L z i N U ® W IL < O O W b o 0 L Q � a u U �♦ T f U O � U a° z � gg gg 2 J ZYpW Oaf J OZ 00 Na D,s V)MF af e�mva pp6 u�evoNw urn ru J=QpX®LJI�mow H) r 0a U�O UT Z4 NX OZC Q NmW qH = LU QW Q 1 z p zOp(1 LLJ NC) WZV UOZZXH4 S. zFOILZ 0OofZ- Z a�tr WOD N��m00 WUaO �wE y ~ 00 I 0Oz /W/�//�� F OF U�t1 Q HJUJ Er W O ZN U 1+l lr V)3 Z a U w 0= o �SJ,o� J 3 Zoo z zO�Ua00 J pa Q 0 walo� 0 = VWI!0'wno0:F9 Nd BI:I fZOZ/SZ/l�p%Wd 6wptlyyl NOLLY:IOI A,WNION'133N5 tl3A00 100\l0+J\MJ-Nla-4-�\6upyoM-uwlanpa�d-0-/\L00-1a601-OCl\Of l\�d:%L1 e = ..w NwNB .dX saowaS buuaa_ui6 u_3 o uawpodaa L 1'nsPyo sndlop o SO608M SVX31 SNOIIVIA3a88V 0)i o3 00 _ 0'I"' 00S lRl ' o (01(11) 2z)j 31Sl.S N oulhMu —PuvVoomwcn N010310bd 3IOOHIV3 3N1� EziLzi u, r b31VM 3ZIS-302itf1 301M).113 NOI1dI D— FH — ON No. NOndINo90 FH — 'oN NoSVaN 0l9 NOJ OI fz/Lo/z I0 A3N z O ry W U o ft J w z � CJ/ a � 1 w O� wo Z W U r N N W O N J � Om m ~n 33 LU Lu O U UWy W. N J wor,w n U 3N 0] w oy Fw -m Z w U O > ¢; z o N¢ N U w w Ux U S a w z-0 p w w 30 N ~ OSz U ut ¢, 31=n J U Q o ¢ w " Zm W cl o v < o � N Z O p U N U Q O ¢ 3 z o N a r N w rc o z Oz n ~ Yj dI df w dl ,y N J o F m I 3 w a m m o w ¢ o - y ¢N o o 3 3 - 0 3 3 a r�r 33I U N w J J 2 K ¢ K N N N N 7 5 3 N O O O O U ~ O z O � vI Z z z w O F WN N N F y .� w N 8 Z > Ld ¢ N z W > U ¢ ¢ vai N uai vi 3 3 O w F 0 a J w x z w o a < a W Z w J a Z a c}i a w Q ® � 0o z LLJN \ \ \ 1 l 1 o � m � o SwU � xw � a W W Q ¢ U 3 ¢ N O d o p o o0 C� x o = - u ¢ o �- p Z W o "' m o m x c> w a ¢¢ a s a z W Q a �i o w w ow x x °� s z a a a a Nomn'o�n J:la ne —Z/sz/—.s•vsNouwaaeai sae�vs'aN3an-coy-nV^+ \ow-nre--s\^ ^M-^n>"vdd-a-s\too-�eao�-oc�\nsi\d�wu saowaS buuaau!5u3;o ;uawpodaa 0) ��I'we�mary a o, L048L s 1'nsuyo sndlop N o w 0 906 Ze"PMgaugaoyS'N009 SVX31 Z d0 L 133HS S31ON �VLJIN30 o a 0000 a IISRIH3 Snd2103 10 A113 _ -t (01(11) 2z).3 W31Sl.S o ' t se P ylI u, N0110310bd 3IOOHIV3 3N1� O b31VM 3ZIS-302itf1 301M).113 NOI1dI D— FH 3lM 'ON NOMMH IFH 3LW 'ON N-1— Ola NOJ 0 fZ/l0/Z 0 A3N S. O 3 U w O O G } o O ZO O D F O o tpp O LL F Z z of Y J, W 3 p p W p as 3 a m w w U z w O w i o w w W Q J Z z O p N o 'o w z z o o m z a ogym, a z ¢ m 3 i i a o N coi Q F o a _ ❑ c� o w I o ❑ i o o Q m a o } Q F < - a 0 3 w a a - a < x �-- ¢ a o w Q o x o z z ¢ z ~ z a c O p ¢ w ; Or ❑ F m o K 3 O w m i m ¢p ¢ 3 3 ❑ w O O z Q O m ¢ W z O Z O O 2 K Q m p m W d O U ¢ a U F N Z Ow j O O O o N o 3 F j oo w w o i p " - z N z o z z '^ m a o w w o J x o a '^ pz o m x ox' p o z z o m o r' o z E m N a F p o zd x m N o W J K ¢ O w w o w O r ¢ 3 z a a > m E0. ¢ 4 w o o Q a a 3 . o o Q F _ o c¢i N 3 ? o o z a - w o y J '�^ i w - a z p o Q o < w a lz o ❑ o m _ p T ¢ o z x o o x > o < u p o a w '�' o m Q om Y i s a - m E `�' o a a a Y U a z3 o � pw oo mom i� a 0 v�i < 3 o mF V Z. z a m z o p ¢ w o '^ - w of x o m w z s ¢ F I F O a w w 3 o r w F z p Q o o Q r O. m a O > ¢ D_ U O: p 0_ Z m F m w¢ ¢ J w w z x �- 3 0 - ¢ ❑ w J 3 z 3 F K o Z m m a w x o z oo x o = o ^ s o: a p j o m o o w m m w z � i � � _ J ma o y - cri J ¢ to m F 3 o O x w Q ¢ U 3 m o a o J O F > o m m 0 - o w N o z N po z o umi i z p } N m w r - a "gJ w N w p a g a z o a in a J v q-� _ o U y a O ¢ p U w o tJi� v J ~ a > ~ Q m o z ¢ 3 cw., F vi w O `� x N pw z N a ❑ of m w w ¢ Q n ¢ N U OF z w = w < ¢ ¢ Z [.� x U K F ❑ tt 2 p m ¢ N p O zO p Z Y F Z eFF-' O Z O O m � F W ~ N Y Z ❑ a x Q ¢ Z z Z O O Q W O U OU F o 3 OU ¢ w 3 w ¢ `° Z O ¢ 3 W w = Q ¢ V o Y 3 o Q Q Z g z o va i ¢ w o p J x J w ¢ J o F a o F O U ? F N w 3 ry m a N m p N �1 a n a a 3 M w OU a a _ w ? Z a r OU a v� oU N /\vN�� n n a aw F w o } ¢ r p ❑ cZi I W m `~ of o_ uaxi W J LL ����// o cj 3 a �_ 3 m w w z Y p a N ¢ p Y m o w ¢ ,,//�� F ¢0 3 w p o a Q ~ m N 0 3 Y N F N o N z w m x Q `+ W p z p Q O> O w m OU a fp 3 ❑ Q N Q O Q J Q - Q o Z m - Y m O Q J vi nw F U 3 T m u o O Q p Qa w 3 p j Q p v N Y o_ O Q Fina 3 y Q w Q w J Q O K w w 0 O U m i., > m O g w w m p ¢ d O J U Z W Q m O d 3 z¢ zo Q p F0 p F N Y J w a o v z Q o m o J p 2 0' a 3 Q in m a F w Z p - y tt m T m 4 Z O m o ❑ o < w a '� m o U ❑ 3 0 m a o p W Z 3 m O d Q ¢ F � vi SS U Q O w Z a w _ a w ¢ < o F O Z m Q w > J K x W p F m z d U m ¢ m U o w p a ¢ o p a a o g ¢ z 9 z a 3 o w z w x - Fp z li o p p w w , J m o o w _ v z d w 3 Y o Z m w w E o W o m o o 3 - m O w a a s Nti a o pF W 3 m = 3 w w m m '� z = U O m 0 I- U Z U a 0 (- p¢ w w w b a O: a W o a o 3 p o 0 Z 6 z Q U O m K �_ m U w W W O > ¢ N z Q vi O O vwpf �_ ❑ N } U z Qp N Z N ~ VI Z z 3 Q m w O m 2 Q O N d d x 6 0 N w u U 0: 3 p ❑ O m F o H a VI ? p 0 Q < m O O F w 0 u O d p o ❑ Q O 0 0: w O F as T Z ¢ O W m Q p K w ❑ K x O Q U w 3 2 } 3 o x Q 10 r Q U w ic F W J > j w w oQ oY � > � wp i - `�n ro (n 8F " z o a z z � w W w � o0o ppQON `� oa z ❑ 2F 'm a x 3lz F a K ' 2 - O W -o--z N w w O W Z F O < w O Q p a O p m I U F > w 0 O m w m F < w p ] ymj m o t 3 > °- p ¢ > w w - o = d o r w o 0 0 `¢a" vi o o m a s zo 6i J 3 m o o o N 3 w o o a w F w - x o F a s 3 oO z m 5w p o w W. W z m o a w o o o w o F ? o 0 o J m z z 3 m i N 3 J_ w - U w 0 N N j p N N map om3 u � a ozI oW Npi Fzr r= a �' z w uFi > r_ o ❑ Q a - w m a uFi w Q a o o w '' a z o a z a - o o j W J z N z o 0 o a s F o N o o< m N o w } 3 j p i ¢ o o J a o o 0 0 p ¢ a a p a F p J a ¢ tt = w p m m Q O Q U - j ¢ - F K w W w m 'o o 0 i „' w i w o f a 5 is m o o o Q o z o a Q " a g a a ~ a m d ¢ U E E- o U 3 m O ¢ 3 3 �' f > 3 - 4 U f o m U w a a u h m N a vwi OU ¢ N o m N F o z 3 H m > - m tt N z 0 (= C o 2 w a w m j p N U p Q ^ FO G o G a F 0 0 O w w F m O 7 W 2 T = Y W E O ❑ O O o U o 2S J J Q F - z > K U I ¢ O m ¢ a 3 m F Q o ¢ F = Q m 3 w o upi z Q m 3 J o ¢ > o o (= o o J z J o w p m m ¢ w o Q - w o a u o m W w o a a U K wm a U U z J W J z K U I ❑ - a x F m } 3 a a ¢ ? p o c o o 3 o a o i o = m Z ? o o F o m 9 0 0 0 o F i ? o 0 o w i p "� w w n: o p g > o o ¢ - F s F z o o i= a z m a N _ m o U z w o a w ? a a o i m pw ❑ p o c� z z o o w ci z w W m x W <' w o = o g o F o a m Y ? a - o mo F o z _ a x F 2 0 ¢ p O G O Z_ Y n: N K Q Y O F m z o w o w °. w F �- - Fo % 3 w 'a > a Q W > a a 4 w o i s W o a o I O J w m u ¢ o a uFi m w p w z 3 ¢ w z ? o p O U m O m w c� .. - V > z _ ri O QJ r a d F o o w ¢ o m Z E y m m p0 O a .. o 0 o i o 3 z F j w ¢ 3 m O Q Q Q w O p ¢ 3 ¢ ❑ Wm ¢ w p p z uwi z o w ¢ F rr z w w m w vi of O J < i w J w w T U F - - w zw vxmi a m o F o m p x '" z i z z °- a w o i 3 - a ¢ a z z i tt g w w o = �" z m o ¢ o > o F F z zo o w - m a a w w a o p ❑ o m o z o o i� i a o o E vai z x cQ.� uC"i o vi o >O x o a a z z " "o' p w E 4 a o cFi o m o x m Gi r ¢ o J Q F w w m w a Q 3 a a f= F o �i o - m o i� a �' w o i ¢ m o - m o o -� a W o 0 i Z 3 i m p5 0 ¢ Z w o p m - r U o ❑ z ¢ ¢ p ¢ 2 U a F 3 a z_ a Z ¢ > z U o z w o - n = m oU z w J i m z x w j Q o Q a w m o: F W F w (n O K N z 6 m ¢ Z z K = W Q ❑j o U F - ¢ N O U F p U U OU w w O I w U - _ m o p m H S O cO O a w ¢ w OU F m O z N p \ w 3 J Q J o J U U m 3 m Z J a ¢ c o m O N vi O ()N Z Qp N y N ? m0 N W O w m V U O w a p Z p w m N h o w N mo w _ O p O a 0 3 ¢ w 0 3 F Nffi Ja m F o o a a a 3 i5 F o U o a pip o a o g omo S F o w cl o m '" o s ❑ z I I i= o w z m �a s oU z a o 0 o a z o z a o a vi o K z o o w j a U o �n - wo 0 0 o w m o w w J a F F F p a m a ,.a o t- w o F o F F F o a m o ur w z i a p w Z- ¢ i o 0 o f o o 'o - ri o z w z m 'z N' o f o 0 o m N _ ❑ (yJ 7 0 U 3 ¢ ¢ w m o m w o m _ U —lD'--R-5 Q 11d N:L CZOZ/SZ/—R-ld 6ny'(Z J l mm)91WN,'n0 03LOY11L53 8 53LON Ml D-f0IX\Im�wO\OWJ-NI9-l-f\dufMOM-�nNVmd-O-f\L00-48801-OC4\OSL\�d�MLi o BuS'��i k"s•°•'.s.••q�i`sre .. almS'PMgaug .d3 tl a saowaS buuaau�!5�u�3;o yuawpodaa suyosndloo 3n(13HOS MUSH 90608Lel'n SVX31 � N 00 3 0r — IlSRHO Snd210O 10 A11O V Z 30 Z 133HS S310N �WJ3N30 .I6 o (01(11) 2Z)d W3Sl.S 1 'OUI`W N013310bd O OOHIVO 3N —PuvV-mwol€ ula H31VM 3ZIS—lsdv1 30 mkilO NOI1dI D— FH — ON No.V3tl NOndINOSlo FH — 'ON NoSVaN 0l9 NOJ O fZ/lo/Z 0 A3N O_ p� O _ h QU wo w c H _ - t; O o H LL ; u u r N - a O W ,a LL LL LL r w 1 u LL u- LL LL g = 0WS "r` S E L L u = _ =r _ z z 3 F a '3 - F - a = « - - _ E 3 V a 3 _ - _ 5 It - e a` _ — - o = p z o o `w ` E �' o a - o 6 - p « � ma � _ � x _ � � av � Y > tE Nya = xa � a 'a � vex «� E m p ._ a z 'e ._ c _ v 10 z ¢ a a o p o 3 z- w m W a Wo p � W o� z m m F pW a¢ ~w O W ? 3 a o 3 a o -z p O o a �xWw N m o o vi o z o m m P N o N o o1 ao �a - oI - U E z p - -zi _ _ W 1 z z ? o I o z o o F m w o w - x W cwi > o ry a cai gwo a a w o 0 3 R o � 3 �n U tt ¢ U _ � a x w o z x y O w F O o ~ Z p O W O mao z z W p O x 0 O ¢ O F U vi 3 E F a U 0 3 a o= �a o o m o � a "oa - pmm �¢a=�� oza � � � � a 9 F z oow ooz - o f p o ppU zp� w o - , 0 3 w o O O p OOO pdd W a U 9U Q -z -z N 3o N O a v ¢ Z o o vWi o W J - r Is wo O z N U -z w w ~ a o F W K m Q u m O W ~ z o h N J x ~ a < p a z w - Z rii z LL I z m oz N r i o o W o Q y" z w o o o o N Q N U N a p o z < ; Q o J o i - j ; i w o 0 o y J Q as o z w 3 p N N r w oo ¢ z 'o zw o o w a 'oWm o u z o p coi chi o r" o o ��-n a coi 'w" uxi o m a u' o' voi r a s a a o umi 3Tm' N o m m o o w o p o F U x o > a s a s z F W w o a o vi o w ¢ �n vai rr o - v; z o a N m o o _ N ¢ om o w N z -z (r m r a r' i O o _ - tt > r, O w ¢ w a x O p _ W F cmi Z F O x Q F N Z E O U < d Z p N H w U V zo Q O W = A Q p y n w I O O < z F w U O U ~ A m a z p O p 2 z m W p N O p O Q O U d OU N O 7 D N w N NX ; o � moz �' w J o_ � a o w ain oo F � 1oOo z m p � a3 a z � � a u �" z r - 1, N o - ? a F- ra zd o o �n o m N k' "' F a r o z o F o o U o o - z z p a z x x o w o w w o o a o ¢ z a R" vxi W p - _ a o w i i F z m v� a w o r o i F N o o o z o 0 o J a z j N s rn rc m i5 0 ' r= 5 N `� c� N Y W w p i a 4 a x o z N - a a W a N W F m o 3 m N z m z a l,i F p o cl 3 p 3 a Q ` z a o f o N o p z o N o Q w z o r= s o 'gJ m ow j o z c� 3 `~ z o z ¢ '� o O J a vwi N p U a oU o y voi U �- - y o m ox O 1 z r Z a 3 J a F w o p a F o X ..Q Z N K d N Z < O ? ; d, p K U 4 3 QQ > a o N0 f- N H O N r ~ O F O o U 0 W w O 2 0 y W x _ to a r U ¢ O ra W Q 0 Q m F r S 3 r 2 N a p 6a d a Q p pw O O O y p Z p C 4 U Z Q d K C� N v N p d H ¢ o p m a a o o g o Q o o r - m < i mmo ¢ z ,F U om 'z W oo p w cmi z a m a a r z w y X W z o a o o ao N o w z ¢ R oo p ¢ a z o z z o w pw o oa J o n. w z o f �' o fr a o x - r= ¢ m o o o a a a o a .. i z p f- a f z ao i W z a z I o - N r o 0 0 0 � w z � "' ow J p x z i � a o a x o o a o a � o o z o i p a in a a W ? w a z a o W a as o a > w �n a a o s a In m ¢ N a UN n a 6 e n VOVIIO'oal>oo:Ra 11d pC:l—/SZ/I: -d 6np(Z JO l 133N5)9WINVf10 o3L0Y11L53 8 53LON—0.-foIX\IdoueO\oyJ-NI9-l-f\�INOM-woflNVdd-o-f\Lo0-lBW l-oCl\Of l\d:MLi i nx-i jewNNa,s waPPeaa+.�ai saowaS 5u!,—!5u3}o auawpodap CD o 'w'w. n 'roawal L04BLsexal'gsuyosndioo NI 00 sVX31 SO6 alms"PMg aupWoyS'N OOS S311NVf1O 031VW1S3 0 00 IISI&HO snddoo 10 uio o g }� r I I `:� T ANwsm A+ys y eal xirvve�ree (010 ZZN W31SJS O u o ''• +^ '� NOU3310bd OIOOHIVO 3N1� of o M sziLzi s"R°�'dv°OA"*°Oi �� a31VM 3ZIS-3ObFf1 3OIM1110 Na!diaosla As �w ory aasvaa Noudwssla fe ova .�ryasvaa aie aoe o3nss ea W! o iaa Z O U D rC ® to Z Lu O U ry ddddd- - - - - Z na66a69 F z t = Z. 3 Iz o o - Q z 3 o s O zZ. V Za- - g i - - w G w 3 vl a f �' - i z z'o p g a a Q a a 3 3 ° z L d € G W f € m .pi a d a z z Y o o p z p z i z z o z a a ° o ° z i i a x x w 3 z -Z o i G E z a o 3 i a E o E LL o g a a 1 'a c w p o g z z x a f f _ 3 a a s a a - - '3^ z w z o i p o p 3 z p •W d Q i x m °g z z d a w z x w G z _ > > 0 0 0 0 W a a w W o o d < E s f V p < a o o I m S S m - e 0 8 LL t o G 2 3 S g o f ' o C W E E o G G 5 Y a V a a a a p o Q m o 0 o a w F f E E o 0 0 o z za z¢ w s E E 5 XSz - Wo 2 2 d S I 7 C 5 J 0 8 E E wars•�!!aaAe ryd laZ CZOZISZI I�MUoId 4wP'l1J-3MV1 AWM'n0-%%IfVoiauap\Qy�-ryla-l-+\daNOM-uo!�anpo�d-0-+\L00-lBW!-a'4\OC l\�d�NLi = ..w llnSNwNB .dX saowaS buuaa_ui6 u_3;o yuawpodaa 0i) L el'nsP4D sndlop 6 d0 L 133HS C40 3 00 906 08 a SVX31 SIVl4 N0110310d OIOO a00 IlSRHO SndalOO 10 AIIO o (0141) 2z)j 31Sl.S R oulhMu aPuvVoomwcn N010310bd 0100H1V0 3N1� EziLzi u, b31VM 3ZIS-302itf1 301M).110 NOI1dI D— FH 3lM 'ON No.V3tl NOndINo9a FH 3LW 'oN Nore1/atl ola NOJ a fZ/l0/Z 0 A3N Z 0 Q N zkm � �„ s=o C¢C,, fro day = J yw a Y �€ gig g"s Z F 3si a o�h E� $ E� 65 Ooz`a= W:€� o O w IJ �ii ape l € Out gs za " v� oa a m - ------------ ww M O O U � o � \N N 3ry o oJ >�OOx O Z z w Z w�w� �/ , `>o o> v, 0 a�ooa 7 0 0 L ILL] Z,I Z Z-o M- 0 a zk� H owzw�o ro= U o 3a p Z W, El- W - ;,� w o��w a �N Ow� 0 \ � o �= Z IR U1 Ei 7 N y m ` O ]n 7 Z 0 €; F- _ � oa I W sigh, 1 Z �� z .� SIIH 0 EF i g T � g r Ywlla'o�!ioa:xa Wd Of:l—/9Z/l:Wllgd xM'S Jo C 133Ns-S11V13a NOLLo3 d olaOHIYJ-%X%\°WS\IIMO\Mo-Nre-l-f\�aM°M-�°aNVdd-O-f\L0o-4BW l-Q4\aCl\d:MLi neZ-3��3 N.�a��w3o saotn aS buu9au!bu3 jo �uawpodad rn �wwe�MaNs �wv�poo.,oi ai 1GV8L sexel'psuy�sndioo 00 o SVX31 6 30 Z 133HS N .p 9WahnS"PMgauia3o�y 'rypp9 uswHO sncidoO to Am S�IV130 NOL331Obd O10OH1V0 ,5 0 :b�e.ssz�%�;c 0 4:; "Irn? µ, (0101) 2Z� W31SAS o G n �+s, +� WANPUd VNu, NO11031Obd 010OH1V0 3NIl � g sziLzn N31VM 3ZIS-30bV� 301m,)d10 - NOOdItl0530 A8 31Y0 'ON Nolsln3a NOildltlJ530 Ae MW I ON WISM8 OIB NO3 03n551 fZ/l0/Z 0 A3N -U o z y y3 k000 [i p�p1'� N r a3�o zz - i e � d J zzww j �WDw ----- oz� -------'-t a z � 3 8 --- W WO O ao y 1 U Q 3 �aaa T a � j33 9A ' gg e � � � 3 m z Z Z O N z p w� < LU Z� op H gp � ww a o Y U wo o a o0 Y Jz.a a-0 e� ao O o am z� w t Z Iwo z r� y 1X IVx �z lie o z o F lei 12 = Z F O3 F o « c N y --____ --- � � VMIp'oono0:%e Nd O[l—/SZ/l: -ld 6np'9 d0 9.3H5—MI—U NOn0 Nd 0WI——%%%%�aloo45�IHlJ�PIJ—I119-4—h�6u�yoM—uolNnpo�d—O—h�L00-18901-0[l�Of l�:d:oltl e!- = ..w NwNB .dX saowaS buuaa_ui6 u_3;o yuawpodaa Ooi) Lel'OsPyosndloo 6 d0 33HS C4 906 08 a SVX31 l g3 00ainS � I.LSRHO Snd210O 10 AIIO S�IVI4 NOIIO310Nd OIOOHIVO o (014I) 2z)d 31Sl.S 1 oulhMu —PuvVoomwcn N010310bd OIOOHIVO 3N1� EziLzi u, b31VM 3ZIS-302itf1 301M).110 NOI1dI D— FH 3lM 'ON No.V3tl NOndINOSlo FH — 'ON NoSVaN ola NOJ O fz/Lo/z 0 A3N V� a Z J a> t O Nj i �ti �Wy Nd. .X zz 72 N SE 72 Q j 0 < W Z 1-m 1 � $ IM G < .G QLL Z>Z W 3_ JOoJ WIMP's /�WQ�=jpp ���� ✓�^�W< Z g�WOW� - W� IVW H Ja'r'r , ; ; a-rcr' Ua _ w LUa W � • z �w N ry i� -- U xg =a O t 13 H o Vi n N J IZ I �rcm d=o ' C�>X> TWi a J ox WM>u9? J4y N a o zl- �a rc -uw H ud�b ij 0 ag ~ K a NuX orv� ay U sp wW Iz UT_ U »a o: W A W„ DIN 15 °ma's o WW0 WJ� a �sssr� s = >..... 1 �a (_ x�! Na Hx57� n c Va D Nd OC I—/Sz/l:M—B-9 AO 9 A NS-S1fILi0 Wa icic Atl3LL�H A l3NVd NVI05-%%%\aVWS\INp\oWJ-NI9-l-f\WfMOM-�f1NVWd-O-f\L0o-468O1-OC4\Of l\:d MLi .,.alinSw, dX saowaS buuaa_ui6 u_3;o yuawpodaa 03 L 1'OsPyosndloo 6 d0 b 133HS N o'00 906 08M SVX31 SIVl4 N0110310d OIOO a00S IlSRHO SndalOO 10 AIIO (0141) 2z).d 31Sl.S o I N0 O=Jd OIOOHIVO 3N1� EziLzi —Puv, cnu, t H31VM 3ZIS-lsdv1 30 mkil0 NOI1dI D— I ION NOISIA3L NONdINO9O FH 3LW 'ON N051/atl 019 NOJ 0 fZ/l0/Z 0 A3N Ld w z Z G zF w Z SN $oz �^ z$3 Ji � pa FoFz z z UU3 Ba:U � w U _ wU T NV1p�i Ow m o O�= U a p po qo ow Z , a1i > LLI _ F— < tj (.73H w ac4 a='a rcm m Z F 3tin rci ttVV�� p_p O a U)7 Z zo Z FF< 0 m € O W 3 � LLJ > m3 LU o Z O z z > pa O Yo w u,Eo Z Z 0 O w N LLLJ m p, ao F wa ` �;w v � w 1 z - w ] = UNI a03 9d oU N ~ am o F €a J i = 5 o z� *W4 € �Z i 0Np0 m < F Eo jmm oOm `ac< < <Z zo+ I o � om om oc I U 9r I U m L� UZ UZ UZ 3 >nn A w§ �� I w U I J O op op I i w = w �W z 3z a= az i wens'oonoo:.ra lre a:l a Z/sZ/l:wllmd B—do t 133N5-S11V130 NOLLO3LONd OHIONIYJ-%X%\BYWS\IIMJ\OWJ-NI9-t-f\�fMOM-�f1NVdd-O-f\L00-468O1-OC4\Of l\d:MLi = w .dX saowaS buuaa_ui6 u_3;o yuawpodaa 0i) L 1'OsPyo sndloo 6 d0 S 33HS C4 906 08 a SVX31 l g 00ainS I.LSRHO SndalOO 10 ADD S�IVI4 NOII0310Nd 0100HIVO o (0141) 2z)d W3Sl.SoulhMu o —PuvV-mwwi N010310bd 0100H1V0 3N1� EziLzi u, b31VM 3ZIS-302itf1 301M).110 N0I1dI—a FH 3lM 'ON N05V3tl NOndINO9O FH 3LW 'ON N-1— Ola NOJ O fZ/l0/Z 0 A3N LJ a a 5 L c Li Q o U� W ZLLd a Q LJ Q Z U 8u O O< gg Z, w gµga� w �` <.. Q a N WF NE m o z e � ' _ z o0 = w X m _ O r.mo 29 -w z e o m�m� a g � EL 4 o Z J U o 2 o J�J a ?� �o Z.. 6 O s w a � g � S.n w w2.' w z O J � a u pppp Z ••• n CJ O Q Cj �i iz Z w W 6 o W Z F N z — O Z — U a J t g F 6) sRE E 181. 5� Z vi �� �5 w �8 �z i! U 4$ :&- w a 9 65 O a o 9 � o �& 9 « o � � N o A a a c � x CoC W 11 1 m 6� K J 'IQ wsa 01. F- J_ O O1�G11 < O S. Q O ry p Q ZZZW i �V �� OOJ O ri 0F0 OL"U 9 O g$�• i.. p5 C) pN Ip i<S 0€2 O �ySa 3 a' o gym{ !; €a �� s a o log a g i.i. o00 'o W 8 0 5 5o r` w m z $ m o S8 v~ioa :w wm �z F W O� _= Z N�o-d O 0 F ?F ui F ^� ui FYi � �� Z o 0 g a S wcils'oonoo:.�a rve 4f:1 CZOZISZII:WIIgd 6xp'L JO f 133N5-S11V130 NOLLO3LOtld OHIONIYJ-%X%\BYWS\IIMJ\OWJ-NI9-l-f\dufMOM-.�f1NVmd-O-f\L00-468O1-OC4\Of l\�d:MLi .,.almsw, N saowaS buuaa_ui6 u_3;o yuawpodaa 0w3 L 1'OsP4Osndlop 6 d0 9 133HS C4O f o o 00 906 048M SVX31 SIVl4 N0110310d OIOO 00S USRHO Snd210O 10 AIIO (0141) 2z)j W3Sl.S �I`WI og ° PD°" N010310bd 0100H1V0 3N1� CZiLZi ul w H31VM 37IS—ASHV� 301MK 10 NOI1dI D— FH — ON No.9T N N-1/atl OI9 NOJ O fZ/l0/Z 0 A3N �m �i O �r Q Z O Q O OZ m Z¢ W O J mpmr WW d z -_mow FVI w c � U ct n� } ��" =O u zam0 0� Z oho w o w c aomQ _� o a 1 z W c3 z . z� Of NZ3 O H O O c W Z Z / 0 U o o W= aa3eoNns D rn m z it rn w tt >wa m U 3 pr N VO ry O Np 1 _ O Z wa m �m 30 w O �0 4 zILZ- �wOW-EzNNLJL a aF� w ggwa W _ rn 30z a `o m�.o.._o_.. U Oo z p�Q fAm Iz O dOLLJ > < > O OL�1 o QoZ x ? 00 zi Q. m Z ZOU� �O Q U� < (' J J - W 1 W u!IIi —III O rn oz Ld w� �F 0o Z 310N wo 0 wa o w LU �Y0 (V Z 310N 0 Oz w3� �00 F�z zwm --o Z�ri —M'oa!-1.ryd I-—/SZ/—ld 6np'S 10 Z 133Ns-S11V130 NOLLO3108d OIOONIYJ-%%%\•VWS\I!HO\OtlO-NI9-l-h\B�ppoM-uollmtPo+d-O-f\LOO-l6Pol-O[4\Of L\�d�MLi el-wea = ..w .dX saowaS buuaa_ui6 u_3;o yuawpodaa 0Ni) L 1'OsP4Osndloo 6 d0 L 133HS C4O l 00 906 08 a SVX31 SIVl4 N0110310d OIOO 00 IlSRHO Snd210O 10 AIIO o (0141) 2z)j nasS,SoulhMu o —PuvVoomwcn N010310bd 0100H1V0 3N1� EziLzi u, b31VM 3ZIS-302itf1 301M).110 N0I1dI—a FH — ON No.9T N N-1/atl 0l9 NOJ O fZ/l0/Z 0 A3N 4 a� U Y V USI 1430 .ng!q -2?�4 z z Pa g �z Csk Ml I",pRP $ ffi. ;3Gu =e� na�a��oR all ay=dvn� o;� � 10 S �So8k � o$ - Oft Z m 1� m O fi U D ry s d a H 0 � UZ Qpq O A Q ZU ¢Z U q WH u P7 ZO �Ce o� L7 U O W C7 q0 Lu ry O= Za w�rLL ¢U N d� W� UW WW F7 J W N O U> >- v d� U W w Z HU o (U s N >1 Q ja w-I ZIW YWIIO'o�!ioo la Wd 4f 1 CZOZISZII WIIgd 6np'5 Jo Z 133N5-S11V130 NOLLo—d oH10NlYJ-%X%\BYWS\INp\oWJ-NI9-l-f\�fMOM-�flNpdd-O-f\L0o-468O1-OC4\Of l\d MLi ` e _mjowwpom^% e � BlueOHIVO \, ,\!2m �S1 i �loa+o2km Jo ( 0+ Ra maa '.� \ _ m�3gaamw37n e ` UI !®� anv: ¥ 93 eag ywu: �U \ Liu a/ \\ \\ \ / Li \ � / Iw IW � \ \ !i \ . \ � n Iw/ IW / ^ o ©� \ C) \Ell \ \ \ \\\ { § / ! \ vLJ ` � \ \ \ \ \ \ \ 14 LL } , e ` 0 0 e � T . ' \ \ ° }(z k§§ \\ \ \ \ P °o \\ \� \ zu., z. - __m.r_�z/___,_-_,_ el- saowaS buuaa_ui6 u_3 o uawpodaa L 1'OsuyOsndlop Ci4o 906 08M SVX31 6 d0 6 133HS 0) l o 00 ! SIV1O NOIIO310d 010OHIVO _ 00ainS lRl o (0101) 2z)j nasS,SoulhMu o —PuvVOOMW(n N010310bd 0100H1V0 3N1� EziLzi u, b31VM 3ZIS-302itf1 301M).110 NOI1dI D— FH — ON No. NOndINOSlo FH 3LW 'oN N-1/atl 0l9 NOJ O fZ/l0/Z 0 A3N r O K W O''QYQO QOKp2 �Z �KUp N �wOti>Q� J3 . -�SpwON IK2 N34a I p mgw�o dOpUp - �OZ wmOU��4 J�O mdm3<aN�o W ��w 3p�� H -_ tt0 0 Oa�LL Z m~U K O'p p OUaw m®�dVl O�¢NU W df¢ra g¢GKp 3i-OIS.alnx0? Y ONIIII 3AOBtl.H9 H1d30 ltlINf1B„Bl Q O J w U rC U) Z O CU ry O z m wo y J wt O i a �o�J� 0 tiWp� oryQ O g wo G.� o Z w o o w O - aWarw z�Jxwo' x aomow Z z I` g o �UQo� p a „ 1a Z Nw z � I w� m=� W o w� "pwo } q s ~ J J 4o C Q oaQ I� J p owpox 3w W �Z¢Up 0 N .. O_ po Oz 0 LJJ O F� Q Z WQm J¢ Q f- j� Z U - I-`UZW W I ZW w-o OZ wtt> �w N3U o w0 N w pr o G a u'z� �� rc v 1wdp0 KO w ` 20 < O ~' Ow3 Cj; 3z ter, wg� Ro,�j oo� F faw OQ Q�NNz ocoF - tlfllJfltll 3Nflldnills rc wo YaZ. �fc pU V7 30YId-NI-1SVD iSVO3Nd c.0 �? Wgma�F Z € �o 3 r wz �w a O W QWp? W¢ aln pogw pw _ o w3 vmlo¢px ¢¢ —oo. pU LFird YWIIO'o�!ioO�la Wd 4f�1 CZOZISZII�WIIgd 6xp'S Jo f 133N5-S1N130 NOLLo3Lotld oloOHlq-%X%\BYWS\INp\oWJ-NI9-l-f\�fMOM-�f1NVdd-O-f\L0o-468O1-OC4\Of l\�d�MLi = ..w .dX saowaS buuaau,i6.u._3..o uawpodaa 0io) L 1'OsP4Osndlop C4o 906 08M SVX31 Z d0 l 133HS O l o 00 00 1 ainS I.LSRHO Snd2100 10 A11O STV130 NOIlO3dSNI WN2A31N1 o (0101) 2ZAd AasS,SoulhMu o —PuvVoomwcn N010310bd 0100H1V0 3N1� EziLzi u, ,. b31VM 3ZIS-302itf1 301M).110 NOI1dI D— AB — ON No.V3tl NONdINOSlo AB 3LW 'ON N-1/atl 0l9 NOJ O fZ/l0/Z 0 A3N o J j Q H �y W Fa i W a> � _P — W W J 0 ZNED T = w J 6 CdAl)� Q o� Q J q Lia 5 a W a ti o� zz �3Q so Nx Q� WE �W LLJ U >s N>w ao3 O LLJ H O w> 030 > LU 0 LU a >J Q W W kx\I Z U Q3 � J aw W >u £ >¢ >r3J ni n a £ ma3R z Oj w3 3 � X I- 3 N�wa x �J 3 zo m�ZOWTU �5w 3x N e3~ w 3ilx w Z. >r >4 w 7Nt zQ J o H L.1 z Ce Q � Q a W U U i W .9 ¢ H Z. Z W a z w o a U J w U z U Q z J J EA zo> w z � ¢ Q W 3 U U o nww M Q oua ig £ wy 3a .ZL "Nlri' 3z 4 N a W wu z w w Z r z F�Q J d• Z, YYwwwWa J �WS w. zo >aa a3 wc�oaa j owN mx i r >�_ P'uzzw �� hw JA N�aN£�a z oz� OwN oz a4 z zzQ a3aw ao a N3�z<`naQ 3 4 a Z. air c ^ o N d 3m aF MWIp'wI1M�3B Nd lC�l fZOZ/SZ/L�L»uold�P'S1N130 NOLLo3d5Nl 1vHtl3U11-%%%\BWWS\IIMJ\oWJ-NI9-L-f\�fMOM-�f1NVdd-O-f\L0o-499OL-OCL\Of l\�d�MLi e aw���s�pw�, a+tea. saowaS buuaaui6u3;o ;uawpodaa 03 o lwe.aH _ 048Lse%al'nsP4Osndlop SVX31 Z d0 Z 133HS C4 00 906 alinS"PMg auga3oyS N OOS O oa 00 a 1 I.LSRIHO Snd2100 10 A11O STV130 NOIlO3dSNI WN2A31N1 m + e i.. �,.... o ,. o S" w = ..woulhu�uNwNB .dX (0101) 2Z).d AasS,S o L �+ —PuvV-mwwi u, N0110310bd 0100H1V0 3N1� oil ....-' Ezi zi b31VM 3ZIS-302itf1 301M).110 NOI1dI D— FH — ON No.9T N N-1/atl 019 NOJ 0 fZ/l0/Z 0 A3N OO g �K O Z UX DV Z e0000 Q J W J W > I N p _ Z a � U7 z X W Q — F N Q F C)Z aU m Z O Y O Z 3 0 oao�p " m O o W-NwN 3= zwozQI Zi w4Foo 03 oq 0 N 5 ��vp—i—i as E"j, �o p o z Z, a g a N�mQ i> U p z�z C7 V) U N —— m< Q O W U O N W m 0 w o >a mod ri U o—OO�m O — U O w UT ZQ Z' Om LU OF zp 3 d GZ Q <�pUOZ z 3Y Zp O NO lg�w�a Wr YU_ moZ zV) ^pwa 0 0OYW O�NZ_�O UOQE K> p ~N 23 O 2U=2 W91!O'oailoO:Ra Nd ZVI—/SZ/I:—d 4MV'f AO Z 133H5 S1N130 NOLL03d5N1 TMd31Nl-%%%\BWWS\INp\OWJ-NI9-l-f\�fMOM-�f1NVmd-O-f\L00-16801-Ofl\Of l\�d�MLi e!-ay!o" �I'wwSeea��"ik••..••q�i= ..w� �inS .IdX saowaS buuaa_ui6 u_3 o uawpodaa ON) LeI'nsP4D sndlop No 906 08 N SVX31 S�IV10 OaVONV1S NOUN3A3ad a 00S IlSRH3 Sld2103 10 A113 NOIl17Od 2131VM Wa01S o f ao 00�00 o (01(11) 2Z)3 31Sl.S ou'`� NOLO=Jd OIOOHIVO 3N1-1 sziLzi —PuvVoomwcn rta ula b31VM 3ZIS-302itf1 301M)1IO NOI1dI D— FH 3lM 'ON NOISI7 NONdINO9O FH 3LW 'ON N051/atl 019 NOJ 0 fZ/l0/Z 0 A3N 3 W W opa E3�m 'r° Asa �oYV S a o� z F _ 2 � ho ws EN3< $ z �p =03 z g 95 ; wN opp g� V ` ZM E^ N mo"w G Z Y 5N �p zuz wm° WW�o W� 'S.- G� W �� LLI N LL 03� =�3wo E: NW a 6 0 3zoxoa a ° O gee �� a <� a i5. - ?� mT �J - - Ww C °a g� m 3?oNa G o V Yoo:o Z-u 'Z. wgV o Fop s - W Z. = N o a F Q �W �� �G W _ WH z Z O �N° � zW JO H >�co0„ < A I.. 1L t� W N 3x°m�mo wE�9 a eaa o3aw�'� a' O= k F9oz �� .YI oUsax Go o LLI t mmaoN.s - J - o og S C S a Q r € So3 00 0 .boo W 2 6 opN° ¢ sV6 C 5oo�mwSU° m < z N o. w sWo- 5 8 - O mower =� w 9w v w ooW° mNSo y w _n Ow ��w=pgw d _ SPA 7 a Zmk� lansn '" LU W '5 �: E °ga a x k�W �'mad mry a y m �m N�a z JJ�� LSD I 9`= m w :wS F"o'"o� 'a _� FY z ° .1 did YWI!O'oaNOO:Ra Rd Z-CZOz/Sz/--d E-P51IVJ3O OdMNVlS NO—NOOniIOd N3lYM NNOLS-%%%\BWWS\INp\OWJ-NI9-l-f\dufMOM-�f1NVdd-O-f\L00-468O1-OC4\Of l\�d�MLi saoquas buuaaurbu3{o yuawpodaa (Y) G o "we�MaNs &P�v P�o �ei 1068L sexal'!lsuyo snd,o� 0� SVX31 2 A0 l -L33HS N SO6 al!nS"PM9 augaioyS'N OOS O o 00 a I ... IlSI?1H0 S(1dM0o Jo Ally SlIV13O O2�b'ONV1S a31VM p m e�sssi 9t = R o .; Iwe r (olal) 2z� w3is,,s of � M ,��,>+ smaww'Poo I u, N011O31021d OIOOHIVO 3N1� w szi�zi b31HM 3ZIS-39bJ f 3O1M,1110 N NOLLdIa— AB 3Ltl0 'ON 77 NOLLd7— A8 I MW I ON N01—H ale am a3nss! I fZ/!oh Io n3n Q � o � l`pN�ranre a3aNn 3erd aroel I" g4 'R I'V � m�i a (sNne 33s)s3unn�ue3o iz \\ m^ mW n 14 'a, „eQe rg 44 V ;�� �� G �8u� z PW j «" row.znzs aaoe wm.o-.s-oL1 y Mllflmn°n 8, WCNauQQms ° 2qZ Tm A ? ¢ 4 54 o ° kzm 3 ' alz s Ryao �2 W r4 Um Wop �� II WQ> 000 c5 y 3 19 3 0 i2W 0 WONgggn�� � I 2 LW 2 WF �g i JmQ Q r� W Uo W 2 0 Ooti¢ �W U20 L 030 �W O I I V � �1 22YpU/ Q^ A�5WU 30 ] W¢IJInn �¢W W 2QW Wm "� ¢ 3Ue II y _ 0 3V W gmm¢� owo x� W o� z U3o mi314 2m o z Wi Jy O UO WSW y��2W W U 2 W 2 V W O ti W m 3 U 2 WWU ¢U ?W ¢W 4 j m S O m U 3 2 ¢9 mg,2m29� YW W w '^ ¢m e o UUtOi¢w oao g oO 8 G jW2'R d mO InWC Wm WQ¢ �WOOi 1' �OU W V U_ W. "-Y 2 m322 wAl m oo po 00 3 2 00 m�dNOm 32j � .Q• �W O¢= O 20 3UUNOU2 Z VNI!0'�!1M�%H Wd L[�!fZOZ/GL/!�p%imd bwp.y�ryyd0 OaNNYlS N3lVM 0000-XX%�aWWS\I:.J�QYJ-WI9-4-f�buapoM-wo!Vnpad-O-Y�L00-48901-0[l�Of l��d�ob1 g nsz-3 w,��s�paa��s�3�,=I��aan+aya. —,,aS 6u.--6u3)o Iuawpodad 0 'aq'weumary g smapuV'poomry.�o, p 1048L se%ay'Osu40 snd,o� N co �o SD'X31 � 30 Z 133HS19 SO6 allnS'"PM9 ox!Iao4S"N OOS O I151?1H� Slld?I0� l� Ally S�IV130 aZIVONVIS 2131VM a (01(1) 2Z).d W31Sl.S rnl a 0 N011O310bd OIOOHIVO 3N1� S CZiLZi b31VM 3ZIS-30bV"1 301MJ.110 NOLLdItl0530 AB 31V0 'ON 777 NONdW0530 AB 3Ltl0 'ON NOISIN3N 018 NOi 030551 iZ/10/Z S \ V IT �l l►.IJ v__ � � e ¢ _ O r CW L - zAn � 6i 444 N \N Q2 Wq 9 W 3 c O o Nnd No I Q c �1/ ® NMONs sr 1 WQ � V C fi q 8L- C3 mWe e m 3' W w o J P .44 � H Q m 4 �p al e Q 12 1-4 _z � ' w O �m12 Wz Qw o * 3 VWI„J'�!IoO�%9 Nd 6C�1 CLOL/SZ/I�MUgd O.xpy�ryy30 ONVOHIIS L31VM-0000—%%%\aWOVS\I!n�\Oq—N19-1—Y\BunyoM—ua0anpwd-0—/\L00-16Pol—OCl\OCI\�d�gLi r „gz-e w,�i e��,ae��e�3o•,•,��naa re.ai saoquaS buuaaurbu3{o yuawpodaa pi 1068L sI'Ilsuy�snduo� 00 ccSDX31 £ d0 £ 133HS N SO6 al!nS"pM9 augaioyS'N OOS O 00 w a � IlSI?1HJ S(1dM0o Jo Ally SlIV130 OaVONV1S d31VMo e�s.ssi 9t _ (0101) W31S.lS ooi ol` UMON M 00,P I b31HM 3ZIS-30&v� 301M1110'-w—wAu, Lzi w f N N.-I.— AB 3Ltl0 'ON 77 NOI1d-o, 1 a 31tl0 ON NOI—H M3N3N NOi lblll—s N01530 YSL 1Z/!0/Z 0 A31 ° oar 114 o Q WyG S a 0� Z 10 Ng Qi hpa Md shoo= ry ti °II =3 RO L— — 8 m �Oy ° �W z � 44 wa7 p �k' �a Q� W zs 2 �mQ a �nk V� 2�_ W wo ' a a I € 6 g z � � � a - o� W 4 =p 0 �Q W _ e sW 0 3k k �o�= k �� Q W Q � �W� � v OW y s asp § W ff� gQ m mH un vwuo'••n•s�is nd esz!czoz/a/!�vu•u!Nws�nua aNwNtlss N31vM 0000-zxY\•wws\I:a\wo-wre-!-s\Ntlw•m-••!unvad-o-��coo-!seo!-oc!\ac!\�d�•Iu nx-ew�3 e��,aa��e�3o sooquaS 6uu9aur6u3{o yuowpoda4 03 G o 'uwe�MaNs�,�,ow P�'o%w�i�i 1068[sexal'0suNo sndlop SD'X31 CI4co SO6.1,nS`PM9 augeoo4S'N 00S S3 V134 211Vd3a 1N3W3nVd o 00 a USIHHJ sn woo Jo Am �� sssz _ W31SlS d o r.aWtl.a `P�NI U� µ^ (0101) �ZJ� ol M "; ,>+ N01i=08d 0100HiV0 3N1� w szi�zi 51 b31VM 3ZIS-398Y] 301Wi10 N NOI1dIa�530 AB 3Ltl0 'ON 77 NOI1ala— 1 a 31tl0 ON NOS— M.am a3n .1 1z/!oh I A31 �o ao �x oz =o m s oww coif u N � pop wrr'F ¢ pz 'w^� o�No�O N ¢w m Z c9 z= ;w U m Z m O¢0 ¢UIN O U U'NwW¢ 00 'lg� �♦- Z Z U'UON 0 pia �Qo \ a d o=Zapin 10zn¢�v= o r �Q p m�a J ¢ mNiovxi _ �N amo �p o �\H tip O p UO In �S mm¢ U O w Y�OUKZ O W NNa pzw z �¢ Gl H z z oxo ¢ o a N�,�•,io w O oo� a w� a w oa 000� wo z >O z zw �p wn Z-- ad J F4 �o w w ¢ UJ J xZZ¢ a3 ¢ a ¢ _�oz p YEc3� wm 4zo w J p aw �d ¢Fdwz > U rnNw wwN �i m ¢ NNW mN 2 as w0 5w t¢ Opm wr0 Jw w ¢w aattx ¢ Ntt CJ QQ ] mQ Z ¢�i1Q �xJ m w� -3U G pOZ F w> Q matt N No N� N�Joo w ,O jS p Z > NO-w WZ> pN OOQZQ� 4W ¢ O QQ wr=w L1J U Q Ld O¢Wp rNOU -mU¢ OwZ0 KrQ Fp wS UU�ZU� 77 Q ZwO a- b r U) Z ry x .01 t LQ- \ m 44 m L� U^ 2N m p r~~~—a z p� x3tn Ob 99p3 � �a¢�m pa x ! o� m�mr� xp mm�m�pa O jN w - N (-m Owo O ND 00 j� .¢..N UQ�'h zw IU �� �Z�Uw Ew+ SOU oo...3N op VMIYJ'wao c/g ly 114 C MAL /l� -Il 6np 531tl130.3Yt3Atld X%%\!aauw�\Qy0-N19-4-r\Ntl?MOM-wo!Vnpad-O-Y\L00-48901-0[l\Of l\d oLL1 saoquaS buuaaurbu3{o yuawpodaa m l9uyotl 3srvn�d�,qm� Ncc al!nSLpM9augagSNOOS O_w f o_00�00SO6 1068"sexl'! SVX31 S�v130 ObVONV1S ustaH� sndao� �� A � >3VM3OIS 2R aano (olal) n3is,,s o w' o 00n z w u� 51 w b31VM 3ZIS-308VI 301W,110 N NOI1dIa0530 AB 3Ltl0 'ON 77a NgidIa0530 Aa 31tl0 'ON NOISIA38 01a aw 03nssl W'./Z I0 n3a k JB=pG<a goo 6 <✓c ���'aww - p3¢a,AT, oN zm8. 3gwE .8 oQ _`_ _ wegg o ry`Q O <a = p w r sa dww € ; A. `o • R o a t a =se o o �Lim ¢Noo Q zNuN m"� " rho G °om q po = z 3 7�`-'ww�'�07„ s�" = � �o�a = p ° o�QapB°� 5N> m-`-''� wad g m� m gg pia"w ';:�w :° K '- W mpWGog= � 4w�y `zo �<� oG o� € w� m�aa� x Vo w 8=-d ,� =< T4� Y > - nN 3391 J m r a= > (mmsns) N m e# iO o =G s3lavn aIM l 1_ Via° L J w. rr c 1- W z-�7 Z I rr r i 6' m gf m F ri p �-. = t J O .Ioo � � 43 c~i = z. W �` V eggs � pwp pw _ ° a Y 1. �WE 12'a W th zw y V z, 2NN,I R .Y/1 l Z Z = b _ �.c c J z xn zvry Ja a`' . z. .Y 9 wz6g(°" .9 C _ NroM3ws,s J 8_& z < J a z_ I W p $ J Cl o Q F W hoz o J O o 'E ry /z X � p LAF saoo r1 n p o n /, Z O a = �� lu 12 a_ s3ann / f R W Z W6' $ ¢ p Z N L u w U z 19 }r �jrWiJ n zu a� ° f z ° m�E -" _ ;s,�atlni: s �� §wRp tla NSz yN Z oz o�� g oar zzg ° m O d at fA p "ry es ~ ao F E� I. R19 gM Q ar �°=mom V p o N a YWI!0•oa9o0:Aa Ad 11:1=Z/9Z/IA.NoId 91'NiIM-OA0 015�0?XX%�.WWS�I:.J�QYJ-WI9-4-f�Ntl?MOM-lmll�npad-O-Y�L00-le T25L fLS'` ro „gz-e w,�3 e��,ae��e�3oa,a,��naa re.ai saoquaS buuaaulbu3{o yuawpodaa rn ,�,iwe�.aN s�+aP�v'P�oMr�3 1068L sexal'!lsuy�sndlo� N 00 SVX31 d0 L 133HS SO6 allnS`Plg auga3oyS'N OOS 00 w a USRHHJ sn iaoo Jo Ally S�IViM OaVONV1S ),VM3AIa0 o (olal) �z� w31sAs of M ;' ,.+ ol N0 11 0 3 10 21d OIOOHIVO 3N1-1 w sz/Lz/ smaww voom3pol u b31VM 3ZIS-30bV1 301M,11I0 N NOud10s30 Aa 3ira oN Noisin3a NUMIHOs30 a MW ON NOS— ale am 03nsS! W'./Z o A31 ao zia 80 €off-H- P �A mg T ws¢�� a a ov oar a 3!`cwg �d� ��€� "3 ?o m MIN=p � Ado pp w<o w gvz €game WW� a=oo �geaw V_ o Ors ¢�s zso3: " s, : o pop ._ � V N O _ g U Z 0 o D OC a � � Z $31WA O 9 WA (B) NtY�I$ 0eJ (a) xTI G UWA `JAJ MnSn) .Z (5) V (S) r�rLU w_ S= >>> fc �i 'tl0'JN00 o�� ix3rusnw>r 3dO15 Q �" ioR tl0a'00311 - 5 i5 $ o O z (a3aino3a a0 xv ae 3Wan (a3amo3a a0 I �� � I 'Niw —/ " u $31WA 9IWA / U j�� Wtl Tr V I Q �ti CanFH �O Gb4, € ' N a3 zJU Q -0 W� z a CV W O S W WF b ; I S o 1.= 3 9 WF € I W t�i; s es C 23 es > Ig \ o (V) 'Nlw \ 4 'N!M \ (-03tl al) I 'W 9 \ (03tlIn03tl al) .00'B \ MV3tlB 30Ytl0 1 S Z ,Z mg 1 pie= u I YE . �� 1w9N0'ByVNJ:tB wd-1 C20Z/SZ/!:--6wp'h 10!t33H5 S1Pot30 a--AVM3Ntl0 X%%Vaauw3\WJ-wB]-4-Y\Bu!yoM-wo!l�npad-o-Y\L00-!BB01-O[I\Of!\�d�oB1 r „�z-�w,�j e��,ae��e�3o•,•,��naa re.ai saoquaS buuaaulbu3{o yuawpodaa rn G o wwe�MaN s�+aP�v'P�oMr�� 1068L sexal'!lsuy�sndlo� 2 30 Z 133HS 04 00 SVX31 SO6 allnS"Pnl9 augaloyS'N OOS 0o w a! USIHHJ sn iaoo Jo Ally S�IV134 QaVONV1S lWM3AIHG o .; Iwe r .N.. w.,.<.oa, •3 �m (olal) �z�3 w31s,'s of n ; „+ ol N011=0bd 3I0OHIVO 3NF w szi�ziSWAWW VOOM3PCq u b31VM 3ZIS-30bVl 30IM,lllo N N011dlaO530 AB 3Ltl0 'ON N0151I3a NOMIHOOO 1 A8 131tlO 'oN N0151I3a Ole 8W 03nsS! fZ/!O/Z 0 n31 Q8 � III: �s m �V , I Ida oZ O jW W Z a 9 > — �$ III � g III a sE IIII y zz $� r �m m � z Ye .9 W zo- � O ks Y§ goY U • � I g m �S 2� ffi�8 ra .s Co S0� o I^ 3NIl ALL3daad off' V� I I •'�� �g § e 3 3xn ua3doadlo � n�d � € x12 vq t co a; w~ $ w --- - - --- W g :r o') tv � �v �g >_ g 3 7m ff 7 N HI a 8� o� walls'•mws:�s nd zn czoz/az/—aold e•9v do z u3Ns s�ni3a savaNms•vM3niaa xxxVa•••o\wo-wle-!-s\N•woM-••!u•vad-o-\coo-!°°o!-oc!\af!\�d�•lu r „sz-�w,�j e��,ae��e�3oa,a,��naa re.ai saovuaS buuaaulbu3{o yuawpodaa rn G o wwe�MaN s�+aP�v'P�oMr�� 1068L sexal'!lsuy�sndlo� £ 30 £ 133HS 04 00 SVX31 SO6 allnS"Pnl9 augaloyS'N OOS 0o w a! USIHHJ sn iaoo Jo Ally S�IV134 QaVONV1S lWM3AIHG o (Olaf) £zJ w3ls,ls of n ; „+ ol N0110310bd OIOOHIVO 3NF w sz)�zismaww voom3pcn u b31VM lzls-30bVl 30IM,1110 N NOI1dl0— AS 3Ltl0 'ON NOISV3a NOMIN3530 1 a 31V0 ON NOISV3a Ole NO1 03nsS! fZ/l0/Z 0 A31 Z o w zz von IL w a o o p LL z - �€5€SwBW F w� 4 N 7 g n a pop _ v � a 30NVa - IL 30— d '� Q M I Z otl 5 I s m O — — f Lu 4-1 (S) g V I W I V re� I (o) I 3 g I I t5 (Xv1Ne 3avao) re o I !tv) (zr) 1„ � I � P 3 (aXrlae 3avdo) ' ' A-.*M O o 3 L 9G W! F d 3— l:Ol W W M � F a'o tS (5) (J) 3d015 1g� I 5) S *y� A W91YJ'PyW0:R8 Ild-1=/LZ/!: -d 6wP'Y 10 1 133H5 S1P1130 OaVONVlS AVM3NN0 X%%\IaauwO\Qy0-NI9-4-Y\ZUPPOM-uo!lanpad-O-Y\L00-48801-0[l\Of 4\:d:oLL1 g-aw ! sr,xze'w°�j B„��a„•�o��iN3 �Nvwm 1068L el'!1uyON XsNnrod�oO saouaS 6uuaa=uibu3= ,o �uawpoda4 p) SVX31 SO6a➢nS"PM9augwoyS'Nn 133HS 31111 0 f 0 00� I1S12HJ S(d2Oi Jo Ally � u, (0101) £ZJj hlisAS o NO1031OId OIOOHIVO 3N1�1ate. W^UIM a AINO M31A3H WIN31NI b31HM 3ZIS—Mjb 301M.111O w 3:: � Noud O.O 31va Wa INOMO .e 31vo ON NM 8 ale Noi aanss CLMA Io naN Z O 00 Op Op W� 1,1 Z 1,10 U 0 D 0 OC U W `— zM �g LL OJ/ T W o C CO � � O o W m OO Q N 'CIO � a` a � E. �o Q N � m wo � o oLu o. m z o W Q d� 1- O =w RNJZNz O Q waz? s Ja=aao W � W3�w �� o W o�a, CL F _ U W � U � R = h a Ell m J ZW OF Q OZ =VaI t rc N l0 O O�+QNQ�+!!�= yrm� � LUQ JZZ O Fy]I Za O OOL" ¢Y urpn d a>QOO Eo.m �0-1 1 Q } �Hr Z~ L,0M O—Q wo C)ZO W <o wZm UOO u�riypp s n Q®N U O 0 O 00 O Z 0of Q2mmo W SlaUi� �Z� ®� U O J�HN� W rOQ F- ZN U>�r']D' Q q Z U Z af U) F of}J itUO Ci HU70 O zJ¢�<a J o�= r OZ,UNOm U<00 o io�w U Oa xmof JoOf WILD Q H �UQSOU u•al!o'oonoo:Fa Nd Cfn—/LL/VC• Id B-I-INS OMO T30 dYMf3 X%%Va•uw�\Qyp-Nle-l-Y\BuiyoM-uonanpad-0-r\L06-lBPol-Ml\OfIVd WJ a saowaS buuaaui6u3 o uawpodaa o e IoVBL—lSP4o loo 133HS 3NI�a31VM CO4 906 alinS"PAIS a11a4S N 009 SVX31 � 00 1 US18HO Sl1d210O 10 A110 N18b - ITAO0 id V NV�d Oa00 6 00 (01(i1) 2Z)d W31SlS of o o spa W ^3 p , � la NO NOI10310bd OIOOHIV3 31N1� AINO M3Ih3atlwla3lNl b31VM 3Z S-302itf1 30 M).1.10 NOI1eI D— FH —I ON NOM7 NOndIN090 FH 3LW 'ON N-1— OIB NOJ 0 fZ/l0/Z 0 n3N Z i w O J o S O K N O r F=�ww OI r N N<ur w oa O��awp FO Orj ZO N �.rj O O Oaa�OUNQ N zN wJ N=o puss o u 3 w E a 00 00oo o�_u� F a�5�o,.;a�o�< W m 3 3 0`2 a0 Qz 34K O J w N—O� I z00 Z oQ ovt oQ o O wo i j RZ D'w,Oo -o-. p oo op o0 o�00 dCi W N FV¢UKUOW W Ow OF O`W Or dw 0= O NOQOrOw O>2 W d SJVIJ>JQN N M V N to Z N Y f O �I $ _ BZ 33HS H 1 0 y � Now • ',Y 0. N T� W W J_ 1 a O �_ J q� x 1 Q Ld W s 1 - QZQ Q J W d J w 0 ` � � a w 3 W N lo to �i1 �< 1 cAa■�v a 14 r' z� s 6oe ooeo°oea $d �om 140�0 wales'—f� EZOZ/9Z/L!Pnime 6•Pzo 1Ns a3Bao nm emxa zzx\I�wO\aw-nre--s\^ ^M-^nM�e-o-s\mo-�eeo�-oc�\nsi\d�wu a! saowaS buuaaui6u3 o uawpodaa 03 o s LOVBL—lp.O loo Z 33HS 3NI31VM CN 906 alinS"PAIS-1-4S N OOS SVX31 IIS18HO Sl1d2100 10 A110 NIVS—NI8b — 311308d V NVId o 00 00 (0I(iI) 2Z).d W31Sl.S 14 o o spa W ^3 p �, � u, NOL331Obd OIOOHIVO 3N 1 niron�ln3atlwla3lw H31VM 3ZIS-3OHV1 30IM).1IO NOI1dItlJ530 FH 3lM 'ON NORV3tl NOndIN090 FH 3LW 'ON N-1/atl Ola tlOJ 0 fZ/l0/Z 0 A3tl o ¢ W Z Zp Q Z O Q W N rrZ�ww ZOI F NY N F w w0 N Ho Z u a w �a OOF Z¢wp FO gO cj ZO N W O j w w 6 - oaa�ou�a (n zN wJ s m o�of F w a 00 000ao=u� H o�g�o,.�¢o ¢o ar..z 3zm O W w I l l l o you Ny Qz z00 Z o w�wn o o o oo W RZ p O ZOp�O m po Op Oo O^ 00 aCi (n �¢Fa-a�ri W N FO¢O�OOW W Ow OQ OW Or dw 0= QOrOwO>2 W d ■ V O NO JJm J>J¢N N M < N m Z N Y f I r 46 IIIl� L.L C9-.V�. m�f- ry wotl.tl.3N J,9E'>r09 II iS <f•. �o ooi a -J m U r CIO O �I0 za uOua u sneuof / JQ W d� a UO „=eeg U)v 0z Um O .. Uo wJ m w N� - J� �V Qo.N P " Y �y w L . N .a F mron ol, g n Y R R Va91!0'oalloO%a Nd CC I CZOZ/SZ/-- 0�130 dnVA%%%\Imo�O\OWJ-NIa-l-f\fi�PWM- fl>^Pdd-O-f\L00-468O1-OC4\OCL\d MLi saowaS buuaaui6u3 o uawpodaa m ow �ogoL—IOu4onloo N Sob a]!nS'PALS-11-4S N 009 SVX31 £ 133HS 3Nla31VM O i 00 a 1 IIS18HO S11dU00 10 A110 N12V — 3�1.JObd V NVId _ � (01(i1) 2Z).d nasAS o p-- t y o l u, N0110310bd OIOOHIVO 3N1-1 g niroM3iaatlwla3iw H31VM 3ZIS—]SHV� 301M)lllo NOI1dItlJ530 FH 3lM 'ON No. NOndINo90 FH 3LM 'ON N-1— ola NOJ O fZ/l0/Z 0 n3N ZZ W O O w o ¢ w O Z wF2z Ww ZOI r NY y h O N UW FO Z d a � oa OO�¢Wp FO gO cj ZO N W Oo oaa�ou�a (n zx wJ�x~ ovsi o 3 w y a 00 00000_u� aN g�o,� ao o!F W Qo RNZNa�- 3 Ohp O NZ p!Q W WOQ>�ONrWi1 OZ�WW oOOd pw wOOwv OOO p OO ON>O OOO^r o0dC0wi owa0�oC=i o N M < N ro Z n Y f 1 0 a I I 1y k L J IIi a� I 3 i v�3 � I W"i I s w ' � ( a0 M31�NIV1NllOW U' 0 U)6 o� 7/ U �— 0z Uu, U W a m _ cl�N N n� i p �I �I i 4 AZ t. 8� a�Z 1 l — inI (SD u.al!o a W'.1Ns N3aao nl3a ewin zxx\Id. \avo-wre--s\^�w=^M-^nN�d-o-s\coo-�aao�-oc�\oci\d�wu APPENDIX D LEOPARD STREET RECORD DRAWINGS FOR INFORMATION ONLY � M N N <Y 2 corn r 0. 41 1N• fN" W w O �--!•� � �4, w w w w w w �:i�11�, �C�a,^�.�i.,, ,g•{p��t�"7�'- - .�-�-sr ; �`pu a m s p i.w � � � wm + r Q w w w w w w w Q i Z LLJ w yNo O Q >- •'ill, 1 `� i � C ) LLJ O Q Wco w -' z o000 i i, CD (n Z) O o w a_ U a - ��yy U. re 7 D jr¢ LL J Cr) T W U zLLI N � L 1— u_ Z U F' W z to > a _ !1J a -asa- LLJ CLCL a_ i�� �,, �- t O H < Q ZUZ � p Ll.J — WL a—m an\ OOM IL in 9! J Q w 1, J fa m N �- '" S7 eL� : .I WRIS r. . . .W •�- • . . MEN®� 111111INIIIIIIIIIINIINIIII��N��INIII HNIIIIIHIIN��IIII I III IN�DIIIIIII IIUom 11INIIIINI IIIIIII1111111I • NIIINI INIIHNIIIIIIINII III�INNI�IIIIIIIIHIIIN '� IIIIII!!IlIIPI� MUM PVII I!II INHII ,' �►; •" I'N�IIII�IIn'I uIIIfIIN�IIIII Iiiilllll11611l�I�IN ql ffGCI�iImHI 111111111 ,0" l 91 "INNIl�HIII�N[MMCiiI!ill1�ll1 41I1I!IIiIIl NNIlIIl!ll IlNllNll 111 311 It �.. � _ ;}�: f .' \.,, , � � • II�NpHN11►1NNI1J��hw�NNIHNIHiiilillHllllllN�l� �. , �� �� . ii��N��ilrl�i�pNll►III�;nNliiNilN!!!!�IINW d� - 'k' Illiiiliti itillt111111i1�11_ NIIIIII�11111Iilloll►l IIIIIIIIIINI om!1111111 I,I Maiil f IIII IIIIIIIIIIINIIIIIDID T �` -. .► IIIIIIIN IIIII loll Ir ��- �,� ��# � II � III i11E:►�u11!� �': I a < n . "r ,_ wr q sir fi I�i• •p f ad a Z1, ■ w .m snaa'NslaHa sneaoo T r% SN33N19N3-NVHE)nvo'W 9 NV9tl38 6961 J �_ Y W31SAS NOI1f181a1S14 Ol 1N1f1d.SN3A31S_ 3NIl NOISSIWSNVNi 831VM 133b1S (]dVd03] ° SVUi'IuslaHo sndaoo ao Am a y o I ( o II ! �. a aW m95 I "... a �...�.. _ w 6i ,8,3NI1 3n VArwB i r I -^T 59.6i O I � a 100 � • � ,,. �I' do L, } a aI I \ \\ �NowNm I* �� 4 wV MR6P > �}• a LL �• °II 4,1 o L) I Q �� — _ o V 2 LAJ II `�'- �Y}S LS3a'0>'II'V1S �mN 'M"84'1 t%3 6f•I I-.'Vi$ it 6E.11 VLS ! Z.I I'tll$ .* N n_ zo•iisu _ e z.III <g 8 n e H NOl`/W - Tvl V T 133 S HO1VW 00-11 o f = > W W YDp.I1 W F d JW I F_ > to i I z W ZOyN u� p J Z UFW .1,1 �Ur Ng N •�N ^ � I I it zzo 4nN1 V U� Z n WO �p Mimi MIMI&�m'aya�L . ........ . ..... SV[il'uswosndN00 6961 r �•,`,w: • SN33NION3 NVHWVD' W S NVDV3N �,•n�.. , .. - n'�m-r--^IVPaezlsorr�n-ra`a�n-r 31 3NIl NOISSIWSNV81831VM 1338iS GM031 = SVX31'IIS18HO snd8o3 d0 ALIO Q o Z *i z I {32 1i33H H 1V{N 8 �� W Z - > Q Q�Ye 00 tt�4. 3Ali�9f Z Z5 Zd i, TwwwwwT ��11 O ,q�� 'Q IJ 1. fro�y1-01 I 1 O ON N3g•22 bow m O \V' �I� w OM13p•;Z e I i �3r 2�C o 3 W oo 0 \ .a a _gym 4�s - �: I ICI N o aa P J ooFa a V O � 00 k V Q _I.. 4 a 0 Z W �t Tld tl1S 8 r z 1 I W \h '1 W IF N S I I9n .. z I i i � b I OYlS� i �I sronL uswNasndeoa 6961 I S833NION3 NVHDnVDIW 9 NVOV38 m _. 3 WOs 3NIl NOISSIINSNVdi 831VM 13381S GM031 cop z c � SVX31'11SINHO snddoo jo uio Q" N r 'Ip d j I Ms O 7 la,lno � I O O I'A j �4p I a a A. � I,- �p Mrra of I / W �Nll Hl W JY Nn.9E'b'O9+. "I a3q. TtW - a ON OfI.IE/M 13'llnO"IUNI QQ �z s X qFi 3 a o o � � I ry a H I c xT '?~z`j•L A 08d I1Slwo SndgO dO.)LIO m �a 1 O wz y E 2 ,$ -Naz�ym Y:-N I /4 I ZSrpl 1 1 0., A I ✓ J/ Y � 2��13 90ldIM I O LL WO ,1 • }yy_ a rt n 6 7 g v 1 m o w i OOVZ, I 8 ' r•TM++yyid',�, _ '�"'_- sfo.z �.. •.4.tiµ.,, a� �� l.�/. L.I I 00 S m T^ }, � 9K1V/.'4O3d.A/in Je3W1O 9ld.Zl � I � Ccco 21 OO bZ M'aa 9O1d/M1I 13llnO'ON1.1 � Y J ei,33a wavn 9-[ 133H6 H]iVW' _ k SYMi'IISINH]sndaOO F 6961 r S833N19N3-NYHDnvo,W R NH9Y3N J m dwr��—Y IYJIlN3A 133f5 H�NIt inuonaou i33d oe Houk A31SkS'NOI1namiSI4 011NVId SN3A31S 3NI� NOISSIWS—Wi 83iVM 133M1S auvd03i SVX31'IlSIMHO snddOO JO Ally Q y � b •Ptt J W \ -- . s o 0 g r,e p r Q C a - ld 3 d — d I I I -`x I I I� 3NYl 339Yw N� I R I '7 ez I I t 8 II ' t ' '. �'� i �o 0 m 00 r ^ u 0 1 I s `u' ` ac) 9nl�d/m 13�,�no Hl H � I >� 0 0 .01 � I I i vwoi � I a� ��r Q - — I I o�.ocl � n y _ V v iy d sbxarlusmen sneaoo 696I N r, S833NIDN3'NVHonvo,v4 9 NH9Y3a _n9 as answmr- nnronaoH7anor IN31SAS N0IlQ8181M 011NVld_SN3A31S_ - __" 3N11 NOISSIWSNV8i d31VM 13ldiS OM031 N SVX31'11S18HO SndHOO AO 1:110 Q c — I j a e s laaHs CXL Halvw, % ' 0 1 60'9913 i I I I ,I 0 NF —IN I� Z tF 3NI'1 a31VM l'8 d'7„91• L w=Z . ..«,..��.}y,„- HnlYn'C�'Jii Al'HLnO'0.91��91x.95'{9Wsb'v1S IQ �.t% 9 • al I tin COG i _ erlw/ x lno-nl.l 'n�b'n slx3 Sb9.T�(2 151%3 o ' I M o fl Q Q4�• J � J 0 o C Wffimi� >,e• { t� .' .��i.aM .Sg� t "Se3 .;'-a^*,Y✓ v � Q�i�t. .r 4 ...« 'Y "" c .,t i. - n T Stl33N19NN33 NVH`E)nVO'W R NVEMN 696` t` J N a 3NIl NOISSIWSNVUi 83.LVM 133a1S G8VdO3l s Sb'X31 91SRJHD Sf1d803 j0 Ally III II I I} 4 ae v_ ♦ - � b I I s, dl ll..F I y i I I z $ 3 I , YG.zS i s N21tl3k. g^ a II ! x I ► � �� I,I F s ooaes "4 4`e I G i I I I{ w w d3 - �ow€ a ��u m 'or S u3 _ 3 x �tl ro• s�as vi I F EZ Y]!!3lOH 1531-�.0 L �.i I 1 8 — oy N� �° II x s o I Ad • b p I ; 4 I - r�s1. N �Y id SON � i o I I O I I I I. I �- NIIIIIIINIIIUII��IINUIIIUIIIIIINB!UIIIIUfi�fNff . men �- � � �' "� ' IIUIIINIINIIIIIIIIIIIIIIIIIIIIUIIII�IIIIIIIUII�I III111111111111NIIIIIN------IEiIUlll►nnurillllN INIIIIIIN ' E �+��` � � ' '� � IIIIIIINIIIIIIdIiflfifif�fl�Ull�l►i�Nilll►1111111 IIIIIIII II umnuumm�nnunnmm�UiNl!11►111NIU I�IUUIII HIIINNIII ME NIONU► NI14UNIIIIIIUIIINIIUI r IIIIIIINNI Nllllllli IIIINIU►illllll►lNINIIIIII11111111� MEN�ll�l �IhIIIUliiiniillllN ppIIII�IIIINIUI "�IIiI�i IIII��IIIIIIIINIIIIUIIIUIIIIII IIIIIIIIIIIIIIIII �` � � ♦. � ' IIIIIIIINII�IINIIIIIIIIiNIII'illlllll'�IIIIII IIINIIIINf��� F ■�, : IIIINIIIIIIIIIIIIWIIIINIIIUIIIIIIIIIIIIIIIIUUIIb:!'!II6-� �' � � NIIIIINIIIIIIIIIIUIUIIIIIIIIIIIIIIIII�IIIIIIUIIII1°I]I����l Illlllllllllllllllllollllllllllliiiiiiiill NIININ ','.::III I � IIIIIIIIIIIIIIIIIIIIIIIIIIIINUINrllllll�llllllllllI e�� I„� IIIIIIIIIIIIIIIIIIIIIIIIIIIUIIIIII IIIIIIIIINIIIIIi 1'!: 114 �I IIIIIIIIIIIIIIIIIIIIIIIIIIIII INNINIIIIIINIUIIU'���', .N!" 11�lIl�iiili���ll'�I�„�IIIIUIIIIIIIII IIIIP���i vUl i u �Bill lilIIUII N�IIb�'� ®':! LL • , . � I I�IiUU IIIIII�INI�NI IINII���� �;,� ■; H�INII IIiIIINIIINU� ;Ill� i � • �� I I IIIIN 'pN:�Ilv�;a �; r ;� � INS►. I�I�� �x — pp .. fa r-r 4 N &� z .r , 1111111111111111111111111 • •M FA 10, = �a NIINImNNI{NIINmIIImNmNINIHNHHHNNHHIIm�'_ -- . � � ::�>.. �, IIIIIIINIIIIIIIIIIIIIINIIIIINIIfIIIIIIIIIIIIINIII1111111111Nn - a ° > '' * IIIfIIIH11111111111�INIIINNIINll111111111111111111�11111111 NINNIIII{IIINIII IIIIIIIINIIIIIIIINIIIIIIINIIIII IIIIIIIIII . , ; IIIIIIIIIIIIIIIINIIIIII�NIINIIIII{IIIIIIIIIIIIIIIIIII IIIIIIIIIII i � -- =NIIINIII,HIIIIIIIIIfIIIIIIIIIIIIIIIIIINIIIIIIIIIIII 11111111►IHII111111111111111111111�IIIINIIIIIIINII `o IIIIIIIIIIhIIIIIIIIIII{NIIIIIIIIII IIIIIIIIIIIIIIIIII r n} �•` NIIIIIIIII{IIIIa111Nllllllll IIIIIIIIIIIIIIIIII�III�III n � IIIIIIIIIIIIINIIPINIIIIIIIIIIIINIIIIIIIIIIIIIII F' IIIIIIIIIIIIIIIIIII�IIIIIIIIII{HIINIIIIIIIIIII!'ll�lll::� �° " _.�_.��.�: � --�-- o - IIINIIHIII{IIIIIIIIIf;IrIHIIIIIIIIIIIIIIIIHIIIIII���I'!!"� iil{@F11II�II�Yllllllnllllllllll ��- 111111111l111�9"!lIIIIIUI IET��, ,�,��E..,...n.nnE,lilllh 11111111NIIIIIIC���.NI:::. IIIIIIIIIIIIIIIIIIIIIII!Illllllllir�I iiiiiiIIINIIiiii 0 Si°' IIIIIIIIIIII IIII IIIIIIIIIIII II IIIIIIIIIII�IIIIIIIIII►111111611111111.111 IIIIIIIIII�:::;Nl��u II nnnnnul!IIII!!!!!!!!!!lIIIIIIIII�IIIINNN 16m�N1: lI ii IIIIINIII�I ��IIIIIIIIIIIIIIIIIIIIIIIIIIIIINIIIIF; I"a I . -� r � . � unun�Y�ininnnnllillllllllllllllNllllll�'„-Nti:,,ll ^� aY r III IIII IN IIIIIHI'll0IVI1IIIHIIII1V--;1Mi�lli I I�1,i111N,�]I _ IIIII�RI I,NNi 11n11111 11H111 IIFo;.NI•..•al Illlllln:filillrri����n'�IIlpNN �_�II I►IIII NIIIIIIE,;..OIIL;1 nnnm umulu n 1 Illiinl"III�NII111 ,'lll� IIIIInIII L11 m�E IIIIIII�IIIIm II111W , Nr_ �I loll 1 III_INIINNIINVIN I�IIIIIT .r•i h 7 m R� mii IIINIHININ Ill' NIIuu f�IIN Illllhu� �I F • IINII NI III NHII I INNIIII{G,�i�ll..�.l ,��r.. �, IIIH II ail Iflwll�IiNNIIIIIG";.dlu„�II III=INNI 110111INN111Hip"�ull `* 11° 1 II=�IiINN flllNllll IIIIIiE=�, 'I`�a ' f � N NINIIIN'11111N IINIIE'.".I ei� ' � lilt IIIIIP�!:il n, IIIINNIIIII1Iq 1004 IIIIIN IIIII . ry�•iel_ I�ltl��++�+mllrun � .. �' IIIIIIIIINNIIflII�INII_ -�N • ' ' NIIIIHIIIIINIIIIIIINIIIINI, I��IIE�;�IlhnralI NIIIHIIIIIIIIIIIIIIIHIIIINIII I„ ;INII M� !I NIIIIN11111111111111111111NIIUu�IulN11N1 PA MINIMUM 1111 V. • �INIIIIII�NI IIHIII�NIIN11 �:iA; IIIIII El n IIppNHA�ryry�...y�y����rrN �I�In' P NIN!IIN I Ifl�l��l6� Ill jl�j INN n E u i . . 4 >t • �N stl%31'NSIHHO snd60O 696T $833NI9N3'NVHonvo-W R NV9V3u J m r 6 ,�, �, A31SAS NOunsinsi0 011NV]d SN3A31S e p _ 3NII NOISSIWSNVHi d31VM 133diS GdVd03l s° SVXR'USRIHO snddOO JO kLIO 'Q H u a 3 I I m a .L2 11 IN IA III I I oo+se 8 a R I W � I t- 6 l i I I r X it 1111011111111 111411 1 F I _ § O}O6 �3. I / \ I I 1 ' 1 p iAl I 1 I I i I 1 �My 3 ail i i'- - 1 } Id O I 6 •�4�'�'m� ao�� \\\ i-.I ,II .91 2N1 LY9 QI ekJ\pa` \ lI - I 1 I� i 1 1 i W o m I �+.� 'AT'✓ ,w..� � OLLn $<a �___b691 �'W 1 �f� I�r qr,.l I, i I I I n 0 6 pir�3 s . .. ' ., �`� �' UNIU!�l.�lti!�!I�ifi� IIINIINIIIIIIIIIIIIIIIImNlllh�y • I - HIIIIiiNHIUIIHHIIII!iii1111111111UIIIIIIIHIIIIIIIIIfllllll ' � � ' � IIIIII(IHIIIIIIIIIIlIIN�iIIIIIIIIIIIIIHIIIIIIIIII�lllllflllllll UIIIIHIIIIIIIanmill�fUliIIIfIIIIINIIIUIHIIIIIIIIIIIIUIII � � UIIUIIIIIIUIIIIIIIIIIIIIIIIIItIIIINIIIIIIIIINIIIIIIIINIIUIII E I� t I NHINi�INlll11!!!!!!IINIIIUIIIIII1111U111111111NNIIIIII!UI . ��. NmNIIINIII�II"IIIUIIIIIIIIIIfIIIIIIIIIIIIIIHINIIIIIIIIIIU i= �uN!IUIII� �II�IIIINIIUiIIIIIIIIIUIIINIIIIIIIIIIIINUI �� �ii�fill'INfUtmmlilllUlUfUIIIIIIIHIIINN111H1P"""III F" f- Y f�� �'�.gyp� ° o I � � IIH�IIIINIlIIIINIIIIIIINIIIIIIIIIIIUIIIUIIIMN�II�'SIN 3�;� �� IIIIIIIU911111H!!!!!!!!!JIINI�HIIIIIIIIIIIIIII�I�Nr'�m i � UNUIfII'IIIIhfIIINIIIIIIHII IIIIIIIIIIillllll�=�frd�III �� UIIIIIUI(IIIIIIU�IIIUII�III�III N I �•• !'-�H IIINI��,;HI� DUI IIIIIIIIIIIIII�IIIIYriii�iihUlNll II IImIIIuN�Ir���III IIIIIIIIIIIIII=IIHII►II:�INh'IINIIImIHllllll���ILK!�IUI ' � � - I �!f 1R11l1lI!���flf!Iltt'!nn!!;'mlI ImIIINIII(:'.UI���UI �� � � iiiuiUiifl�IlmllllllIllUlllml�lNlppNIIIC'" II�'!a tltl ' t IIlNII IIIN Ihil N��� IHIII 16III I111: qq pp�� y � I k � # �� �'�� '�'�� � u I�IIIIIII�'ml IIIB niiitlllllHlINIIIII�����Ill�r�Nl 1 {... t # I !.. . n�IINIHIIINNU IIIIIII�IIIIINIIIIIIIIIIIU�� mmul �� ��.►�.����� 'll IIIINIINIINY Yllnlr1111 �,�Txx � ' � �� �IIfII�IIHIlI IIIII=.�Y.�NIIIIIIHIIIIIII I(."III��,��Il j° � ` � �IIIIIHIIIIIINII II��NI-lltlmlllllll III:;�:II6.:'m "Minn, IN NIIIIIImNII f "Ulm Minn,UIINlllmllll!xal �d � �; _ ( NINHH�Bllill ��►'=-�I�NI �� � HIIIN�Hllllllmllmll m1� mll�•.an�ulrm �.. ' � � �-: Nlllmllll IUUIIIU �i�� Ilm►�� ��� ��� � ,, �`� IIIUIINIU�UmIIIIN�� � NNI►;�� N nux��e�iinm�xnnmmuiy111uh�lll�llL'"� �`'�I � � �� ' NnIIII�IINIIIIIIINIIIIIII Ill�li"I'fN11UIIIL° �JUI �- `� � � �- =. � " , NNIItIIIIIIII�imHIi�INIIIIINIillil► ImIL�A „ NIImIIIIIIUIIINI��IpINlhl P��p a- �� �.. ..• � mNI1mlUlllllr►NNN�HU��II�IL�� '� NImIIIHIINNNIIIIIIH1111111rUmN ��f�R .�l '' a ti `'� i. I mNmII INllllllllll�ll_IIIII►111NINIUI��yUIF;�� I � IIIdHIUm E": ��N 3. �� � >�. rt � • Imo--" �,.1111mm11 " -'<ys�ry"r snai'lu,a„�sndua� a� �' SN33NIM NvHonvo,w 8 Nwov3d 6961 mo W31SAS 1\1011(181?J1SI0 Ol 1Nb'ld SN3A31S_ _ T - 3NIl NOISSIWSNVd-L d31HM 1336iS(]dVd031— SVX31'1iS1dH3 snddOO JO A11n arm et r M ` O HIM .9a t ,III I }�► O� HIM I HIM I I � rr 1 I I O l I .III I j 1i L � .11 IIIII III I i IL . IVI` I I 3 I , + I 71 I 11 1.11_ .11 a 3 11 6 I ! W I I 1 I I I • - I I t:ll , , I � i„ 2 I 1 11 )JI I IT 'I III I I I Il I ; I,II I,'I' t'+f 1Y 1 �I Ill 11:1ill F•� i I� �� it I I I I I I 1 I V^f I III a� I I 1 ICI �i I ,ii1l a o. I Il II ,I L� I u�•� I I i " I 11 I 1 / %rvisVl•Z 5]9 dAf.i S VOItlJt1 YLb�H I iI", I,Ii � Ii III III - .1 � I 4 I I 'I� 1 r t 1!' r4 1 L} �� I, I, e'tlolGvlY OVS1 a D '- � I r1SlL�LYa9011 Y19 1 T p w W I � - I - j t I a „ 3 � „- _ a u [9 l 0 m }S iT • ••• • . logo ONE np)..n.mnn..f �:•; � �� - ��i�������i�za►���n����itil��Nl-llHlll��lllllllllpplfl����� .� � � IIINIININi!IINIII��,N�IIIIINIIHIIIIIIN�IIINIIIiII� { IIIIIIIIIINIIIIIIII'NNIIIII111110IIINNIIIIIINIIIIIII �N IIHNIINNINIINIIINNI ImNNINHiN iiiiiii I NI111'NIIIIIIDMlIIIIINIINIII =� � � � � NINNNNIIII�INNIINIpai1HIINIIIINIIMNI11111NiINNI NIIIHII I�gIII►MIII61111Hibll lilill IIIINIIIIIIIIloll III NNIIIII IIINNII IIN►IINIII►11111111 DID! KIIINNi�11 �,'-----! nn��t.P"!M, anal,Illlllll � ' NNi �1.r","11,11 iii i L::::::.I iNIHOU IIIIII � I IINIIIIINIII�NINIIiNIINNIa�llllllllllllllllilllllllr�:� = ° o � IINIIIIINIIIIIINI IIIhIIU►!Np1111 lIIIIIIIIII���:� IIIIIIINI IIIIIIIIIIIIIhIIN►1NIIII► IIINIIIIIIi �N :: � k I HIM lIII II HIM IIHUM NII11111111►1 IIN IIIIIE��HI;��,e� �" �g :��,. �� IIIIIIIIIIIIIIIIIIIIIIIIIN``IIIIII,mm��IININIIgg� I•::�I III IIIIIIIIIIIIIIIIIIHIM IIIIIII►1N Ni�lllllllli l:, l . � � mnnnnunnnaumunui�eiliil�NINN � Le'�I s � .. .. i ,, NII�INllllillllillll�lih 1111111NHfdlIIIN �� �q ' 11111D 1 11 IIIIN11 n1l DOOR I I I Illf 11111111 1p ,IINIi illllll h I HIIIINI N 1 �NIINH�I 11 li INIIIINI 11:116,N !113 loll 1 IHIIIIII N Illiagai I x „ _ IIIIIIIIIIIIIINI N I,II�I ri 11 I�K,Irl I IIINUNIINI � �N I I IIIIII��cNii�iiiliri �'nu�eil " �� .. IIINIII�iHip��il ��IH111i.�� R� k Ir NNI NN I � �1 {P ONINHIH�I ;. NHIIIM NNIINN i to 4 i �l 14 +�► �r�J - - --- r :- r: .•INNER oil .: �.� .�� � � i� � � IIIIIIIIIIIII!!!!!!!!In�iHUllllllllIllllllNIIIIIIIIIIIppI 1� - NIIUiNN IIIIIIINIIII�IIIINIIIIIIIIIIIIIIIIIUIIIIIINIINI��I Rim, II�IUIIUNIIINIIIIIIIIIIIII11111111111111NIIIIIII p _ = I UNIIIII Ili�ianIIIIIIIIIN�IIIINIIIIIIIIIIIIIIINIIIIIIIIII '� �s ' �r�l- NNINNNININlN IINIIIINIIIIIIIIIIIIINIIIIIIII�INIIINIII �y` � — �N�'n�ii"�pNj�iIINIINNNIIIINNIIIIIIIINIIIIINIIINN IIINII1IllIIII�IINIIINIIIIIIINNIIIINIIIIIIIIHIIIIIIIINIIII� i IIIIi IIIII�IIIl 1111 IIIIHINNNINIIIIIHIIIIIIIIIIINNI!I �',� �, III��NNI 8�nuurllll�INIIINNNIIINIIIIIIIIIINIIIIII�III o o I IIIIIIIIIINI!NIIIIIIININ�IIIIINIIIIIIIIIIIIIIIINIIIIh� DID IIIIINI!!!!!Mill! �IINIIINIHIIINIIIIIIIIII�IU��� INN I 11111 : NNIIIIIIIIIIIINIIIII I�IIIIIIIIIIIIIN�IIIIIHIIIl::•.�d� IIIIIIIINNIiiiiiiii�Ihf1111UINIIINI UINIIIIIf� iNL!�'� �'°5=` IIIIIIIIIIIII�IIIIIII'lll INNIINNIIIUININNINNullllr?:iN uIIININ11H11111!NI Nil C:�; 11 ��- . IIIIfINN1�f,inu IIINNN�IIIII IIIIN II NIIh,!�r���. 111!1111111111IIIIHuiii iuIIIIUiN HW=:Nlliri� !!!!!!!!�11 11 NNINNI ill INF 11111.� I�IIIIIIIII � I NI I INIIIIIIIINIINIIII IIMnrll INL., N:• � . IIIIIIH -q� I �q�IIuUNppI H!".. lip 1 I 1116►11 m U�I0 NoIN � II�III�IIII II II � ���' �►''I - ll UNIIII'UIIRIPNU UIIIIOR. �r NIIIIIIIINNN' �� d k t.= i a �„ � � ,� � ,: IHN I IIIIII HIIIIOI�IiIIIIIIHNNINIIIIINHI�IIIf�_ � � � � � ��s.Estnnnn.IHIUI�IHIIINIIHHIIIIHIIIIIIIHINIHIIill NIIIINinIHIllaiirielllllllllNHlllllllllllllllllllllHll IIHNIIHI'IHIHI IIIIHIIIHIIIIHIIIIIIIIIIIIHIIIIHIIII�H f �° IIIIHHNIHINHIIIIII�:I�HHIIIIIHHIINIIIIIHIIHill IIIIIIIHIIIIIHIIIIIIll�,IMHHIIIIHIIIIIIII IN IIII�H IIHIIIIIIIIIIIIIIIIIINI I III 111H 1111 111 HIIIIIH 1111IIIIIIIHIId101I1 IIH I IIIIIIIHI HIIIIIHIIIIIl I IIIHIIHIIiIIIHllillllllll!IIIIINIII11111HNIIiNIIHIIIIIIUpI 11MIUMINUIIMII1111111HIIIIIIIIIHIHIC��I : H o o � IIIIIUNIIIIIIIIIniNl�uIIHIIIIHIINIIIIIIIIIII���Ii�;" ;, � NIIIIIIIIIIIIIIIIIIIIII:IIIIIIII IIIIIIIIIIH�Illllli!.��N� li • IIIIIIIIIIIIIII Hill IWilidill IINIIHIIIIIIII111 01 IIIIIIIIIIIIN Hill IIIIIIIIII IIIIIIIIIIIIIIII11 ICu; IIIIIIIIIIIII�IIIIIIIIIIIIIII gnnm II HHIIII IIINII'-4I1M l .-�._- s N � .. IIINIIIIIIIHIIIHHII!!'e�► =p • 111IIIIIIIIHIINHIIHIIIHIpIIII H III In�iI IHINH11111II IIH„ 1 IIIIIIIII� Jill 11 IIIIIIf�IIIIIIHNHIHI�HI IIIIIIIII��IIII�III!!!!!!!IHINIIIHI Ill IHHIl _ I11111 11 I hillfHk 111 HIllIh: iIH n� rv II I H iilil111 : I lilili�ill�IH HIIII ! ., HIIIIII ; IIIIIH 'NIIIN III I ii t.I III IN Ill IINHI,III�NNII HIINIHIHI ",.;I naHHIHIIill 41,1 NS�irl m� ���� I — IIIIIIIIIIIIIHIinlnll 1 } 1 I IIN!��t,�a IIIHIHIIIHIIIIINI �H 111, IIIHIIHH I IIII-: HI11 �% I ,,� Ina III�p nPf F ' : I � IIIH IIIHIIIIIIINI!!!!n,!,I IIH�HIHIlIf`��a ��I IHII IH I�I I �� r"sal�uuu!!:�IIH�IIIIIINH v' ._ IIiHI1fH,lllll II IllnlmliiH H N p►��� h:! ICI"H!!I,Hn,il N�II�IH'ri ,"," ilk l"R�J'1" M9111111111 IN II I1111ngl�IIhIIIIIIN NII HHIHIHONEIn�H'IuIINHIIgIIIOld A (H�nHnIInnH��nNn'n�11��n1 IIHI�Anii'IHa' AP `P 1lN� :3i:0':i di an a° ° nnlmH III H gip.. ' IHIIII� A 696Ir7 -[7-'1 .� SYX31•I18,NH�SMtlW J r SN33NION3'WH'Jf ovi a NIa° YJII A 33i5 N YOZINM 33 Ot °a, MiSAS NOIlf181 ilia Ol AVId SOARS <.. M-133=Cf2 Oil _ Svxai'IISIUHD SnddOO Jo u13 w b o H M Ii v I o 6 ail 1111 Ill Al I I I i 1 Tit, i I I a it SN a I,'i ' I, C' I� I I , f r ✓i II �I � � � � I� C� t i •I I s '.sr H;re as u�� • I 4 I f � I - __ I T I � I ��v • I I ;! i II Li I I III IlIll I Hill II1 .^ '� � � - • _j� ° � ——fl i�!f Ilr I I � jl II ' � I � I4 j j / T I , I dm � 3 I p4. ., —•i sndeo� 6961 S833NI`JN3-NVH9nvo,w S NVOV38 - m W31SAS NOunpia1S1a 011NVld SN3A31S e . llY3Ay33iS 3NJS. '.-L9kNLL,.-.. 3NIl NOISSIWSNV81 d31VM 1338iS OdVd03] _ SVX3i'IIS18HO sndaOO dO UO o — r- A E-F n d w rc o a O a 8 w / I K I - Y a c, 1 w I I a i d \ sv3 d .a'nn,e z s. tlys - I .B I' a e c I a szwvys 3Nb7 3111ab1S ann,.s 4 a dvis ` s ■ x�n101 14;d/I 8 51 — •# - — ON 3,OH 31 I II N 0 I D; o 0 I W r J I J CD I a 11 a I n W s ` sYAl'I1ENH9 snaam 6961 SH33NIsJN3-NVHonvD'W 5 NVS H m M LLtl3A 331E HONK NINOZItlOH 33 00 HON 1 W31SAS Nouns1231SIa 011NVId SOARS 3NIl NOISSIWSNVUI 831VM 1332i1S GHVdO31 °r SVMVus1aH3 snd8O AO kLID o 17 a, t y on a im E-+ s O 3 lno I �\j� -TM.9 ltlx3 is-i61 b1S r Y i' W' I w h' J �' - 6 Eel a°ast•sa° � 9 I `x L I a i I � U a r O 0v At9J. 5' Ja.se It " � I - F O .r / I -nofAON 3dil tiNl _T 3 Oa D �se� I i en;eA � � 8 sral'uslaN3sndxw W31SAS NOIl 696i S833NIDN3"NVHDnVD W'8 Ni DV3tl "a �� TJIIL311333S Smi tl1N ON 133lM NON�i f18I2i1SI4 Ol 1NVld SN3A31S en m e 3NIl NOISSIINSNV81831VM 133b1S ONVd03l N _ ---�-� SUX31'IlSINH3 Sf1d8OO jO,111O � —*-� rl I oo } < AS} A•dA.of }S—� I�a/ ���of I 9 � I � f I i a I � •��� � I I � I Ir 3 'I II $ F / I 61 3,o1 4S31 y�Oi 002 J� I 8 1 p P sv � °o IN I 1 w b'b`FSwY i� A31�� 16'S� w NQ uVJ'�z Y b/iYd�b 3 , III s I � '"- �� l,wai J II0 /IB / 4rY 3—S-dC „> 4. sNrnwodd SV9 tl 53115 ttl15Vo� / i9Nlsbv 3X1 s an v I ' 'G'I+a rear s w svoo I, - a' ! t- 1 / I m o " cgig Zro i , a I K , I ,o I X �.� �• I E2 :OOibG ___ .. � g I aWi o w. 2.X1,30 33S AS 1S � lib.E 1•tl1� � Ii � I 0 I J: I I I II I svx3i'lis18aDsnaaa> 696j Oof VO�N lv�l=aSa 33xNs OH�alcNtlHJflvu+ozlaoNeooa NJNII - Fm w m MiSAS NouneR11SI0 0i AV SOARS 31Y - .l W_ Z O 1'p1 s m 03 SVX3111SIHHO SndBOD J0 AUDLd4. - aura y o I '1 fI II I I III a�n zl i � � a � r FF!l. .1� � I � j✓�,,I.I I o+ � x•S t I I � � I '. I I= 8 f II II I �1�1' I �il�l I I fF i l j ee«awts ha¢va.� I uv+•is au r i 'I � I a1 53a11 ,i2-2 ICI III r I II I = � I ,�^ Jll ' G 'i62t-I xN w �y l hl✓ " T ill; I / I'I I x r . Q �' Qi 6�SylSfi tfsI �F rcrcm� J 1-. _. -L. Iv -- I ;• .1SIiSaA'l1.6a2�Y1SJ I O4 I 'L s a/., Dora 1� d I xvls �, y u � I I uE � — .■ a� I q ( _ r I I II I II I _ I II I I oi. svz♦G'sI"n" '' 6961iz Sa33Nl`JN3-NtlH9flvo'w 9 NvDv3N W31SAS NOIlnewiS10 Ol INVId SOARS m '3Ml NOISSIWSNVHI 831VM 133a1S 0llVd03l � svx31'IisldHn snddOO do uIO Q y o di 3 JJIr la bpi'� GZ ..v.L1 d 9 EIY3 / O� M 1>Ix =E9 L2 v19 r 0E i 11 la AVI 2 u _ w I its Y19 K9A'SS=92z YAS 1 ♦ - 1 OOt92i I I . �maimp a3c aH. I 1 I I I O . I ( I a I I I � / W � �I � y. $dN P ( U41N I b i w Is i T I I i � ma 'oB=oz rag-+ ♦ �a/oral+ ce - '. I I I z _ T yy i r... 'daahzl I I 3 I y 4\ r 1. l YlII II �I I i 1A �.,. p <I I W I I I I ✓ O �mci a9d,vn I - 1, I mom 77 I I � aL / �..ae Smi'uslxNo sneeoo 6961 SH33NION3 NVHOnvo,w R NVOtl3tl _ o -'-° W31SAS NOI1f1812�1S14 011NVId SN3A31S 'IbJI1tl3A 133f 5 N�NI t NLVOZItlOH 133i M NaNI I <= N O mama v rwv+ fWSNd2i12131ft 13381S 4M031 SVX31'IlS18HO snddOO J0 AIIJ I �.4 8+ �4 xf a i it a I}hl 1i 11 _ v1a II O I II P I I! i I 111 I I I I 4 � 1f TI W+lfZ z I I z t I4 T3 is�Ei o W: W o 1 N W V N 4 O d m [f 0 ' o I ­5 s - inn sv�d„ ., a�ei ovisv ba�a7 ooraz i � 8 W I . a3 _ m N o�rn a I J,i N�3 n r9,z I � O 1!p,b 3h 1 tl9 Z did NISh, II O � vl.E�35 I O O �O nmgr Z. sO bi i � :-A.., (g1fW AON dNll SIIU) � O (anno AOt1 3nll 3App p?• 1 { 911NYYII3 _ I I I � k.. �- y3 s S7 'USWH]SndHO'J 6961 m M ITa�2 SN33NION3 NVHDnvo'W 4 NVUVM NJLLNL�133a6 H�H,1 r,Ho=,ao~,��,6�HRH„ W31SAS NouneI2�1SI0 011Ndld SN3A31S m p 3W NOISSIWSWU 831VM 13381S C18Vd03l svxal'llsiaNO snaaoo Jo u13 � g ew v e I ii W I x F9B,Sl b15 Co v 'ao SS30Nlad ... i S}bAS ��yy rr I I - � ,wtin ravnl '{n� zroyc it v s - � r � W p � I a _ 0o ez 3 F K Irf' v*' 4 I { 2 X \ z �'ss F a Na 0 n in, rvr C� F 5�`a.. K I 8 S oo� t id= + C { S}`.; � a � � � •�.ze rots..- —� � � '- � �'. . W _ O tl � a z r a tlFS 4 }, 3-10810 33al4Nnoa 3 ¢ ax; 4� zq S VIISIHHO SndHoo 696E ` S633NI`JN3 NVHDnV9'W 8 N1„JV3N m' a W31SAS NounsRllS10 01 INVId SN3/�31S MLLL3A 1333E H�NI f N1N021tlOH 1333 a6 H�NI t � 3NII IUV M 1334Is V801-1 5. -- � SVX31 IIISIHHO sndHOD JO ADO a m H I ty I �J a ` o I I d as ss3oN,�yd � M9 .1sp aq: c� l I m+zsa 8 0 ea.e im I O LI 13' .Ill .,4 OOQtt I_ II K r I §mnr I _ r t R� . I, I oa�, III 1 � c i p i a 1 R a II � fl Q 00 }pit 9.-S; - Q - - fq I I end < ^c 'a t. 6961 1A Stl33N19N3-NVH9f1UJ'W 9 NVDVRI ' n W31SA�S Nouns1a1S10 011NVld SN3A31S ,n _ l a1VM M _p sVX31'I1sIdH3 snddOO JO Ally �m N I I I i I M 000 a N d TI 3 ,,ono it 11 I � o T I II I f � I WI Q i II ¢' 11 I; I I �wN� 1 II II I I �„ ro yl o ti I ' ntYl.♦• I � � � ae3n 3I15 �. I I , I it r G �T i I 0 a I i ( I r.� v I y i � , c i I g j I Qi°u 2310 _ I ------------------ I m iryl OC 3 I � aI I _ee+na�x o � S .x: - a` .r .t t c NIIIIIIINI!IIIIIIN!!,4!!��llfilifNliIIIIIIIIIIIIIIIIINI) IH� 4 IIIIIININn���gINIINIINIIIIIIIIIIIIIINIIINIIIIIIIN!�� IIIIIININIIINIIIII�II�uNIIIINIIIIIIIIIIIIIIIININIIIIIIIII ��� � IIIIIIIIINIIIINIIiin�i n INIIII!IIIIIIIIIIIIINIIIIINIIIIIIIIII � IIIIIHIINIIIIIull�ll�uNuuuHNHUNiufulNlNiINIHI � ° ' IIINIIIINfllllllll!.!�!r9IIIIIINIlIIIIIIIIIIIIIIIIIINAIIIiIN T � ' ' � IIINIIIIIIIIilllll!'IIIIIIIIIIIIIIIIIIIIIIIIIIIIINIIIIIIIIIIIIIIIII i IIIINIINIIINIIHIIIIIIIIIIIIIINIIAIIIIIppN��IIIIIi�lllll ' � � (INIIIINIIII(IlliiiiiiiillfANIIIIIIHINIIIINIIh���llllll I I II(IIIINNIIIIIIIIIIIIIIII!IIHNIIIIIIIIIIIH'"!III�'`:>1NIIIIII �' � IIIIIIIII�IIIlllll!!!!!!!rINIIIII�INNIIIIN'!~:III:� ll�lll a � � INNIII IIIIIIIN�II"IIIINIIIH IIIINIIIIf' tlll�� IiN+NI �F IIIIIIII111111NIIIIII(II,I(IIII(IIIIINIIIII"�N�":NIIII(I IIIIIIIIIINIIINIImumllllll llll�IINIH�":�I1�?will IIIIIIIIIIIIillllilNIIIIIIIIIIIINIIIIIIIIIII'VII...! 11 !!!I'?III'!!!II!°j!!!!!!!IIIIIIIIIIIIIIIIII 'N60NIIIN i ;_ I IIIIIIIIIIIIIIIIIIIIIIIIIHI INIIIIIIIII( �T: N .tll6••4IINIII NNIINIIIIIIIII�I��IhIIIIIIIIINIH111HN!u..AIU" IINII ., IIIIIIIINIIIIlIIIi��m'�IIINNINIIIINIIIIi,;lqq� IIIII IIIIINIBIIIINII(IINIIIHIIIINIINIIIII6; ;111.'.w NNI � �� I I[f IIIHIlN1119!9!!!IIII INHNAII INhtnlll�•,NI III �� IIIIIINI�p �IIII���IIIIIIIIIIIII.::,N •i,� IINI � IINIIINIIIINH�IINIIINIIIIH�IIIIINIIii�iilll?�t�ll1N > � IIIII�IIIIIIN�an iIANINIIIIINNIII'���II1;::;IIN II ` „ ' " IIIIIIIIIIIIIIIIIIIHIN�IIHNINIIIINIII�f�!�;N(,!!;UN�1 a � ��"' ��~ ��� �� NNIIIIIIaIIINHr!rr��INIIIINIINIINIH�'.!9N.�:9 NIII '' �� �� �.' :� IIINIIfN�IIINIH�II�I���IINIIImmINIINB4��h��E�NIII r ��� ��� � !�INflgl=!IIIIIIIIII�HIIIppIINIIHIININ►;'I��NL�� I(IN iiriifllihlllllllll�In�illlNlmI NINIII�.��! NIII i 1 z�.: a .y IINHIIIIhAIIIIiIIINNiNINIIIII�IIIIIN��:N�E�i��ll�lll u'� I INNIHII''Nlllu'mm�ININ NNNI(NIIH"•INfr,�rIIIN k�'1 tttttttl ...t IIINNNIiIANIIIIINI�IINNI IIINIIIIIIIII""iNinirl ..,. ,.. NIIINN! IIIIINIII Illllllfp ��'- �' , � IIINNNAI�III!NhIIIIIINI�NIIIIII AH'���}IIha1� �e � IIINIIINIIIIINII111:1111:IlIlIINIIIIIII�IN�:,;�Nl!P9N � s; a ;n-��, F, I I IINIIII�IiAAIIIyIIINNIIIIIINI�IIIpINN���� •• IIIINIAIII�IINIIIIIIIgIIaIIIINl1NINN pl^�� ��. �� I IIIINIIIIIIIIAIIuNilnuiilNIIIIINIIIi�H!u�, �i H -� IININI�IINNIIINIIII�IIIIIINIHIIINNINNr�.�ha.�Nl = � I ''E"�°�'l���n��ngllNlulNI�,I�INN��II 6y�pIN � � I,�ll�IliII11N �I"III IIIIIAB NNIulNNC�AN ' INNINIII a, Nl'I INININNIIININ IIrAIOno � I�I �HIII�IAIIIININ�I ..���I III .$��" �I��INIIIIININ IHIANINIIIII� 1►�9 - n r aHo,H SV%31'USIZSndHoo 696i x S833NIJN3"NVHSnVD'W 9 NVDV38 'm lY LLtl3A 1333G HJNII ,YINOZIHOH 3310 HJNII W31SAS N0iinei2l1SI0 Ol 1NVld SN3A31S 7 C 3NIl NOISSIWSNVHI 831VM 133d1S OM031 SVX31'IIS18HO sndNOO JO kLIO N e t K_ aoHp��i SS ba�vAa 1 w 3' N, q o W I R" $ m � I 3 I I I q3 atl `tl9��n � 3om dfO6�p.y '' .i N N � ♦O :I } N p y = d ': fi l 9btb8 tl15 R • p ,&M HM3 5 ti '., I71 u w'vl alvmy N M ss wz'U s 3d l �> �� b /�G S'E9 d/1 f F6Z_5 u 6 •Gei Y1S �:�. tlI� �� n ' " O 3 4 tl3A,IIJ,2 N,b F , I c ty I p 1�£ V1I j n, :�+,rnaG z l 004 kI s b• r.�. - � �� - l -� ry� t• °•� 3 � I II I I I m I O o wl m R Et ��I y f -.2p 6961 SN33Ni`JN3 NtlH`Jf1Vo'W R Ntl`Jtl3N 331oe—„ W31SAS N0unsi211SIa Ol lNVId SN3A-31S 110 Mill NOISSIWSNVHI 831VM 13381S OMVd031 „ti 2 svx31'11siHHo sndmoo eo uio m y IV saoe jai `'cXs ucwis ♦ ama O o f 0 .ca 0 o �y o II 'vI II a F rh a II 0 nory 1, q. ' PJOI� 3NIl 3Cb 31G650tl \\flr I I I II i I \ 4 1.•� "'�� ^i YXI dbl.2 9w15V 4„i�3n,l.a _ {a�{u� y J 1 0 • 1 T i ! I F i ri �° 8 I 2. b I1.1S 1 UVaI S3 `95 Syy,N1S N f I p I I I I i III' s I � I oo~.a v.� a E I II r e L- ,a 4,4I �,d i s s I i I a I n 3 o i J I I� I • I II — 1 e j k. . f3. z9 � � °�" sBxai'uslauo sndBm - va; 2-� •JN3'NvHonvo'W 9 NVDV3N 31 696iWSAS N0unaia1S14 01 ATH SN3A31S SVX31'I1SIHHO Snd800 J0 A110 1 c o ,B B I I w�md a all ��T Fez.zE visa F •, I I Np _ LN' C u m i g I , 1" � Y � tart nt a � ' I • > N // II I ; RR I i � I I r onmd F f,:y��RB j.:LS'p•1 I I rv.3t0 rn 4I, f" Q 00+BK �y `�,.✓ ��_��' Zed a p� Vls (Road tl 9 �i,oE f� ,� u � tic f✓'fir W p 9,65'a�j�aA ce 45 i,.i- 0 hY �I N~nwn _ -i1n L. u �r 8 I + g 111 I d 3 I r. � '�,. -� •^„yam'N� I � it n II m.. y m 4 t, I o g It- - 3 sux3rusaNa sndaoa -696j a"4 Stl33N17N3I NVHDnvo,W q NVDV3N <^ m W31SAS Nouno1N1S1d 011Ndld SN3A31S mn NOISSIWSNt12�1 a31dM 1332i1S a2itfd03l W� -*� sVX31'[isldHD sndHOD do ua co ILK % / N„sV9 td H.P,AlI� 44 os,d P x dz3s oa>bz 2 _ Z „Y SfVls Lim 3 n y. ✓s 1z a x i / o G �i - s , j J•, 4'�^ _ 0 �S 1tl15�V1 n NH Z� L1 tdk b C I Q vu O V:YY1 XMLS{f1£M Vls v1 3 W� WW \ G c � I r� l R .d:r ,dM�13X1rv0 OX.t n,i '. - t e , as le+az is t i T.9 3l —1 9,3 sso0 3�rFdrO' I 17 rt r W a I � Iri i I C 1 gY li 3 , � d T rc I� rc m Fa 13n�}bGN so I I SVi i - .' I{�S�� ocs�9Hisw do dole ! 1 i I t z 'Ps+i i Ylt I P-- os—C VLS'W—S t IMA x an: svl 4y X� I «£o sYsvw d z j x 3'. 91 �ays I. F � W r� J of a N a l - % l s J I Sod I� 3lVIC 6d l]N l C 9 V I. nM0 la 0 i + e e / yg IIIII_ 1� k, � ss i I I roe9zt it I � i r s x - Y , J. _ a rs� _ 3� Sn Vuslsn snaNa� - 6961 •• SN33NISN3-NVHDnVO'W R NVDV38 ` W31SAS N011f18Rl1SIa 011NVId SN3A31S lY0NY3#13315 NONII YINOZItlON inaM NONII Fa m 3N l N ISSIWSNtf211 a31HM 13MIS ciavd031 svx3i'USINHO sndaoo jo km H I01 II ; Otl1S , f liT t� ill IT! likill O 11 IT ill 11111 I I ° -' a C�/rV/l t I I I I , I I Mid N iE Cy$ Wf 9K� b �h o� . IIII 1 � I I � IW W •I I � I � i I j w o %,auaa aas I , po - i t� I I I 03� li I � JWm� II 0o I II LUNY I I _ u I {�y a Ai m I I I i { IN a l if I x 1f t o w 0 I f.� III 3if 4la I II m I Yzr J • • O y u m aorxs 3 I X I` k'F m m cc fF Q i "�► b' i, nia, 4 oER 'fN I 8 - r snal'uslaNa sndeM 6961 U SU33N19N3'NVHonvo'W 9 NtlJtl3i1 WRSAS NOunsi 11SI0 Ol 1NV-1d SOARS s o stl%31'us{aHDsndHODJo WO '�m H I t +F,� x T f '�K / 11M13O i3G`V l I 0tl31 As �1 6 a'VFG w I111 I w s I, 3 I IINI 8 I < N 0 W � a a , � � � �� I I W I � � i �4 •I I 4 b I III �g C S9✓" � - 9�1 3 1 i m 5u F oh< 1 O I I.•9 n <2 <uN FF y 60h I I iv 'i IIIit d M Lai l ! Y, , I � a� I I HIT 11 It I I I u g$ 4�'• � a OOMiV�W-4 B GG6 i I AS ` I 'II II a �I! I I I� f� ,� m s L! n h I , , dl I I ;IIII � 1 . :11 N I i XLY s � I I �I� li 111 I II II i o } W y$ Q _ svzdi'usla„a snaaoa 6961 1 S833NI9N3"NtlH'Jf1YJ]W 4 NV9tl3i1 m o �. �" T�LN3A 33 5 NI[ ]LN�lao„33d0]N NIL A31S�kS NounaRi1SI0 Ol AM 9d SOARS ` Y,Ycr 3NI1 NOISSIINSNV8i 831VM 13381S OM031 StlX3l'IIS18HO snddOO AO UO ¢m o -----ram MO Y� 1 j U T� 4 3 I II ! I I Q w 4' •� / FJ�I It I� �� ; t •� I • Ff�q � _ a � NH L,n M Oa1Wo5 C yy5� �... f J II i I I 1 , ,r 3t 5 �1 I I (tt -J o IT I K I I d jl I lj I Qa_ i T oa+ix II 1 f IaJ r n ;I LI .I . s rsa t 4 F � N �+ 3 s —I MITT �m I =�o I • �� ::� :� I W �+ass _ I i R a µ � I 3 ta,tnua. - I o n I ozv 0 c3naW a N a _ 9nI5YJ� 'm' i 91LS 03IA 3 "Jn + 3Nn s an I y }I • NI s Nll i =1' r _ .::. CYp ONWOC d"N 9 i OX Ls I •�r I 3q S I'USIYNOSf aoo 696i � S833Nl'JN3'NVHJnV3cW 9 NV9V3N a 3/� ''``t YLLtlA133f5 H�NII %N>zltloa 3�oc Nalt W31SAS NlOun81a1S10 01 AVld SOARS 31YJs Y Z mr�neurwwv �- SVx31'IISINHO SnddOO 30 ALI3 �m h I N' I I I I YI I I I X _ � y 9' 'tl av31 t3�'2 BF�'vAs I .ti tact I , t ! I IIIJI1111 TM,11111 111 i, t I cn+oGG b N \z��gni� i i I I I Irk I, jY, I I V 11, WWI hi �� II II I I I II � ' i II 8•�� °� ��� / v I I' �{ III I � I� � TT 1 _ S I lY3A } %.S 1�6 IIII I I II IOiMN Y tl1111 pLL ♦Ml.At [/�J - '; l . •� II aO�9!€ � r c rT .I I o N I I ao n n ea svd, I, I � lR.t 3 15 YA O9N� rE/4�2E - .. ,t. 3s Mi91614H0 1nd300 696j - N r� 95.yfI S833N19N3-NVHE)nvo-W 9 NV9V3N �p WRSAS Nounsidisia 011Ndld SOARS _ MI1tl3A}331 S HONI t N1NOiitlOH 133I 00 HONI[ � �u i - 31d r a .-� svx31 lismo snd8OO d0 u13 zm N c WITF f 1?i F f F II I j I" I�1 I �f I j � I s l a �AR I I 1 P I I i I I f ii 1 I 33f }6 0 l,}f 1 L660Y15 ♦ �� I� i a t i r — '. h 6 R L 41n009 36f�/b S'1T1�1�9GWf Y}f fl h I =1 �� I �1 - � aaaea+v f"ffNzs as�v� ♦ �_�r- I ... � � ',I I I ..f { F .fz n I ♦ 3t1 no'v NI a r I w O fi. 36 1 6 • won a> ixxi�en' i �NNIII MOM �!41, �� _ E .x ., III I IIH�IIIIi, III �uN uNplN Itl : a I �� `"` " II �I IH�ININI'IIlpl�IINIIpp�NNII IC�I I IN ' �� I IIIIUNNNIIIN�I�IINNNNINININ�IIINININNI� NININ�III��IIINNINNNIN�II=II�NINNN 1 III Nllfn:mnNNNIIINIR1 11 IONI I I =` � N�II NI IN�N�RiI11NIRRl II RIN �, . ,, �„ N�III t�IN�ln n H!NINNIN III INIII . I R I IIINIu"ININIUIININ 11 Rul I II��NI�IIIIIiINIINJ1uIIINNINN IIIN !Ilii n,: � � � �i�i���iilllllillNliiiiiiiri�'I NIIN �IIINN hill I �� `� ! � . • �!l�Il�Il��I�II�IIIIIINlII� II��NIII I.�:,IN� ii�i I INNN!� HIM c�Hf " i `� INI III=11 IIIINO II IIINIIIIIII IIINNIIIIIN �6; N * II I + Ili"I INIIIIIN OII Q =1 A I 111 I IIpip 1 ° mN� Mimi I:::Nril iimt ,.M I �N wil 1 �I 11111NI lull���'.�I I i��lowl ►�;�� w�$Y: NIINRN � NIll NII�N! � NII�IIIII i �NIII�IN nI �� csvn� � I fin �IININIg�lll:::: - �illll � jNINRNI �N�' I "C 4 p allN �IIR� iNNI�I� N r Y 1 a! Nz -130 w �' W0111SINNO SMNW 696T ~ N ,-•x SN33NION3-NVHE)nVB'W 2 NVDV38 m —` rauN3 33 z ,1 rANozlNa„33,or„aN,c W31SAS Nouns12�1S10 011Md1d SOARS � o y _133S=YdO3-T— _ SVX31'I1S18HO Snd8o3 Jo UO �o fn g 3x a F Za.N I 1d III l i i�ii i n «a^ �I aOl S � Wit ' 11i WHIR l Ei __,, , i * 9I LN N1 Nll zra'a NAnos ���/! J Sib3aTU W ZXb-f �� I C I I ' ? JL i o j � I .:Jwk 7I '1 9 3ii01 I L I�, IIN rF If I � VY �t o I ( ( I 0 t C3 �f i I o - - - ors Ib tl W ' - yy J. X .Y 0-7 5� S � _:- i { i _ � I T / W ' sw / ❑ � - I ' s � "� :< " 1/awn tpSY,tll TI roas r9e.x°a.n boy� :. I �..-- 8 C�V a fl vuea�` S833NION3-NYME)nvo,w y NVDV3N 6961 m m H MIlL3A li3]E„�„I, ,.w�2�ao„133i 0,„�„I, A31SAS NOIlf18 ilia 01 AV]d SN3A31S e e 3NIl NOISSIASMV8i 83.L OMIS(G]dVd03l = � SV)Oi'usiaH3 snddOO Jo ADO -m N o R � o of r _ mTj i� n , . i 'Eli N � 3 I� 3 I I _ I I I R ,4 I�1 ill �IIIs� I x) I d. I i I I a � I II „I t' I g >tndAn + PTI IIfl I l �11' I• I 4_ i "S T Y a � I 'f� a P� qon i I - I I I S +rar II F Z _ b* I C I II W � I o -44 41 o�< zN $ I I E l j bl 1�010 hl.� dflfl d „9 NI6 od NLWNNNn M1d30 3NIh — 4Y..4 3N O YbC.£ o F2� ��yo O�Y,OS.E'iG5�0243 6 ' I ul, g 35 � ' " StlX31'LLSINFYJ oMvy 9 J S833N19N3-NtlH`Jf1Y�W NH`Jtl3tl 6961 � m — IYJLLtl3A133J51YJNl[ NaNDZINOHaSLOrHONIL W31SAS.NoungId1SI0 01 AVId SN3A31S 3N11 NOISSIWSNVHI 831VM 133a1S a2it/d031 � SVX3i US18HO snddOO 30 Ailn �m y WF- T1111 TT 3 iC p 6 �dUE a l J I I I I I : ! 1. i II I I k 4 F III G 1 r s;•�jt� x am 3x � '' �'i.. ll It NI 710 Lk -$kR O _ L �nie/rn w I T-1X 2—s akc t.. o E, ra III I -f' a 1If i�io niia�l I d I t-� I f o' H 30 3a£9'Vaa zz O e i x ; �2 3 IS erz I I ;' oQ x a - _ 3 1 e 8 I II N 1 , III 13 i to<- 40 ,I m 696T sa vu mosnaaa� - 74ay' Si133N1'JN3-Ntl on.,W 9 NHJtl3N H I m -- ,v�ua3n<33asH3Hl, 3YlNOZItlOH133J0YHOVlt W31SYlS Nouna1211S1d 01lWd SWA31S a 3N11-NOISSIWSN"12131VM i33alS GHVd03 � z SVX31'11SI?JHO snd2100 30 k-10 ozica y ~ ~ 'F iA AM19G$ nx �6 t lei t r v f; \\ a, 2. I I Q�\ T -1 ItV tt 1- OW xG4 Onm].9n1 G3GC i': I6inll —W no bz ew.:- I d"�o8, ar N,zx I i t I ae8?mom �I , III i � I n Fu. Jig �R F"s O WO 14GGe —C I I II �Ci I;, II I' I I nT� ' .x+b}3a a5 Z- 1 1 } 4tll AS ♦e 4' 6 ♦ MI I ! # :J-1 a I I I w o � 1 II m m e. 3n,h(s iro - _ r < � a; 33 Ic RE i cY9 wun.z I a,Y,z z p,oi v r # � � I a t a a MEN �,, � ,' � IIIImNII11NNIIINiNIIIINIIIfTi�iiiiHliillmlNlll H{j, �;: - �'� r � I IImNI IIINIIIIII'IINIIImIiINHINNIIIINiImNI a 1, `�` -! � NNII Illmlu{�NIIIIINIINNHNIHIIINIHIN IN'NII � � N ImII IImuuliiii�IIHIINIIIIHillmIIumii 1 11 3 r �� mm III IIIIHIINIIIIIININNmNIIIIIIIINNH(II IN INN NI mHmmilmllmm mNllmmillI N ii miuiimiINHill III IHIIIIIII IIIII! IN 11 In I N IIIIIINIirll1 IIIINIII�NIINkIiIIIIHIImHIINlllllll IlHllim r a IIIII IIIIIIIIIHWIm11NIIIIIIIIINHI IINIIII!R111l: a�����c��nnuuNlllllllllllllllllllllillllNmr�ll111 ,f, HIIIIIIIIIIIINIINIIIIIIIIIIIIImIIINIiNIIIIIHI;;;lll '�`� � II�IIIIIIIIIIIIII!Ilillll INIIIINIIImIIIIIIII IAlll!P�lIII$� lollIIIIINillllll"IIIINN1111NNIIIIIHIIIIlI111 illIII II IIIII{'IIII IN IIIHII{IfmlNlh; M i Hill11IIIII II IIIIII� N �IINIIINIuppIIrmI HUMID IIIIIINII1 IIIINIIII IN IlgNlb���l �n` <v IIIIIIINII III I III mllmlll IH I111L:;,ill!r!!II �.. s� a��°' _I!�!2!lulnl_yINNHINNmNmIIIHIINI{NN�°aIIMN� H HIIIN HHIHIII I hIFF� II1 111111, NIH 11 111;' INIIII NC�I' �IIINmNN Nmi: :�Ih!"N IIN11,111NI11I11NNIn HOUR! Ilmlll"!:1 i fall '� '� r � �`` ���'' H IIIIIIIIIIIIIm11N mNIIHIIiNINIimNll���► I!�ri' NNII IN mIIINNINNINII mim��l���� iIIIN HEN I mll fieii�ICi�l .f �..�i��uuii�"�N�!umNNl IIImN{I 1►,c I�' ! mNII�HIUNmNNI IINHIIIIiII,... IL.,,I : HIl1mIlHOUR I Mill I IImIIH Hill 110 1 1; 13, r re f �11�IIIHIIHIN�lIIIIIHII NN NIN 1 11 lmNllll I �, 5 � ,���`• ;P''r�r IIINNIImINII mH�I loll 11„ IHNN�mNINHINNIHHNm INN ` IHNNmmIIiNIIHIHIm1I mlmillmNlll I 1 I nilllulon p- Nlm m� NIII !v V4 31z �: !H��H'INlm�i ram; "f WE A r; SNf31'LLSItlHO Slldxoo G(1GT S833NION3 NVHffittl3'W 696 L 9,NVDV3N o _ -t W31SAS NOunsi llS10 Ol 1M11d SN3A31S em "tl lYJI1N3A 13L5 H�I ,tl1N YOH 133i OC HJNI I Oap • 31Yo5 w C5 p SVM1'11S18H3 SndHOO 30 uio �� y +1j, 4- 'd Hill a I I � II • Y I� � li ' ' I I � I11 111111111 ill 11ilil HI FEW lHill 1 } / � I I I a° :4, r�`• � I I I I i II I I da I I I � m 1 tl TiK I 7 II LL H N 3NIl 1 t ' i ♦ 3x1, II I I I I Ill fill 111 11111 - i - ,�d'r, ;j' I } 'a ✓�� lna -� I I I� I i� II 40+OL* 3 1,> O I 9£ F J ' � I y FY r. v� S 1'I1SISHO ShdHOD 696T �� A ue>'' SH33NION3'NVHonv3,w'8 Nvotl38 j SAS NOU118Ri1SIG 01 AVId SN3A31S �°° W31 m 3 lYJI1tl3A 13335 HONI I ltl1NOZItlOH 133f W HONI I O b All NOISS11111 iil 2JRVMARIS CIM031 SMI'iiSldHD snddOO ao U3 Hk d ; d I I I I I �.,,.�� N �ns 'spores•vis IrF�l ol It I r;� I I � I I ':� �..�---�-n-,•--`._.. I � I it _ j tI� ' I T I, I a a I I r I .•� III(/ � ti - I - I y ' a 9 � I �iCc .00r EE. S zse vls �--_- I tiro I 0 _ I i I •g - I I I I x Q I- I m I I r I c sob£7 �W I ••� _. I�� IINIIIIIIINNIINIIIIIIINIINIIi�i��hhIIIIIIINNIiNI � � - � �,� � IIIIIIII��III IIII!�'IINI IINIINNNIIIIII I lillll�� �� •+� IIIINIIIIII�IIIu�P!{Ii�INI�IINIIIINIIIIIIN�I�IIIIINII!IIII ON FIN �IMIgllllllll�IIINI IIlINIINNIIIIIIiNIIIINI � � IiIIIIIi����Ii111NI�IiIINh{INNIII�IIIIIIIINIIIINIIN111 NNNIINI'IINIIIN�IIi{Illhllll II NINIIIIN�NIIIIIIIII{NI I IINIIIIIIINIIIIN'iti!lfinu I�NINIIIIIIiII1NIlllllNl � � i �moimi !.v 1,11111NItlNN IIIIINI I NIIIIIiIIN """"�'�1111{INII, IIIII��I IIIIII IN . - �, tt ���I�IINI�IIIIIN� IIIIIIII!I N IIII III"iN = E4ER1" M HIEnl�lllll� I011111111111101; 41- s npi R111 ilhl{III{if� IIlllllll�lil'{Ii.... y����. iiNi�h�� � N►N1111!II II�IININ�:::�II{;�� .,m IIMIND IIIIIN, hIIIIIIN � IINIINNCii III _ 1111NIIIIIIIIIIIIIIII{hINI � IIINIINNl11e91C; II1111111111111NI�lII►1111lIP INIIINIIIIINi ;NL'! ," q� INIIIIINIII{N� p! �:� I �Ii�lpIIII IiNI�IiNNIi�Ni I INN{ IIIIII I;�I�N NIII� �N�lhl��ll!�III INIII IIII{�Iia-!i �i; 91111NNIIIN;::alltr�i r.. NI III�INI -� I'� II�N �IIIIINI INN',: :{IIN1! + pp 99 1D11�;;alN i I IIII II I Il I111till N1illllslllNNlNll�l NE!�] II I III � IIII IIIp 1111 N NIII NIII P���Ilhr;ll H!INill�'lI�IINNIIIN�IINI'��1'IN""!II �� `= N INNNNI � NINNu INNNI;���il h��NI NIINIIIwI NINN�I INm liiil{!i� NNoI INIA A �IINNI I NN�::N 211 II NINi �InN� �c� IIIIIIN NIIIN�IINII n� G 1 �illl� ..' N�InlIIIIIIIIIIN TAI '�fIYIlY11111Y11111 Ifill ,f { � :•. .;� Stll(3AVIAH]Sf1Ha0] 6961 Sii33Nl°JN3�NtlH9f1MJ>W 9 Ntl9Y3i1 - a W31SAS NouneIb1SIa 011Ndld SN3A31S ,n„5� a IYJNtl3A 133i 5 I ltll 0 tlOH 133f W HONI i r� ' 3NI1 NOISSIWSNVdi?J31VM 133dis aavd031 StlX31'IlS18H3 Sf1d210O d0 A110 m +,�.•,,:.^" - ar• a.s .. x>,.. _ ___ M g�i ,a.�• I I �Cgroj�e �E" fir' I °r E � I H 3 u R I aIyll� a �u,1ed I � sI II y� �p. efJKV .B NI I 1 m ,�°00• U" JI IT I � r V _ C f R I.x^H� a. a xOF 3�Jt lipI E ! 3dLii 14 — c�aw 41 9NIcvJ,ol m 3Hn 'R ' e KvaI4 RT4= li 1 _ 1 � � � ' I �N m •i' ,; g I • � I s VI W E r / I�, h o 0 '9r I x •`� �Yµs µall• sOa'vls ('�L I I � I I , I . I I `✓ ,tnC ate, I WI >HGea / �(J/^�JjJ E2-tie" - \./ d 11 1 ff I i N so W / I I ( 5 Q a $ I N r I ^' svxil'uslaHasnaaoo 696i aP ?` 3833NI'JN3-NVHJntln'W 2 NN9tl3NCID gz v N r+ " YI1tl3ALi S HONK VIHOZItlOH 33 M N�NIS W31S,kS NounsRI1Sla Ol 1NV1d SN3A31S W2 Niotsmsl t MC31 iSINHO Snd8o3 Jo u13 111111117,TIT IIIIIII III I F J I4H INIIII lit III I I In Mr ly Hill frfrfirT111111 J y � p I x ooreas y�' 4 I 19v>Il3 1S, '3l 2>'O>L MS � A • l I i _ wlseve t Na s sv.sW IM x ✓ I 0U r+S G�J". I w4bdS Q u u s II NW ? mN5 Ww f mHill r i• § } JIt Ej II �* II m I I I � I I r I (l I i lE II I I I 1 I I I I �. I II I1 } II 1 Cam, I I. f✓' y L; KY>.I N5 3N "9 3ssme 3N ab3a o y .�,N a s 'i 3 e� �r� Stl�531tl TKs �-b F I' II p„ir' FOL�9A 1S AW �2� TNI'I Bb b3 o Oh a} 3 bgi IS Y wa I 6 R S R NINNIIII�IINIIINNNHINNIINNNIIININIIIIIINNNh�� `q Syr 5� ����: uN111� IINIINIIIIIII 111NIN NINNNI INHIIII►:� INIHlNI1NHi NIIIINIIIININIII�NIIII IN�IINNINII �, IINlilll IIiININIIIIIN N INNIII�NIII�I II I�IIIIIN NIIN111HINIIIIHNINN� 11lNINN�IIIIHN� IIINIINi IININ��NN INIIIIIH INIINIIIp�IIIII INIIN�NNININ �� III IIII I�IINII111111NIN N IIIIIH�NI INIINIII INI�IIlNIIIoil r H IIIIIIHIINI81111111 N IIIIII�� NIII of N NIIIN�IINIIII111111N�1 II N IINIII�1191 IIlull IINININIIIIINlHNI1111NIIIWIINNi��71� lull IIIIH11111111111NIIINIlull I�IIINI••dl � I IIIINIIIIIIIIIIHIII Hill NIHIINII IN UP nllIL illl I } IIIIIIIIINNII111NNI1(IINI IINIIgIMIND IH 11.2 •� ,w� �' k � IIIIIN II IIIH�IIIII� INNI�IIIINI �h�� �, e „` Nillillll�I N I1NII11111N I IINI III .._�I . %f � ` NHNIIINI I�NI1tl�INNN�I IIIN�I e�;N�� ININ NI iii NNIIIINIIIIIIINIIINII !!'' 'N' . HUMID 11 � 11 �11► .� z 111111NIIII INI I NII !,•.. �p , IIN IIIHI I I I IIII I�� ���44, �HIN II INII��a x . . !HH� . L NN '•''� �ilivill ! II NIIN IIINNINN��H INI ,� .�'� n � � HNNIINII�IIINIII a ��� I � IIIINNINIIINIIIIII N .numnN.m.nu 101 �w Balioil e 1 i rt 4 N . :4-4 . ; i � 4 �` dq i m 2 stl VUSIaHOsn3am 6961 5833NI'JN3-NtlH9flVO-W 9 NVDV38 3 E N d I,tlON 33 01„,N„ W31SAS NOU1181diSIO Ol AV1d SN3A31S SMI'usiaHo snd8o3 do ui� 031 w z =3NIl NOISSIWSNVbl831VM 1338iS GHVd '-� _ z ej, I i Hill ill I ' E [ 'h 11II � I i 4rtillfY 1 - I TIM I I I W pI� I I ill I T I 7 i � T LLV- .1- 1 SV I I I II I i I Ya } T , e �g � I :� � ZI:3� •g ; I ma's '�, '"`' ` � arr_' .III Q p S I{+ I e o I w ti, m ^� 2 6 r I g 8 •s t I S w r ri rf z��•n,, � .- I - � r - I rAjill J % IL I I I I u I w ' I- � . C . I }-�Y.'� �7�w�wSr%"s s'� ' J�2EAI 'I'd'N 9f11d/M 131tn0' H K n�i s VUSIHHo sndHoo- G(1GTSH33NI'JN3-NtlH9fitlJ'W 5 NV7(JLNl1 W31SAS NOIlf181aiSla Ol 1Ndld SN3A31S — O k9i niC' — -3Nn NO]MViSNVULEO b i3381S OWcfO3l-- -�- SVX31'USRIHO Snd2HOO 30 UO e I x I o 11 l r --- r E � { �\y7� 1 I ;I I 1PI d o I r f r vriaa 4s•�wa t III YJ I f fl' w A 1 F 6 a I % -. y2tyrl 2'9 I. �a I I 9� IF- m.,l,o ry Jil j �p l r i I ow J ♦� I I 3 I I I 3 i I i i i 1 w � I J -` S ul o�Nae4° _ + � � I l� 931 .FE41 5 - . r1 I .• // S�aE'0 � �;• �} - � III E .♦ P I s ' x _ J 2: tL, sv ' „�.�• no Stl%31 tia1aHn SndtlW 96i 6 1- '~ �!l irvoy 7 L N yy y ��a� Stl33Nl`JN3-NtlH`Jfltl3'W R NH'7tl3N W31SAS NOIlf1ewis.10 Ol_1NV Id SNW1S, r 31�5 31411 NOISSIWSNV8.L 831VM 111diS 02it/d031 �o SVX3i'ilS18Ho sndwo jo uio m o 8C lo E _ e� I Ajj — ------ -- N - of � I n s Ix o I I �1 z„ 1 ct c o E o N e' I (de" T I s LF �4 NI m 0 8 f, I _ a TE b I O Q --- k T o.t I ,•, _ --�,. _ r, .,� I I II 7 I 3 �� I m 1 rc r - k 1 I I� — r N m � id T to a �4w i La 1 1 I a ¢ _`_7 4 T I 1� n I i :4. SVX31'NSINHO Summ S833NION3'NVHOnVO'W 9 NVOV38 6961 , W31SAS N0unoib1S1a 011Nb1d SN3A31S lY]I1tl3A 133f S HJNI i lY1NOZItlON 133f 01 H�HI[ , W h 1 '` rT 3N11 NOISSIWSNVdi d31VM 133d S GdVd031 svx3i'lislaHO sndaoo jo A1.13 I'Sb+9£ YBVf9Q'V15 N WL w •' a clr.na I III a < FE O L6sbf I� 1... II III o 3MN0 I ONtlI I 38OVd '- 8 �' -�,- —_. AVM X !l 7NYi] G'92•hC < it ` \ m o �°r mum. �dY' p TI,� 8 0 _ I j e T- 1- p I l' 16WI o a 11 y ]i ro I I � I gmdim-13ii CI'V-r I rye � I I z] m .,s M m t O ° I I R li I — Sz 3 ya r�' w ,;�. 9, �.3`� � U� �•,� mpim l uno awe.;i — i 9 +) 3tlll LY9lJ OL O3SIVN I VNV1NVl , '1"� R , 1M G151k3 a351Va 19 b� 1 g � w f c Y M S J I Y h Y L �fI g' a o I r A `% -% svxsrusiaeo sndaoo 696I � . - " o N $a33NI'JN3'NVHDnVO'W y NV`DV3N G n, � W31SAS Noune1a1SI0 011NVld SN3A31S a C 3NIl NOISSIWSNVdi 831VM 133211S a2lVd03l wwW w SVX31'I1sINHO SndUOn.i0 ul3 Q�W a R F cc a � to W I b N aI W I �b� I Jim m LL UV3HV 9'91)•£b'tl1, oo•bb ,S£ I ,9z � I NJV9 'Bba 'ytq a � n I �•w' • I \ I L 6 � ♦ F o m W m d•uCl � � by 2 �J 1213At'60H 1ON,ZO.vr I3n)J- �_ 0 0 a Z LL x L'9£a Sf I � O �b9 L'9£a£'V16 I \ °W ~ m z LL W nw N $ a3 Lsabe n Ii Lstae ` aJ II I l O O a�i o Q �yZ 11 I gg W m LL /LLB 8r3A1110 (n LU IZ L'9Z•bf _ _y Sul J II ¢ W�MHdNV�SI 3Li0Vd d III Imw Cl) 11 J } -L9�EE- M3AI35 avrs s LS EG/i_� V+ O Z Z d Jk O 9I1 O W a a z ap Q L'91aE£'Vl£ I / 2QI Cis Qt mY J Z O+bF— WNW 'F_Ti 8 " N •; I ZX0 u ii wi II G ''v j w o�Q ey 1.WAd-41 ' ,n �¢z 5 O J} 3 it U W Z� mN e� ` X� W Zwtt r ' u s b m�0 m yw .e h b Jao Y �.'�sry WE Y / �i•`a3ivm.a1 �1__ a m N 2 � M.20;Gv;oO IV � W J4 a3M I� 6'9f•2 p "� WN OO OV nv0 6*fi• -+ac y 3S N�.B I _ F it JVE E96i G '• �'p I � a26 J i- mm w y�Sf2 a o3s znvs•e Q 3 i t O I: 4 I U ,ce sz 1 maw W'- m ti l Ob3N%0'6-- ! U U 3 U o _ a of LL 0 U•I - - 3 y s3 snai'usla„I5neao0 6961 �y�ex SN33NI`JN3' OIIHI 1118@NHJtl3l1 as N „o,ao„�� W31SAS WlinS1uS14 011NV1d SN3A31S 3NII NOISSIWSNVdi M31HM 111HIS MW031a SVX31'IISRIHO SFldHOO A0 Ally Oro N lox Y Ij Ii'}I i tliik j 114 i ;�Il;ylli � I fill I w I og I II I i 3 f, I I 'I 1 l j tl�1�'nMo -- Utl0l3tl3H i iz'r VV 9n5rJ Nf 32W YY Ir S'NWS,c - r1 I I I z I ISM A I f k• 1 I I I' ie �—y tit C) UL I. _ Ia O 0 3f � I — I t � 0 m „ j _ ��f.• � I � i . III I I I qq�� anndnoo ,n n 9 slam l,nvn I I, AAIJ,9 � M G'Lb 'Vls - __ 9a•�ewb�vAs I I A 4 T } % T I , 4 Min � i e O,bal rf I > Lo.V Yl9`nJl W I LL ^I I' S _f_ SV VIISMHJ 80d90J 6961 N a STREET -lmuul -lcnG-L'z)fu-U-L -Lrvv - pISSIWSNVdi d31VM 13381S OdVdO3l r SMI US18HO snd8OO 40,U13 1-7 V V r h'dti �� soplroe � _ n o 3AItl0 �l3BdW V>>W �jrys Ina s�.n a Y Y � e 2 1 i r a6JLb'J 15 _ j 1 nM„B-i xa •.� + STREET Z p J I � 140 I 1 % ill U" N w i 0 T r I I p jj. r ^ . 1}vASi � d l I a s� T- i ! N F I C u' I`- T 4 N ' 3Ntl 11°"ns a ro 'lOItl9 e W B II i e I z ��b .nJ'•e•awJ,xxe _ T i I. i 51 BS 15 - ♦ i I I I o � m Y p .N a a r I I m Gar III I y If tl W Ix T: Ix I� �'�r _ y~j I ;I �nnd ♦anano�oHl.l '�, � �._, lx i I I I r�3 W �. — I m r, t. 7 $N33NI'JN3-NVHDnvoo vy T NVDV38 W31SAS N011namiSld 011NNld SOARS F Y —^ SVX3191s18H3 SndMOO Jo ADDfo V I I o I I f � w a 4 }+✓"fit� c loa. —tro�sr I i 4 +IF ao � � aeaam I I o r si FS 1 I � a� I I $ � F h I I � rm / O 8E 62�ZL 5 as yam, I a I CD - II I M a s'r n'a. rou I I E � •k Y`� I I it O vOOfOL O - b So.oe b15 � T g b � Him p e I i S R �. a �, a �.� W � w a a W } I a' sv Vas,i snaam S133NI 6961 ( 2JN3-Nimonv'J°W R NVDV3i1 a i YNOiI...133..H N:[ W31SAS N0unsia1S10 01 AV1d SOAKS '0' -• " '`� - svx31'usIHHo SnddOO JO A113 4AN I NOI VOMN } ` - r 2B.63b 3 M1 ,9r IN LAIL hF4 � + � � YIIT ` 1 3 i r j �• N M�K I I ' r tlo1 e I Imo' -s De i I 8 N r I � I aNse;fn'ocssa vts k oz,E'oT II fagm�,.3,��o1n1 II— I I O j I 'I II W I-s oo+ae II III 8 I i I y I 1 a I H c +r3 3 ' yy d f K� C d i ill d 11 I I i 10 I I m � rival ap3 Ala�v+s _<y I i 3 W \ IW \,} 9NIlY.J NI 3N1� f'95x W sv9 e,+s3Ans'nisw�,� _ l0 4 I — sL I0 1 p❑� /� �a W � I AIV a m I I 0 I I u lb� a Noas� i 'o 81 SI a a t+t; s� . ,.'. sv>3i'usleHO sneaoa 6961 a °4 ]tl9 Stl33N19N3 NVH'JnVJ'W 8 NV9YRI a @ c��� I s3cTrn"s-a� d....S93A31SS off' a .` tl�s 3N13 NOISSIWSNVdi 831VM 13381S O8ddO3l n �' --" svx3-L gismo sndaoo JO AM �m d� I ' x W I 1 �� -2 ���� ��y��� 1 la q•a6'VAS � —�i o.,'aae 'v S 1-..I Np cp s P I I � • 1 2 I ��4"'� ��y � � � I $• I I N °o I � I / U I a m 'O/Il0 NIMOlV9 d)m t311no-MY„i V I .rv `J I III e " n I.1 -� 8 01 3 ---- �y � W = o I' ° • .R N w I � g I � 55 Qa I a J AC 2 I .�" '1 ' o �� 1 _D I Nt101 Z wk! ]q Nl]eWV 45�06" S 3 O — `4 9N1 h„ NI 3NIl Sr9 E'H�LI - �-- � N - . J 4 d,� _�_ 'O.h'19 c• n� arum ua.osti N011MJIAV o6 + an]v 3R %�!��"' srzai'lisla„osneaoa �� ♦..� SN33NI'JN3-NtlHEMD'W 9 NVEN3N 696I -NozIaoNA33A , W31SAS NOIlf1misia 011NV'Id SN3A31S 3Nh NOISSIWSNVK a3iV 133a1S daVd031 -- � svxal'uslaHO sndaoO�o ulO v II 4 N. I I'wsUT tH +l � 1-14 " "I,17 °w� 1 �� '.I � I _i -I ti o lipI � I i fi i If cf• ol Fj 1 it •x I 5� s u 9n15'4,V w m 6 I I F o 3�Lq NI'im +B01 �9 n0 9NI fH 3NIl a3 vM l' # 1 3 r \} } I I t 9�IL 1'.l$ p Y T I} I m , III IlI I p -- $o 0 "k Y I r 0 s9_. . +bp S833NIDN3 NVHonvo-W R NvE)v38 a g c i W31SAS NOunp1b1S10 Ol 1NV d SN3A31S n T « �_ _ ;F3T40S3NI1 NOISSIWSMfbl 831VM 13381S G?JVd031 sw31'usiaHo sndaoO do uiO d� E, v MIX 14 Jpl I 1 I 17 Hill a \ - il /f Irr it e kp : 'Tro'M no lsOd 'a'-a X I ( .i it 14 tt 31 it �, p3a aas wis♦sairoa�rocs y m ov ay l] �I IIII Hill iiiiiIII fL 3 Y1111 Hill - �,� os- '� j I I .IiI � I I'I I illi H ''a' ♦ 0 LJ I = s 1 11 all Ili! 1 8 Ii 2 I IIt 1 Ti II I - i. / It I',it �I t O w .t NY S SH h1 J z ,.. DO 3 v i o- - cc e _ b3m�s'I+tlS.b 8, I � I o~ w I �w ' U w • I OVR ca .-�.'.�� r% Srx31'uslaHa sneao° s SN33NI`JN3 NVHDnV3 W 9 NVDV3N 6961 n —" W31SAS NOunpia1SI0 011Nt/ld.SN3A31S `- vxru lYJila311133f 5 HONI S 1tl1NO2 0 1333 Ob HONI I i 3NIl NOISSIWSNdMl 831ft.MKS OM031 z 0 svx31'US18HO sndHOD do u13 m y - TTI.7 '11 l Ig I If+ II IF �'x°� owzz I I III, I I I p `a I"� III it i I I +I 12 ' II I + I I r ,A3p 335 AS tS3A'C2NbI'1S O E , tc � � I \,\•d �t.x - A�hub �� I 8 u fIao+al I : I I, I R ��� e01-Y lAt ASdA'pS�SI'V15 \� _— r 4 A R '• '�. 71 KI c/ NINNIN�IIIH ilNNll � � "NI°IIIII��tlIiiNIIIINIIi�� I�, N�iNINNI IIIIIIIh61uIN IIIIIIINup N i ; } °' NIIINNIH II IiI�NNNIiINIII�NIIIIIINiI�NNINN NIIINII�NINININIIII INIIINNHNINIIIINNNIIIIII� :a P IN HIMnil NIN NII IHII1111111NIHIII HIII�IIIIINIIIIIN Holm _ III III IIIIHH IHIII IIH f I�INN�'��I111(ill�l I N I Hl�i IIIIIN IN H yHINHIN�phillulNIIII�I IIIN I��'°'N(N HHIINN IIIIIIIirIIIINHiHniilN(INIIIIII �INHI _- �► Ill��yl1 ? !lINI`IIINIIIIIII"(=IIIINIIIIIII �I '` �,.��. IiIIIHI�INii�IIH11NlIIII8p!�J IIIINIIIIIII� �� u' IIIIIIIINIIIIIIIINI�IIIIIIIIhII�ilI (IIIO NI ` IINIIIIINIININIIIIIIIIINL;II�I IIINNII IIIIIINIIIIIIIIIIIIIINIIINrE, I pillII Ixx II(I IIIIIIIIIN IIIppIIII IIIIIIIINNNI NNNIIIIIN�!".NI'Nu NNI N�N IIIII�IiINN unnl�iq IH(NI � . m idIN II IIIIIIINIIIN�HhIH ��,..... "uea 1I � ��� II II U!� Hp �IIIIIIII NI �u, liii°�III IIIII �°11HIIN �rIINNIiINI !r� '� IlilllllNHIIII IINNIIIIIIIII NI E��, I►��INI NIIIIIIIINI�II I NIINIIIIIIIIIII -�.. � IIIIIIIIIIIIIIIN�N�i IIIN°nunlll I NNE° 6;r�IN . , j NII(IIIIINIINI�IiINNNMiININNi I ,.,�N�:;,1 .� � �/ NIIIIIIIillll II ,ggH yymNIIINNi pN l ��Ita�?I �- - IINIIIIIIIIN�NIIIIIIH�IIIINNINNININ .I�����i' _3 w_�,..q IININHIIIIIII IINIININ��III NIHNII ;IA; ��:_� a�.,z. NNHIIINIIN�INHIHKINunu°i�IINNN �r:�N'!��� = INNIIINII)IItNNlli l IIIIINII INIIIIIII( :AIW. N u= II rr IN t INNIINH IHIN IlNmilul �,' ,�� IHNN�INNINNNNIII� I ��y �� ��` I�IIH HNIIINIIp Iilll�l N �� r INNNINN�N 1!�IHI � d � ' F INNINIII N�hI� - 9 r' �;� INNNIhIi Numn ` ( INIIIIIIII �� . r ` k �1� fitlX3VUWHJ sue oo 696T J SN33NlDN3-NVH`onvoo W 9 Nv9v3tl o i W31SAS-N011(1misi0 Ol 1NtAd-SN3A31S-- 3N13 NOISSIWSNVdi 831VM 13381S C]dVd03l „ a � - �- svx3i'iisiaHo sndlOD 30 Al(:) 0 via �i o r A d1 ,w x �a I i pWlh h Y -r s y_ L Ilzsc / < I I'r ao�te / �' rb' v Ii_l til t'YTt r- 0 1 i. 5• .3 s\ � tw � n Iil� � � 1 �; I� I I it I I N - ytPSF. 1rl44- a �t�i •say ra 9 s , e'c+ is' '.50IT p4_ / 2 � r� aw3 fia'v I J � ex • O22 J� _ t.'1A303d5'S3OOM' ' , -.. lam°' ' w2 V z aBb-b'O0.Ob ro)S _4 Q e3� aanaa z�a O o ab p& a aim o a mR m=p 2 h G Q I mp/M 31l O Yl e ,a z° I 2✓ I ,o� I n j R R r, 4( ay S 1'11SIHl SndaOO 696i S833NIDN3 NVHDW1 W 9 NVDV3a ,o b W31SAS NounsRI1SI0 011NV1d SN ARS g `� 3NIl NOISSIWSNVa12i31VM 133a1S 48Vd0t _ SVM'I1Sl HH0 sndHOO 30 A110 ss.: F T I i 0 1 t ", I I 4*1 a i wllu a V � « P _ •., .. "e n� ', -_.=tii �_� � i Ilaroes„vs sly° i I �1 ' I� - i�a I h h, i ♦lb4 5 o� ■r fl JCS 83NOtl i •y.l1.�•ssD or -,I:sH�M w�a s o f vis 8 H^"ft.?+9 i j. I i M�s NdS.S�i2D•9fi Vl1, - I s... "'s O � Ad O 3`JO3 8�68 SS V19 1 I I .�ma»'1}k'r t� • 3�, 2 1 1 � it I �[^�a NII ADdH.WI„MVWN hOS / - ✓ S 1'N - yUf 7]. ,"Ad I A III � I v T ,.i` ..• .. ,e... V • Ms y1 , �g j 'aa %3q X31 I Ad ]ys , Iv 'IFS .i '•-. � �A � C Ua af11$bO do g w 00 8 {/�Ip sI `Wg' snJ Una,fe y - a�� o Z JNY Wrw i •. .9 a ;�'�` ,: '; I V �o�C fr �.J � 3A1 �� � 1 66:25'VLS 110 9 16_..W� b al r � {�').�J ~ ..��•'��& .'a �-' • `� oar a�� " D�� ,' je.'1�* .. t'fx•� ,� w al`w �y II �` w �,e�ia f5'V 5 3A,VA., — OII� I dIb =psi _ qs NFLL FFJ /� I Ol. GGO t f r VII a a a $ _ I n ro 8 m ' os•Ic iar__, s 'USaNOSndSOO 6961 J 6833NI9N3-.NtlH'Jfltlo'W'q NtlJtl38 m 1D m —3111111—1, Y,No=„o„,,,�,„,„ li NOunaib1SI4 011Nd1d SN3A31S t � Q 3N11 NOISSIWSNVdi d31VM 133diS 0M031 p � • ---ram svx31 11sI81Ho sndaoO AO AM Z I s 1 ' b� I OI I u4 a a w. > I 5 i ^ ttt t i8'ON 3AN 153G _.- _• ` ,sY e Sp TT�. I � n'le -, hl y aG s 3 p �s bb�9 Q �Oo9r oao, l i �• � d (r W i N Z o U y 3— ON� O O NPM "t��—v1 I pl o I •.• a sQOKFJ 9� �M la,lnO and S cl J I Q he Q O 0 o I I 0 c I a a� vas of 1c3 °n I I I I u 8 I u- b z it ua�'O+o9 roes I � , •' I S M r 2ec� j Sb%3111SIHHO snddOO 6961 ' SH33NION3'NtlH�JfltlO'W 9 NN9tl38 r" WRS)k"OU-HIH±SiO Ol 1NVId SN3 _-- ._. -' MLLtl3A 1333 S HON I 31bO5 0 INOH 133d M H�NI[ y�Q Q a _ _ 3NIl NOISSIWSN18i d31VM 133diS G8Vd03I F; ~�" = sWR IIsiNHO sndHOO JO kLIO Tc i 030.0 - — .12 ^� R ow y T m Y? e3sW = k 2 Y ` N L. 5 3].S..b130 tlOd �� � �'•� l,110 A\ _ _ — _ ., f�S li It I PG oil „p OL�ON 3d 38 83 -: TM BY 3N _ I H "} ��-Sl 19a - 3 H 1&31— 'N. 3 3NV'1 638 d [It ��3N��� kin• I 1! !6 �I �HIS :rill j, �It y i Q N p+ / I I I I p I —d/m 311fq vFll'0 ,-- p d jj II 3 Rb t( 3F{t} 6LI.LL'V1S � I ��. t R� I uno q ci t w ep,�j H ij � • � ZZaU � �R r•f1 R f �WUgGQ 1 O ox fyM i 4 $NlwmQ2 `��' O O W 0 2 I W� 3 Z WX.- - ltl3n�7#l1d.42� I Z_QIIUq>WO Y pp F U¢AWt7WZZ I OZwgh__K OIL}lO i5 N UZ.1wx7 - � ! 1--DOLL li3y GC 13 a a��WO VaJ=C � I ax72QI _ °�- ' awur Sl- 1 I 8 -1111-310,103 6961 SL33N19N3 NVHDnvoB W R NVDV3N m a >ti W31SlkS NOiinoib1$Ia 01INdld.SN3A31S_ �- ti �61 3NIl NOISSIWSNVal 8]iVM 1338iS 0BW031 SVX31'US18HO snddOO AO AIIO o �n i m ml tr - - tlp1dOOV,13O)',,24'roIJ3d5 +' 'a - 3 3335'l"w32413 NI w! I W S 7S R a� I > I I r K Z 1 Q Z U II I m w u i I i EL♦8\ I O �Np i �z� I I I I'2 'l1 i I W'oN I � II 3° 5 Zw I � seuc I I I I aE'EL,.c I I II < i III ', Q I III 3 I I ul �e LL 1 I J�a� g m � O n 1, a N /A N al 4 wmao oNaW M/ ai � 3��m• Ind/M � aR u 13 'pR41 f 7_y" n Iz 7 I m Io wI ewm L ji a a ILaI a ¢ w WI - = ul Z r WI p� y NI W 3 2 O 3I 5 al a J Z al iul I a N <I 3 I 3 Z ° w o � • �I w oa Eee.z v ''. � N I I _ a I a X w Q�i pn,d�m I x I0 N131Af10 Gn1,.l 2'BE♦ I z 2 - �NN I odd sz J �Jz i l O9 a Z 03 < LJJ pTr - IoQo 7 Nyeoo. 9— 4 m 3dAi lNl f-Npp 3dld 3131 D0 D 830NIIAD I'7331S.W 1SI-mot_%3 39Nvld 3Nm 31b'InsHl }'s2cw'r �[�J 16�1.96- Z.� 1-111V�j 3�1V�.9E 1ll1tlA$3AlIV�9E __ __________ ___ I..__ .BO'lSi%3 I ._ —__� I V, 3dld 3lIlOf10,Bb - ,Hb 3_OO.O < Y e ita a o m f W I. VIW SON p� I I as a�O `pFz ap F �W 3NV-1 1S3aOJ - yN u �w IVb 103W ryl 135�Ls'1i13O d3S � � � �'. -�/ W v 3 ¢ ? LL n n I w YI I e � t1 J h 00+9 V w 04I a. V Ix m r _ v cn W iYgJ I I. I� J I I 3NIl lb Y31Y1S I O I I lV1SYOJa FL54$'.16 N g i� N 3NIl y9 Q I I Al J F9O+S'p1S UJ I e ,Zi ooro� uwi N r � o aza o U) � o0 4 s ;o a Z al, lyfl Ir O LL Z O V O d LL ry n p w N I ( m m IO Z 5 9 aLU I Z v ✓� N w F a o W LL ,OZ v1 N tll N Z 3 T I W W W , IJ I I NO pj t9 �w Jiur r V Z O 0 Id, I w-w wn W¢ zw mrz 00 OR o I LL' J Z W QO Q n� Nr v1d Nh Op rF O Fin I II 6.Wi Oa, 'Y` W U SbyN2'b \F) �p ,9A Z 1 3NIl SY9 A11J,.Di Sb•I ql - O 7 d 'A'0•�SnOib \\\ \ CN 9, ZZ I Vlt;. — + ` M� Y OWN \ O I I \d hMOIYHN(1 Hid30 S31V151Y Stl00,4;1[Ib1S b1C)yf \ J. f/ll 5'i9 :LYN O 8.1 J \ NO1S H.21;61+1'Y1S 3 lb f 3-mvJ 1 9M'S •O2. ?sue \\ \ MXOf '1 Np F96+0'1S Z'E 'd113 53d1d.yZ .OEry 111139 N3 Sbtti'ly rye - \`\ I \ n9 '�'� Li 7►�d/1'l3 llnVA'> > r $3Ailm, ;CS+o- S a � 331.btXr86 '1S sv¢v'lj 5p 7 + 8 rn l O\ N 1 I I In 0 V d) O ro y , i _ '% SV 'uSwmo snda0.'1 `a "r'dLLe aJ'N,� SN33NI'JN3 NVHDnVD'W 9 NVDV3N 6yb I. a X. A n N011A81N i sin n i i nI e 3NIl NOISSIWSNVdi H31VM 133b1S GdVd03l y`_ 0 z SVUi'I1Sl8HO SndMOD d0 A IO s ° v Z �' F4 F M a =-_ qq w b oa ap d \ puypn tl 19� J '� }'� N /,I( 331.9 x.YE '�� IVi4 p�.?' f � 1SIxa'1 h1E'Vl w e —y— '.yt�n 9rvni Id lvry O18 SON � p — q — rrov - 'r1S 9Nm>,ol E. 00.91 C tibia o 8 e II� NIYaO 313N>rvO> 'n � SIYY O U ry S]pn 3>IM3E Stl9?N3itl 6 'M]1`MF �oE'VV S �� Y .9a0A AVt;N3C NVS I aOR Me, U- ' nn aW K ry A11>�9i W2 rola - l� "M ni,e]Nil aV9 ALI>y9 O O ' b. 00,0E FQj F � tt V N Fw �` C _.� m �a € 0i r/ i e iN GN3B ICe61 tl1S J Z m w 1 LL n•a it}Xan vleav K Y i w o N a lxaa}as•t.�Iv}aq aac Bann w,e- a g �p Y �� N'{ aaGOHIVV�yB4-E O'xal ro}s D i o.helvls o - wrvas w 1 yaw. ) Am Sr9 ONI 3lBVNIH.91T LarO OX 3XiY10H L666 C� .91' .LI ro1C ro + m 1 '^ LLI Io O LI O J w uJ _l 0 a III (s ds � Cl) 0 o Z III y O CQ o W C N OO,SI — J — W f s ao - J W o IL z ao q O 1 S - ICI 3dld7 x.' hll ro15 _ - oa d I W mnt No lx'e nv}aa aas .v}S GV3t it3}'OE+,II'Via > a n i 8 � OOhll 3NIl N>1tlW - - 3 - �9 i �� M. „ri svz3'uslaNasnenoo 6961 a N S833NI`JN3-NVHonvoJ W'8 NVOY38 w W31SAS NOW181b1S10 011NVId SN3A31S 3NIl NOISSIINSNV81 d31VM 133diS (]dVdO3l ;� � SVX31'I1SIdHO sndHOO 30 AM iYm H o .a1 s o n o n Ri-4 9 19 �F N x0 Ow \ r u' za Cg ob n v ' Jw 'mo'a xt lsod Jy\ +'w UL 9'1Na H5'tly5 yt3y'OEi9E'Vl[ 2 / \ 3 � O a, K NI O_O F J t , N d a rcw N ZWL y'I o6'IS y V Z Z o u'1 it OU Z 'V13SSV 3nT'n 1' V f ISOd 3EId„4 SV9 Al1'�L'95�9FN 4 ��; N i +']nn sva ul9 W "' 81a6hlVOV 1]S•L.�,190 a]5 _ ]JIS:Q O O aaorvr„es-L•o.wc role Y m IS 0 UL I0- bE Y Z5� $ `.,�pm�A tl16-'9E 1C I N $ 'V15 cn COVI 1 1/ Y /' iNY U mrcrJ � 8 W 9L 06�LC ro1L_Oe :J `. J 'J. a,/IIaIr/ 0 I I� w ; Q CA15 OO�i`� w `• t I n 91'II .Z I.HI a51O O B�rvo LfM)X _ C aO � R z bB'Z5 - �x't o i45WL O o r I it S m� 5 ,W sl Q Z 4 COrpL Z O W Z sw b[Eb to F w K / Q O p� 3I bS'66 y ZZ a}� n�Null NT $ OFw K 90 tlb •• gy Z ]XIIT X.B`p'6 ♦6Z 15.65AZ O) m y/ O 3Nil]tE N„OI 1 Y t['LS 'lQ o r Z O El\ 3]EMIaIr— jJI'"WT ' 1%3 _ MOy 3etl'I%I�Le9 _ <G �\ Lf —'H'I i I .. 70 94C31'I1SI.H°Sda00 696I SN33NIDN3'NVH`JHtlJ'W 9 NVDV38 VJV m ,.+ W31S�lS Nounsidisi0 Ol 1NV]d SN3A31S J wua.MM v vrt, 3NIl NOISSIWSNV8i 831VM 133a1S C]dVd03l = a sVX i lisamo SnddOO j0 AiIO •C LLzu a ¢ W WI'W d a W AU P U h f-. Z aWf Q LLU3w a w� Z t 22 p� O m 77 �yaa wa. ZSc�n Qo. II 1 1 I I� E2 <� I II' z I J�, O .. u czs+ u es+n ---- 7 w 0 _ 131 0 zlJ �71d noh s Z 0. I I I o Q T I ef+ll ao.1imn ..0 w w ,a ga G 1 zWf I O n •. 3� m J R i wiKp O .OE .I •� �pW O 598.01 L. Z: M V 1 w . w L LJ J Z zw LU a LL � 7 ° .1 X, A.�t-f' '0'u'i wdap ,0 tlV3l9 x.f __- ° 3.��tln„9E 1Y wFIL z ?G• 'A�V°�Ol3M Y'— �W p w �Qtn � lb I Ou •4 �° ''�i� 60 $ws ZW tt ° ,o ws —pk CC, N N X q$ a w$ foci b goo d�U F If pq j� v °WNh � � ' °:• sVx3i'uslaHa sndaoa '_,„S�'uis^�•+L S831NION3 NVH`JnVO'W 9 NVOV38 6961 p ry a` W31SAS NOun812i1SI0 Ol iM9d SN3A31S >� 3NIl NOISSIWSNVdi d]iVM 133d1S GdVd03l m SVX31'I1S18Ho Snd800 jO Aim Q w o o xO6 W 8,6 3l tlJ Z•VI'. I :. •�8=BZ � 2 9� l Vlbtln P �is •° �--+-- a o, ° z m m $ — d• o - 8 oo 0 Q:r � �✓ Z owz ;u c-o.W rn F�ha a E 1 1 3N °� � r, 4L •f "� N p•� 4 K Q m w �s" ry I: •m m WI ]N � � �—'p t t. OI `2 #z + �O. W +mn t xL s3J3N Jt xb a VW •L n9�B=x9953Jp'dSLI-SxN9sa. t w�i W9-XbW - 3 t T > x Fz �CHV P) +7»yy al O (( m a •rZ W T mI V' ° V . 2•L _ B W }w W ZIQ °w: °m uu o J o B'I b d� F aLLI` O P.w �Y.rn ?•,°T of J u=QCif Ld O slHi 'pan I -IBvlavn � � �� eu save a°d> �y of x°j;9•lId JSL-StlVe Sk xj� 9-'I H"6_XNIw� a.%.3 E - k� �ooapo Nu, Nnawi9 aWmI °y SF wily 'o i Q _ FIB mos OaOm" snF � z ' •a3na vg�eay.. I n n I •b•f 6 iB:Z B 6 r ..r—.— J - f b �x«bt.4t Q o N 2 ' I 1 I " ° G> 1'V1M awl SINK d5L 4 1 bZ[aV2 g 117tf n9:9 •,2; 9 vZ-rs "9 ac 9I9 3�VI Z_G 9 u'V V iEAI Jj e, 2 Ld- d' �p m• m �- _I AYH xb 5 a.� j� � LLI i _ Q ry r v >� W K Z 2.. tl k , u°;I a�Btllbbn • �f 5.�f.'' 7•T- StlX31'I151dHJ SNddpp 6961 b N m° SH33NION3-NVHDnV3'W'd NVEJV38 W31S lS NOilf18R11SIG Ol 1NVId SOARS fl a o W _ CO N F z o 3NII NOISSIWSNdbl d31VM 13MB GdVd03I 'gym SVX31'USI8HO sndd00 JO U3 Q m o w 3 fan £ ,oa°a I a v6 n�d 020 a— Q ad S yew ,Zi SO.tse 1 2 V p Q J Ir o`aab 1 os y` m 1 21 NIN 19 1 tl t � w� u� III , p9 ash 9NIStlpp„I N ` W ¢ qq%6 rv39 Eozv Bro; � r a F n tl - �3U 9NIStlJ„Z N � F-Jj. r�p ¢ k 4Eli 1 � y 11 -- n 3�ewnHNoros as I- I�i :�i J� i o K O- w - zgo p a W Q m LL F m 9NISev^ r l'[- W - W mpd N d dui —nii3n p> w F w a .W CE Q N p s z� w JI- all _ ° rc aSdT Fo' 2 � m$a� i�F J J• m _ a mI f wpII f�a Sidi y n F rwi p 3 J wF� i p j a O Q a' W J Z u a F m p O Q W J 5 n 3 A 0, I Q J O I 0� 1 O Z 1 m N r'� •:i w F z w ? ` 41 n o R1 tl .--• - _ •.c 2 �u � rid 6 w � J • d Jh �N o u N u W O r 9 `m F O su'W ` 73 �",' ' svz3i'uslana sn .. 6961 ` S833NIDN3 NVH'Jnvoaao R�NVJV3a U m wro. INILSAS Nouneinsi4 011Md1d SN3A31S }P c ---. - _ T _. 3NIl NOISSIWSNt/2�1 a31t/M 133b1S 0add03l m >J svx31'us,aHO sndaoo jo ulo _ c - - UN :2 LLo NC �N N 84 � 0 0I6 j o >3 w N U•�i� _ O - - rv0 5 .N 6 ° 3 I w e n A� Groi'aeiaGs 9 $AtlMH9IH d0 3�{b'l z, w�4.". 'da N2JV3H n - m � Hinos`.3aiarrs a s>r� ' st 0 } J k d .Ord E Q N1➢ K f LLy O tld M } ' m NiN } , m N m n N N> d?, F J - p' u 0 0 n Q _ nY f • � I `d - Q.9 ,es , w � b691 •w'3 � c d 4 gE i�u� Ow V 1 m y�pW Q1� ¢ 6 2q .' � ♦ O V W ^ - ��� a s o }f r i � Eo - � z _ < L z m� Q u � 3> o uPi �• °umaN 'lM.b2"6»o6 'gyp - J- ICI I rT a u of S I'USIMHO snd4w L7LT SH33NION3 NVHE)nvo'W 8 NVDV38 V V l O m O W31SAS Noune1a1S10 011NVId SN3A31Scs r" 3NIl NOISSIWSNbK2i31VM 133d1S 42it/d031 of >5 SVX3i'IIS18HO snddOO AO uib - �ro o et+ CO LL a f a y3 w a a. LL W IA'90sb15'vA5 Z 6 3 2 r Z wo,a u3 `wdof Vf1 w J� I 2 6 a to O ut v) Q J I1 gym_ o kmaim .."-J mF O.aV 3 Q o J a r p 0 09!T 23K 9NISV0„%I N1. 1 Y O "O _ Ax S �" W L. IZIS'b A - 6m� I QN Sl](IOObd NNOJ��—M ---- m��5w ��wmsin oNisbo.,oi w rIO N : `¢ ¢a J t9 yu m 9NISbJ.Ai NI I I / aY �� m m i m Z zz— Nm N �i 71 Sb9 C"H u4 92195E O / �.I w a O W� Q� I-kd e O v � w iRI °vI m �� 9N to P3) I LLL mu, .u1 ®r r W " z w - o Ou N W m S a f + O u N Z m �'.� W �•. � � Q r � ' C �✓ \ w F ¢ may xi+ x. w L „Dl fj dSG „� cc p 01'0 3 s3� a J r a ��'�Y'rr 3 - N L $ > iO3 t -b N 5� >�N au„E;I 4 is l� X SN(3111SItlN0 1131NIDN3 NVHDnvo'W5(1dtl00 5 N 3a 6961 Q N m W31SkS NOI1L IHISI0 011NVId SN3A31S 3Nn NOISSIWSNbdi d31dM 13381S G8Vd031 SVX31'IISRIHO snd800 JO AM $ F g Q z, M C a W e o J a r(1 a ZYa W _ Z p =F Q 0 W Z W Of m1 F 2_ 3 o_x 3 UJ Q w 2 p m LLO�z J N m (nUJ to O pQ a W 7.4 W tt 3 Q O W Q p > ILp�Cp(D LL 'GIH WnS awm NI q o1 am 3''a�L I a I Z 0 E ION 3n1VA'4 -i^VN WAIVn;ayoN JIz N > CC Lu d F O-9 0 A. vaz °m �; �9 pa t e ..O =m `m Z ro Pi 9 _ Q'ON ( _ p N.. v �I -b `•t C m J z eta= N �£ au y o o , o o `nr _ W z lb 4 p�-{ F<NlalV a #, L Q I o V i z Q 0 O U+ d t 3_ ` S Q,n IL u.. U Q. 02 II''''III > n' �O tltl9 VN1X3 Sx.01 p*S# I� e n3j33a J z' J.Z ="J� 9 a1.. A135 ,21'd9M 1�.5q a UZ-J v U 'S1N 11f1Y/x-an1VIN1-93 VIVA > QQ.: 30•1 1 nS dWnl 'ON W3 Wr`5 d n1 1 L'1 � ------ --- --- ---- J 4 I a c aso�e onoo .. e ® -- ----- N Zs IV Q r 60 O-mm MlN9 W O 0 u '3f i(9 f a S Z '� D O 7Lu 1p O a_-----J a abl�dJ 1�1S.1 i ipF In: o,a w oreWnsdWmNr � - savesx a mroN twv MVd n t3d� BON W31I WnSdW/17 'U 3pV3 HJ43 NO. `•?�/save Bx•z CT S.11'I1SWHO SNWO 6((A�76E Y S2MNIDN3-NVH`JnV3'W R NVDV3N r 3NI1 NOISSIINSNVal 831VM 13381S GM031 _ SVX31 US18HO Snd800 d0 A110 gym' 3 p 3tlld 313a0rvo0 \. GZQag ° _ w - N.'� 'lAO 13315.Bb � Jh fz 3 g Ri pq c 1NIOr 1,Ya \ W FF w A Z VII NOI1�aNN0� ZO�Z K G j II aO1dVOb'1139i 3d.Bb - rpm W Z I O 1 - °' i7W¢IJU�F wy Z 1 w II II ,.. 9'1 3A331S"f'W 6 W W6 `O-2Iz0 I D HO Ob ,~ 3 3315 r " ON39�22.BY . nm�y�0 nr o N39 ZZ F �my 3" I ai cn a vi IZw Y a T4.M.O.y two, wZ O I I S00 Z ON ZZ Z S Ur c I I 3NVl ON-9 Hj oN o Q I w F ww m I $i I- wly_ m a N am o 0 U .o Ja UU mZ A 4<ar0Ia ZOO Wyaj 1.i"bSIZ'NlB'0N0 ON3B,{2Z I,961 jWp II '.J.. 0 Z I a�'ZSQ V T. GG��N m aj j a Z a_ wzowaW I I. JNE �rmj a-11. lu a Q n ywZ¢°n m I I >aW wli lU w 3 ZZ II gwmai igPN3. aAI%po2,fa l hnaU.O�¢Ua�v ahNl(�e'tiwmuaH_2wrTTma 9a w�¢�3s.w1_z-'`Jrl -�u,I'r I ti alc�al—uoIli,�s,Ze rn�,,d ib�,dL r s r.lBib�f'a`ll,lb.a9.93.f`,D9'r 1JC3sN x,cO,9e9J5 b 9IIlI tl g3uIilII.�}.93�Iow2C-%--u rOx ZaZ„8wNny4z-d = 1 ag WIWWzUJ aQ l4- ° PYi « 35V %0 3NVl ONn9 H1IOSd"B + O 312YX04! 3NI1 ry mzQQnU + -UJWti_ iw OL 133HS 33 `I V I I I W 9S9 AMH -3AI Ia ONVISI j 32(Wd.l�i Hinog - 09133Ns o 050. Z l_ti-1 a 0..0 W.V o n z2 (� 1'1 On RA 3nlb 9f A w� r N ` � 1b011H3 U I m /r^! u V, a'. w I ° ' lv ozlaa aN3a;z W a3�3n3 r.w io I 0 33HS 35 (i VOV II 'ale�NOO n� r- �p FOpO 331.24 z,9b it 3tlltl llSi Zbh I'�I 9nndnw I 14. � J 0 W0 4 ZIbON ON30e-�22,Bb atlunnstl i r__r 2 g W w ~E \ ��`� PC W it amo y, u1jl & Q �. z .lV'JI1!!3A'ON39 e11,84 I r I p¢2U ' UW72 mrc ?v OF2UU A I�I F�. 3y bby I� �/I all - z Om 313H71N0'0.0051 NI 03O39W3e Z !!p��' ?� F _ Z W W �SbOHONV 160bN1 f,'f 3321N1 Fl1llp-1V711Y13nON39II ` '{ tR - c Z IVINOZ180H`ON39e' 22 MV- O1 M.y\e`o b�7! �� �w J o b L I i weal l `�'I - N 0 lllli_/ W: d'l 3A331S,94 ZI J d_ O a (n 901dV0V'3tl 91001dS,94 �� J p �of 0 u W J �! bll NOriJ3NN0'J 3dld 313UON00. 7NIOf'1SIX3 ayY y>r_y '1A0 13315,B4;iS1X3 4i "� a$ - _ W w O LLI Q ! o I 4 u a GG '/. 2 of $ 0 F O Z N m ! 0o F / u ovoa-a3codone# / U rYi Oaln aOn /V . I '' 0�. ti /• T - alma snnN1. /Y/ � r /a?°`��! v.]nl� - /•71�.—.v. NIA I r Z ii a / JII p ija b.+ Sv I'l1SINNO SNUOU Cl1GT " F SN33NI`JN3 NVH`onvo,W'p NV`JV3N 6961 r m W31SAS NOunsinSI0 Ol 1NVId SN3A31S am " Q o ._. 3N11 NOISSIWSNdb1-HIIVM 113b1S(18VdOil SVX31'IIS18H0 snda00 J0 All0 o Sam d� z ^wy rl •c AW o W� a OW + i x9; A 1 USN I _ - 4 /tea p m � if p' r 2� W U r r r lip hQ w < 1"a FLLE y . s�yg r oa j o s (Q Y W � Z�FO U uN ap== s44 w E w Z LL 2 0 V/ F n w e o I z o z F OQ Q 2 g Q j F. „° W W U - h u ^-y ro•w IL m y `�V/ 3 '^ v/ W wy.ZZ Y 00¢fig m Wti U '^ ¢ V .al$i S'u alg vis W� LL p ti JJJ___Ill���llllll III �J I -40 UJ Y W o . xu` k " Wtio2 9,e £ LLr. mr m uoo w m0 W w� aQ4 LID W � C 2 VJ -'-- 0 W LU V of g 1- -- -%O}JddV 3IVI'I 3'IOe p Uy1 O 3< 0 w Q ' 1 y o OO2 i�/c9.I :illil ~ W w 9 Z /L �Jx• %U °p 'Sm I T ILL Z s a 2 VO m 0 - w9-bZ h 2 ' 2 IE'Oba00 _ - _Q _ w i SVX31')ISIHHD sndaoJ Q S833NI'JN3 NVHonvoo W 8 NVUV3a 6961 A31SkS NounsIb1SIO 011Md3d SN3A31S 3NIl NOISSIWSNVal 831VM 133b1S OdVdO31 w} NJ � SVX31 51SIaHO snddoo d0 Allo wm x 3 U mom- 1'11 wN h d�z zl�- E"-o;e'z', � •... � �,oF. .o-s _ •f'.ox� m u� � Z" F •o As Z Z LL 8. w o Z - 'a A a __-JO w W s w > a o "m ^0— 3dld.9fibJd—.6 o.z w O Z.3I bd3� . .... ... _-8-4 t 12 4yF a r .snl t L V/ W�/ n 0y m p 6=- s� N u a m a u V N Lu uj CL o O,i9"O9 sy,,0 Q >l boll�vv'xroo om'r +. v v Holldn3�3 7 s I \\ 0NIfOb9"1SM3� J'1£'l3: tV `aN3e ie.ilzz;s. �tsmb��a.s. I 91vi b31Vmb NI �0• I 0 eon m�`,zs'til co�� l•.-°-- ..r / - S833NION31NVHonvo W 8 NV'mm 6961 W31SAS N0unei sia Ol1NV_1d SN3A31S e o 3NI-1 NOISSIWSN17d12i31dM 13381S a8bd03_1 N g g Svx3.L 91SIHHO Snd800 dO u10 m W Q K V ,w�y0 h X V7 ems. J � k Sbose.-lI UA J 0:6 „2/>79x � O Q a H p W W 2WW o143 ti L.. yy 2 v ZW�NoZN4 y .y # a R o qOh mI •�O ~F' W�Q O L' nI „Z/m"J9ie k h�v12 '. $ k� h U Q jj LU to -� >/vfpp O t' yJj Qm22 F m �^1�i �ti06 r ` " / /• k U'Caw *Ilk lu ? z z — X 0/ON 133HS 336 `3N/7„9ei W „B-,S ,2;6 ,B '°'I cts _ 6 b I _ Saba 9a'e 6 3n1Yn„9E� �'�.'jJ 5 +. Hv ZD a QQ ,6:5 Q ^ V j O 11 m O• I I ; J r ® m W a� 0 I�mIpNNV1'.Nv�ul in lXf mim u)a1Nv1��OO O Q l�Ql� O 0 N 0 m 0 0 0 0 m(Oal J y 0 m0 0 OlOi....OO.O O lB O p �¢1 949 I �.h.N al m u6i v1 N N u/�n'ul�n vl m N 1 - pap/ p W C yl 0 0 0 0 0 0 0 0 0 O�iO 0 0 0 0 0 O O d 0 0o2 p pp ti >, o Q pQ o°NlD�'mmmmmm'mD mm m m m �? m O L W �, Xr lsnnp n kz il O 3 I I 3 � O b N ]viia"ae e� k ~m0 �'o omommmmcQcQlm`I v~mmm �nm b � vJi -. � �� ,9z- �30 � QWm �_rymommmmq/mwmmmmmam -'o Ca N i k� Q _4 row:p bp'wmmm W o �n h 6� ;v. m N ro Q C+J N O u ti .B,f9 / „9,9 / 01m M O 'J iJ,O/ Slt q W ^ save rvoLGo@ o ti ���I`a A a q Q m WN Q m m mN.Q m m o OTq ¢¢b m Cp 7 z I o ��� _ 3-roNNrw�'.. u oz siis'nry I \ p I o o q W jJ a m m a3 u. c~i $z l I �NN I I � '— � W 4�� m N � ���� -•44 AH � � y Ob— N 1 � (/1 a t W > B3/atln pr � 3n]Vn SStld-Ae n h i m N � _ a 3A]Yn p a g� n k o — nxx � - d�l� I an ''9.11•"S 'NIW.O S 1>K: 'NIW,O S V �I lJ .L�.S> P 1 05 L w3NC F I J'rY 0.LLJ y 10 W b W I I ( uO o o ay o p �° uW � r��� om a a I I � rt �Z. 2�8 v al m w (a oWWW za u�Lo N E° ���' ,o•,e; tip ` r G LLI o to -14 W < x .2 .0 1 "* d — / , Fl+ F N '''' '''! � w � 4 'aDj- q 3' 3wC� o V+ h m�j �g�' d�4 LEI o u �xoo� a' a W o 0aaw nNKa < a� i W0�zw K�c our °'x bw �w,3 �`Voi-�" o R �tl W �C W�Q, ti Km _„mnJu0.N 3f"x. a` 1- Q : ♦_ zLL� $qa n 2Ek W d Kh V m'" "n2 �-I--w iw,ay u v3 NW u8 �o z Q ipion u 0 jl w FEZ wuj c9 u3aw 2 _y � `�a o W W aow Z QWUo 45_urc� w F K6 ZOm 0.r iem oym J aU W p� Q -Id Fyw;7.N �oF z�u< x �� UQ '� � w� O N�4 uu = ottv+0 J. I l. z.. Ww' U ,zn vmz oZ EfiNE n "Yo +Q`Ia9 M0�38.1 F p �— i 2 bill- 3F.0 z�`�� �� �1 pY 21 I��t ggW VA g 4 N SM33N1`JN3 NVHOlIYJ'W 4 Ntl`JV3E1 ` __ /\z) NOuneia1SIa Ol 1NVld SN3A31S r `� ♦; 3NIl NOISSIWSNVHI 831VM 133HiS GM031 SVX31'liSIHHD snddOO d0 ALID >mm o aa vHvwo } '�•m.ac mr.lislxa ^�'<3y'�a ��"3, w Mr p w Z z E z0 a $, z c6 IL f wit m b9��1A Fd 3 .. J Oy l FOQ z _ a � U � u�n°oaa Nam � LL 6y WI aN _ o LL LU t •s�va9alw ns A/ iw r w O �N Z L. F H O O n LL a .� JN - co 'oa NV9a0W ONtltl S . 91x %,62 U ' < cn LU 2. w M W Z Z �t �I ow z d J '. W Q H SI d 6 Z� Q U) N 131O1/� wl p Z �mx z 2tIF �Ow QT W��i W2i O � tli Oz 2�n tt w w x �a>O NOw oR �w 'm♦ rm. a m S - N n ♦ 19 r m I m. O - Z I o J OW Z - -Na N- .5T O < w m rc N n J J w °v > >° w�WU> N zm'w 12 F> O> > co m�. ow z a� w .s wm arcemN""r Nm� 'u ME woW� zz v� Ear o of�o� z �� o'�s�bb Boa �g ai;�isb �mio °nn u mm^I N i i nm ♦ ♦♦ - JI InN NN--Fi m 92 'Q - -- ---- _ -N♦N-♦NN.--- W � t �� >��� ~ sF - � a ♦ w 6�I `� a �i \ u _. ♦ r Faw , a�i j M 3 N Y w F g a WW 12 o o �� C : it W u. �Q oo F su Zo( 2 ¢ u w o N O=p�mo z m �I o �.5F PU " i 'i♦a i s z Zw ai a �I o-. F fr u 8 u �oF a F p' 0, wI�OQ rO 2 �N N m10 m m m® O U J m i� 8N I � �s ,n� o`> N0 11- a^ z w v�r�ue a,�e aea�ze.=i sva!n PS 5uuaau!5u3}0 3uaw�jDdao cD 'ywF�.�Fe pomr,� 1048L sexal'i,rsuy0 sndio0 CQ G o sziuz �� SOs an.❑ SVX31 dVW NOILVOM � )dINI01� S"PMH au!Ia oyS'N 005 O o 00 a S tp p ,�yR I1SkMJ snduoo ;o dllj L33HS 213A00 —1000 "esavz�..... W 1...........::..:i...::...° ninnvre F 0 8-32J (b 4) �ZAd o h�" r o �� 4u�uwwuwN 8 Y S2JIVd32J (INV LN3WSS3SSV 3N1- g 2J3LVM 3ZIS-30bV 301M.lLIO NOIAHOS30 4 1 MV0 ON NOISN3N NOIAN0530 4 3Ltl0 ON NOISMd Noun—NOD 8W 03MUWNOa NI1 SL/LO/ZO 4 A3N 018 a0J 3n581 NIl 4Z/94/8 0 A3M 6 i O O O n n n o n n n m m m m m W W N n O 77 ^ 7 ^ J o - � � v N N Z N y 3 3 o N a x x x t r r w w w - - z 0 V °o m m ur o 0 0 0 0 0 0 0 o Q i i N zo o Q X y X F F F F F a C' o N z a a a f n a 0 m 5 J J z 'a 3 3 3 I I w w a o z u o 0 0 ri ri ri Ci Ci ri Ci ri ri i ¢ ¢ ¢ wTi a C' o 0 o w o d w w w w w w w w w a Q Q a p Y a a a a a o > pa j m 0 0 0 tJn N tJn H o p p a m 0 0 J a N a a a a a a a a a o z 3 0 0 o a a a rc a o at F Z.Z. Z t i`n Ci a o 0 0 0 0 0 0 0 0 0 0 o a in Ian v�i N M ran ran m N N N a 'aa as o 0 0 0 0 a O - J y z z z z i> u u u ci ci m a a a p o x w o 0 0 V tt W a a a o 0 0 o O N N w w w w O j 3 3 3 w o p a 3 3 3 ¢ N ° x 3 o u L oI z z z U U U U U U U U U U n m 3 U p p p w o o l l l 0 N r O `o N a uN v uN u " x a LL C' o 0 0 N N x x o - Q 10 W Ofz 00 I o o ro a n n a �n n a �n n a �n O yF �N Z LL wU KU Z U O U O � 2 a0 � W o U zQ � Z LLLI N z CD o ��0 O N G v N U W O 41 a \ C T U LLJ W 2 m y W w Q < ,m LLJ o_ C w N d W W —C) y, r >- CL ur. U _ w - W S h lift g s 0 n _ a ozQQ � oz Nrynl mr., =of F 3 0 F o o 0 > m mao» s ¢lgZ=mwGGG ao z� 0�X JOH0�z O jog �a� ? w m ¢UQ �0 rco F<-� z wpEz.0 �3 NCm O—Q au p�ZXw w m 0,30 nm JXN Zzx ^_ �o ZO w Z� g a+wary.s p Q@ U Z F O �H 0 O K� fi Z 0w 0m0—w _ Qm WO O ¢� w01 Z� 3 a oo oD- LLIe ��� Uza U H Jt° �Z _ $ OH F— CC) Zoe U �H3 ll7iff ZQ U w0_' o z QCLuo J 3 00 O,UN n J UQm 0 wal�01~ P+oV�!tl'pu.x :tl B NOLLYJOI R AlINION 133H5 tl3M0-40IX1\lo+aua0\OYO-NIB-I-9\8upyoy-uoNanP°+d-O-Y\Z 10-48804-0£4\O£L\:d:elJ saoin.lag buuaaui6u3{o luaw�oda4 SN011VV\3b88V +nx 1048E sexal'!1sUU�sndro� 00 G o sziuz sos aun SYX31 S'PM9 I.I. oos 2R 'S�OOVUS o o 00 I1SI2HD sn7 fa0j to Am 'ON303� —ZOOS o �_ o f.ti;;gB yLjwe N3& Nd.wo� tl tl ry rv:",a 0 8-32J �0 0� �ZJd CD o ;^^wd -I S2]Vd3?J ONV 1N3WSS3SSV ]Ni 3 & W 2131HM 3ZIS-39dV� 301M)dIO NON MOMO AB 3Ltl0 'ON 7ISI9 —IN— A9 3Ltl0 'ON NOI61— N/ZO a o a93nSSl NV1 bZ/8i/6 D M13i1 8� cR 2 i haw aaa Q a LL N >a a a a a a a a a a a a a LL a LL a a 'a a a a a s � ¢ E a O % O r c u O10 „ °9 9 W W LL o i W n - z W o d o � o ua�' a ao a < r W a =mz° z z z "' 3 o w a° W a N Q W W a o m a J o d w o W s o sIz = Fz oo amo oW ° o a o s>a93zE z oGo m s a.a u°po o a� o ° LLa yw, �' F W co -G o w & a` w zE o z V o f o W x x �, a p„° ° F >> o 6 z zura„ 3Qaz E f Z N 5 E W° i E w o a o m p z a m ° z x o F o>o 0 0 0 W€ o 6 E 'z_ x a o a>aa a g? o LS o W W a a w 3 z a a m°m m m a o a a o a o o 8 o E E c 3 a o >o w G'aa a i `° m°6°_a „k' aaa m u w o w o ° o�o a k a o 3 w a o S a z°x ¢ as ° $~ z aW'r_ a s s z '°z H LLJ -°j g G G J 5>>>u 0 5 0 z z G w w 3 z 3 - zsa �a�� z �_ �Wo �323SoWmWmm� cJ� ca S o Q c 5 - - g'a m o 0 o a F F o W m„ w W _ d w w a a$ i2 w e m 5 m S c -- a Z o rz wo a z a W. w ¢ o a o o m f a x - - a o n z a - z - a - N y N 3 3 U Ld O D s x Ld a � o � � � � d � ZCD - _ - - W V U — W — D w z - _ - - _ - - _ —3 _ - m U — QLd z - e - - - - - o S 0 5 J w xo o N J z N J 33 F Z II do w N Cio U U z ° w m O o a 0 0 J w _ Z U"r F o _ _ - dl y �c1 0. z 3 w mw N ° a o o U H .. - w U F ~ p a 0 4' WttW yV ° u� w�Jq! o „ zw U m J a 3 3 WJ�ar WW rn WJW W JW ¢ �n z F r z W-d a m s z w w } w W m O a�l N O �Z J w W W F w z ~ u LL, lair vai Lair 3 3 n J LL w Z a a w a O w LLI w o J ( / g w ° Q GJ rc ¢ U ¢ Z ® `-C Q Fw wi 3N M W.3 QQ lu w W.O 0. NO Z 0 °v ONz „o o ° 1. „z zm aWU Hari w O Q Q... z°N Z 0 � U o a w rc o E ° X W w ¢ d Ld a Woya�d'-1-8: WCC:6 CZOZ/L/Z:P—d6MP'SNOLLMA8-8'S106ryAS'ON3031-nao\ImauaO\Otl0-ryIB-l-9\6upyry,�-uo�YaPmd-O-4\Z 40-46804-OCl\OC 4\dallf sazq.RS buuaau!5u ;0 3uaw�oda4 co 6048E sexal'!1sUU�snd�o� 00 w o szluz sosaI's'v�laeNle,e4s voos SYX31 S310N lVd3N30 —�000 0 �00 r US18HO sn7 faoj to Am ;p":o�'saF9i� onpv.::..Nw>�N3 xNvmo���va v ,v orv�d rv�ry N�.rve C r7 s 01e-32J (olal) 2z,J � g o� �� � S2JIVd3d aNV 1N3NSS3SSV 3N1� & 2J31VM 3ZIS-39dV� 301M)1ll0 NON NDMO AB 3LtlO 'ON NOISIA3N NOI1dINO530 A9 3Ltl0 'ON N-1— O/ZO a 019 il0i 70 3nSSl NV1 bZ/81/6 D M13i1 4 F O }} O Z IJ U y Z > F 3 ¢ U m F J ¢Z. p O d 0 x 0 U o o w Y a a N O z m I w O Q o Q U z Z F W U U O D U x O > ¢ 3 QIIJ >> N N O Y 6 [] Z N O tt O > a N � oo < wz 91p � M o , o- P.: wz N x j d z 3 rc g m o x o a J oo o a o p F m o 0 0 o z z a �' a . o - 0 z w ¢ - o z I cy N r rc t x W ¢ m o o W w 3 w 3 o 3 m 3 w F J w - z U > O w ¢ p o � N i w_ rc w a 8. o Y s Of w a W 3 J ¢ F w J w 3 o a .1 o ' i s a S m Z U p � W p o a Y z z �i cxi o o a z S a ¢ ¢o ao w F z a w w o o vi ~ N a o u tt o z E o u o m N 0 V a o w vm-i t Gi o a w w a o m w z ¢ m x z m w o 4 3 z ¢ w ¢ z o Z 0 x o i a r i 4a m i �' m a m U w o ¢ tt w W a w - o o o 3 N z - o w O p x tt rc w w tt ¢ i m z W. zo ¢ c� wo m n 3 a 0 z o V) o m p a a J z o o '^ p W m Q o w j li w ¢ O i a F a LL m i U tt O p U o m o W N o 3 w J o ¢= o o f = w z ¢ J o a w o z 0 0 0 a $ a " s m w m x P a s m 3 0`o w Z. o z r '^ o r w w i w w o w w o o w a 1. E o a 3 o O ¢ �� N o 3 N o o ui a 3 o O r z_ Z z w O vt 2 = o o a m ? ¢ O Z p w U N p m o 3 0 z z V O f� \\ Z. w0 Q O O 6 W O w F Z a ¢ d N W U O E o ¢ 4 w d o w O 2 x < 3 K U d w 0 W Z m m ri 7 UZ¢1 �= ~O K ~ ZZ F I m J _ D z w X X WW Z O O o o x Q w Z O a O Q W z W p N O Y Q - 3 z _ f ~ GG U > z = U � O O w Z Z O 0 U a z m w Z wo O K K d ¢ 3 O m_ p m_ 2 K a 0 p Q 3 3 K Z m zo 6 O - 7 Q ¢ W m = a 0 U O U = F U W 3 3 w 3 a Q r u U z U O ¢ o U ¢ Z W z \\ ¢ m W o o (n xx rc o- 3 i z m 3 - a W m wo a vxi O m Z w Z w m o r a o w rc K Y g F ~ o w- O 0 z E n n Z-I/� ZZ j x ¢¢G O Q O F r t N m H 3 0 O p W Y O m w m d 6 0 !TT✓O F Z p U a U O Q Q 2 o O K S t Uo N O D_ p d W S w d F U 0 o w w - oo m y 4a m o o w m o z m z w a O o J i o 3 J 1 m �Z x a -z ¢ i s wo m uai ao ci w m o o ¢ ow < o i o rc w m o o m z¢ o < z o o c� x N < i o Y o 0 o U ¢ F a r m Q 0 0 ¢ oww j = ern o z3 0 � r in 30 30 Fg owzz o o ' w ¢ a ¢ o ? 3 o ? r r 3 0 �¢ x �¢ x o a i o W z a _ w - a ro. 16 vl m x o N z z w r w w o > ; d m 3 o F a o - a y a > > W w �¢ o w a o o w m ¢ m o i F m o z. z z w a a f S. i m o = o f -¢� o z a o w d i p z > o z o m a F �n w i 0 0 o s ? ¢ m _ _ z m F ¢❑ o "' J Q 3 r` z o 0 o vxi G h m ~ z wo w w w w a m a Y m w r= 0 o w z a - d c¢i o 3 �n o z< m -m 0 w o o i s o F a o r w < a_ o o o po a g o ¢ c> o o 0 0 o r ¢ voi rc J o z h Z a p O O O x O o i z vi a F m F w 0 o x m w z O o 3 m m ¢ > tt ¢ 3 Q w o 0 o rc y w N F _ z w w a S o o m a o o U w w a m o w z 3 Q wz O - O m a o o p = r I. w o ¢ ¢ V a _ Z w a m w z z ¢ z w o '�i vl o a > z Y o x w vl a a = z o a o m E o i i o w of N cw�i w w 3 F J ox o w o o yQ o 3 x ox 3 3 Fn E a z ¢ a z < ? o m o w i> 9 o w i m m y o o lo w a rc - < a o o ¢ o_ o i w d m < m o G p o _ 0 3 E 3 ¢ m w ¢ w c�i w o rc ' w E ¢ 2 m f W 0 o m _ p 0 0 Q F U W ¢ O N Z O z Q w w O K j O a ¢ 2 z m o o p o n o a p F e c� i _Q Gi z a r z p w '- w o o a z w z ¢ F 3 m a a vl w o o m w 0 0 n Z w o x w o o f z z o x x o w -z ¢m s - ¢ o ¢ U o g > w z ¢ W w ¢ ¢ ww w z x w m c> i wo o g `� o m < o m z c� N o x w m w i z 3 3 rc E a s c c' moQ i� a 3 � zo "r'' o - o z z W m � N � os i i a > z ¢ J F J Z w = w Y F o m o ¢ Z O w m w 0 Q N Z z J ¢ z z ¢ o w m0 ¢ w ~ "' O [> F p o Z Z oU o wm o m i 3 x o o ¢ U g O a O vmi m �w c3 o w w a w o a ao o z i� N w o w o w m J z z o ¢ w pz o ai ¢ i � o i � o o � a o how i v¢i io < z � w c�-i i m � a i o i i � z � 'Gizx w u m m „z, �` z o o moo u � m a `~" rc Ja w oon oar ova o a z oa og omo 3 x � " � a m oz �oJz ozoom5 'a � ? � Q m o 3 o N a m m qw w (3 N c3 (j O k z o z w o Q Z m p -ya m o w �' rc tt ¢ w wzpo a - o 0 0 'ago � o � o r= 4 a � a � � aooa Z F i o o D o i o o i w i p o z �w' o f o D o m z j o m o w o I o �' w x W cxi m �n I- 3 r r m O O a ¢ rc m o m v� ¢ x a 3 twil tt N o twn O a a a --'P--la•ON:F9 NV N:6 9 OZ/L/--ld B-P—N ltlH3N3O-0000\IoiauaO\QY.1-ryIB`l-9\6upyry,�-uolYnPo+d-O-4\Z 40-46804-OCl\OC 4\dallf v�.d w'ie e'�„°i°° ,"v a i sazif JR buuaau!5u N :,,.�,,,ls epo� � s 3{o 3uaw�mda4 Z d0 l 133HS S�IV130 ID 1048E P-18 '!1sUU�sN 0 00 �o sziuz sos aun SYX31 5"PM9 aui,la�oy5'N 005 O o 00 I1SI21HD Sl7d210j lo ,l1lO NOIlO3dSNl �VN2J31N1 —LOBO orv�ININ-1 4,. stir xN� 018-32J (b101) 2ZJd CD o ! -1 S2JVd3?J aNV 1N3WSS3SSb 3N� g & 2131VM 3ZIS-39dV� 301M)1llO NON MOMO AB 3Ltl0 'ON NOI91A39 NOI1dIN0930 A9 — 'ON N0I—N N/ZO a o a93nSSl NV1 oZ/81/6 D M13i1 J_ > Q Ld ', a> Ld Ld W 1J0 JJOOJJIIII JUL ,o IJ-I z Q Q z VR-~� E LL,W 3 ¢ Iz- J Q o WLLJ wx (LJ 0 H i ZZ �3 N Q �W wi w x U >f °1>''+ a3 ti O Cn �a> a Lno3o >z LLl w F a >J agzx W W O z Q3 J .42 ¢w W >O as ww., aw a3R.. lwja o?j lL 3 IUWIE 3N > 3 zo ni"+wa ;N r a W>wn v�r v3ax z >rwlw IWZ J W j Q # z Z.J ~ 3a sa Z vA o wN U z " W / Z W I z o z w o u Q U H Z. O Z Q OU ..._........... 1\ Li Q z J � J O w _ zw Z R W � U 3 JJ Q o 7d¢ FW Aw M z r3a r. avi www 'NIIV .Zl "N4 D.U. 8 nWi uz W 4lu Wl w OZ i �QZ�oFo F J = ti p�F F N ipR wIa 43JOJwa J owN W o jwO 3 N�o U.M. oU F OWN i v oz ¢w W. qzQ Ar3¢w ao a a>�iya 3 w a �3r 3� aIz P+oV�ltl'P�oI�o9:3B W-6 9ZOZ/L/—P-ld&P'Z JO L MH6-a NOJ03d6N1 RNH31N1-LOSO\cN�V6\IMIO\QY.1-NIB-l-9\6upHry,�-uo�Y�Po+d-O-4\Z LO-49804-OCL\OC 4\d�IIJ e _mamm / 9 a „ r ` sil, z � z2+sgmg \,00 z, ¥ _\\ � slma2am @l:o Nola: amIgNeal -3g ° ! : } ae-a (r+ z� \`C):� ■ U01W ama :G lmAsgsa +n \ /� § � 6uv: ¥ £3-qe g»u: - ° ) § LLJ Ln § / E z ) 2 \ | \ § a- t \§ § \$ � ~ J \ (\ \zM \� \ :Z «, ' e /7 w5-1- !\ �! ) 2()K\ |) y 2§ 4 : ) \ z. ( � §§ §6\\ \e § §$/2m2! :! /; /§ [ §§[E;�2E z§ z ° = ==lIe»`! :¥ k \$» 4/§§G§&, �! §q2 ^ 5,\iG °w§ !�E/§:KS§®| /)§2 /7(;[7§;u\; l.ol,.xw§@» zi 16 _.___ _____, _,N___ z N visa [uva- Fr-��e sazgn Rg 5uuaau!5u3;o luaw�oda4 eo � N„Y�,o�,3 6048E sexal'!1sUUo sndjoZ 00 p szluz SYX31 00 506 aun5"PM9 aui,la�oy5'N 005 O i r 1SRIHD Sl7d210i lo Aim 30 l 133HS STV130 d0 —9090 0 o �N3s xH�.wo� tl 48-32J (b0) �ZJ3 O o� 00 & o �''o\\ a=-` � S2JVd3?J aNV 1N3WSS3SSb 3N� g U ` 2131VM 3ZIS-39dV� 301M)1ll0 NONdNDMO AB 3Ltl0 'ON 7ISI9 NOI1dIN0— Aa 3Ltl0 'ON N01 1- 0/ZO a an il0i o3nSSl NV1 bZ/81/6 D M13i1 � 3 r W.3w w w w o �¢ W\ 3w.�1 r wL0 W w ¢ a ¢ Nf aD ¢ IW Jj¢ Z H hr <� .. tiw> J a U. � o r3 tt Z �¢3w w3�wwq wz W�4 a U d U �wa>�o o3s xw w r3ww � 4 wo otiw¢� >�� q w I w.w.lu Icti Zp 3am rcnrcn J rw ZH -m- w w n wd3F3F yz r o oa ` z a i i w z� w �H `w o xa v� w < < - o ¢ww. S m Z d. NH w �nw�w a z w N) N3fw w a`n ;i' JW z���� � u N3o� WH �3333rc3 11 F rzww 0 3q n tia w. —�---w_ _ y 0 sw 1 .-� Sow a� ¢ >d J J Z �o 3 0 xIm ' w d.> wi�zo3N,wa., 3 F w >z x �3 wo4 Q ..a - k o. a J 3o w3 3 3 w .Fw oI o oao NNz Jwo '< rw w w W F3 xw� jwoF > oaf >wi L7 w3.wwJ ¢zo 0 Z " wow w, 'q L°q¢w N .. r J Q rc>,'z >=w oo- lw A 3 q YQ> W iS aw> zza J H � wwz Z w ow^o�z�H "o— k: o¢ ow3F3N z w': L7 ww u o!O! wI w S w33 � � _ YN ,^ ¢ ¢ wUN>wZ EQ Od �� 0 Q NUJ41Vwld Q • �V/ UwwwUr F JW 4n # z .lm w w n�i` WH ti333w3 _ Na ffi� 3 e e e e x �w a w. \\\ ez -w zw w m ai (LJ 31 ~ --1 N-- wa ¢ www a >a 3 3w i3 w¢wcwn a .x ww. a 3 3 i= Qo 3> 3 3 oaf # v c�l�� ~ i3'z w �+�. 3iu H wF£3 Q x w o o mo N~ wz I � LjN z way w w,4 w�<5ww Ld ,w LLJ o o w. Zo 3a¢u z N>�wa lz oQ �w>ww =3 YN .'A. J� 3J wu C] QJ>J GN =� L'J "' m u zIlA w— w¢ww. > N IJiF as rw> a �(� cwi w ` a a wo3o3w O & wwww z .wzti Iwn 'w wNN> cio� w3k�j �� rc 3333 = s 3sss• NIo Jxom C--------- ---3 yoyaly'Dunlxoy:la IW Y5:6—/L/---P'Ol d0 4 A3H5 S1N130 d0-9050\cN�VS\IMIO\otl0-NIB-l-9\6upHry,�-uo�Y�Pwd-0-4\Z 40-4680 4-00 4\OC 4\:d�llf —!—S 6uueeu/6u3 p a—pw d.o (D u o„Ned.a r,o ora s xal'rNl,y�s e,o�G O l r 00 o szluz SVX31 S06 aji,nS"pAIS au 1—qS N 009 O o 00 a / 11518HO snciu00 ;o dllo d0 Z 133HS S�IV130 d0 —L090 �...r.......:.............. o= CD o ae rv.ewern3& 018-3?J (0101) VZA3 p �,. xu.awo��� ■up O o L on o 0 • S2JIVd32J aNV 1N3WSS3SSV 3N1� t g smaqmv 8 2MVM 3ZIS-30bV-1 301MA110 NOMINOMa A9 3Ltl0 'ON N015413N NOIANOMC 1 4 MW ON NOIS4\38 Q/ZO Z/H1/6 —o O10 o4 Q�0 Uoz rc Ioo QUp �W TT P. zz,— u d qq 99 oop O � ■■ § 17 0 '! p!S9 W � O 1 $ J I1 `�F�yy U 1 1 NJ o } o U UW y d <a <m. (nz .o N 4 o ry Jill off IT 2 - Q o aR Egp sWQ < o G s a Go� rgam 1 $ - W i� H Y a : s V 0 _ :Z4 v WO " ___ Wo4a!N'puo!xoN:Rg yry q5:6 SZOZIUZ P.lWld..P'OL J0 Z J33N5 S1N130 d0-L050\WaVSV!^?0\OYJ-NIB-I-9\6uDP4N-uopanPo+d-O-Y\Z l0-18B04-0£4\0£4\:d:alJ saoin.lag buuaaui6u3;0 3uaw�oda4 co 6048E sexal'!1sUU�snd�o� 00 o sziuz SVX31 0 506 aun5 P"M9 aui,laJo y5'N 005 00 11sIaHD sndaoj lo Aim 3o 2 133HS STV13a dO —2090 o O /...:.....6a...NwerN3y awo�A�va v a�v rvirvrv�a�e,dam , IDo r ID � o q l 3p3>e S2JIVd3d aNV 1N3NSS3SSV IN S --Apuvvoo—P"3 10 2J31VM 3ZIS-39bV� 341M1L1O NONdN— AB 3Ltl0 'ON 7I617 NOI1dIN0630 AB 3Ltl0 'ON NOI61 O/ZO a o aH3nSSl NV1 bZ/81/6 D M13i1 --------- ---- Z N < Z �yC Hag s p W NLj 4g1� zf o Z f2 $<F zq6� 1� is L3 oop Yd V1 Ld r w zz� OR=f < Z Z w p N lid o E N � � N~ lal E--------- ----7 o x Z r: o a N as Ld LO w e Ldu G21 z� �< > << R 0 RAY FF ... I W p yx C-------- -- yoyaly'Dunlxoy1.Yftl Y5:6 SZOZ/L/­T -P' dO C A3H6 S1N d0—BO50\cNCV6\IMIO\Otl0—NIB—l-9\6uDHOA�—uo�YrvPo+d—O-4\Z 40-45804—OCl\OC 4\:d clN saoin.Iag 5uuaaui6u3;0 3uaw�oda4 co w .�4��.e 6048E sexal'PSUU�snd�o� 00 o szZz sos a In 5"PM9 aui,laJoy5 SVX31'N 005 O o a� 3,0;<,s;o'�'W� •, I1SI21HD S17d210j lo ,llm AO ti 133HS STV1d4 dO —6090 d, O 'baa�.w��3N werrv3 awm�A�va v a�v rviy rviry rvv�e 2D r %:. ANd 418-32J (b101) �Z13 O 0:� r o ql jp3>a S2JVd3?J aNV 1N3WSS3SSb' 3N� t R ;^^*Huv voo-,P"3 2131VM 3ZIS-39dV� 341MUO NONd MOMO AB 3Ltl0 'ON 7ISI7 NOI1dIN0— 1 AB 3Ltl0 'ON N0151/3tl SZ/L0/ZO a OIH il0i o3nSSl NV1 bZ/8i/6 D M13i1 U WHPI S 3 w LSp a&��4 0 w wm �qoz0LLJ >9 8 Gi zO �3G ESE Q O m<z z a & m w�SswMC6� bi LLJmas Y aimc�imo � 3 uo �i�wW LL a� z � oW$ o w z �m -z- � zOf 51 €gig a w $H z Yww dB��BYJ�� J J F U_z Z 3 �3U O I w� �U O w _� O � m , 3Q� O �O� HniDn 6. J 3�Vld—NI—to iSV33tJd Em- 0 < e a F .d w =O 'Z. Gam z Q w _ < o �" z 0 g Ld J Q Y Aj a Q } Z_ aNnoas 3M9tl.eb Hid3a 3alane,eI }} O J Q � V) Z �� Z N gN �n�$`G z9go z o w�o� �kv, � Z6 o '�0 RioN wo yoyaly'Dunlxoy:la IW I-CZOZ/L/--ld-P-10 4 A3H5 S1N130 d0—fiOSO\cNCVS\IMIO\QJ0—NIB—l-9\fiuDH°A�—uo�YrvPo+d-0-4\Z 40-46804—OCl\OC 4\:d�clN saafn RS 5uuaau!5u ;0 3uaw�oda4 co SVX31 =w .9�n 60b8L sexal'PSUy�snd�o� o� 00 o sziuz sos a 5"PM9 au 1 a�oy5'N 005 O o 00 un 11SIHHo Sndaoo to Am 30 s 133HS STV130 dO -0190 018-32J (0101) 2z.13 0 0 W 6� "8 S2JIVd3?J ONV 1N3WSS3SSV 3N1-1 _. 2131VM 3ZIS-39dV� 301MUO NON NDMO AB 3Ltl0 'ON 77 NOI1dIN0630 AB .- 'ON N0161/3N n/ZO a a o H3nSSl NV1 oZ/81/6 D M13i1 Ld W En z �'��fc ♦ � O� ppF� Fpp z E ^�^ W J st I Z - A 14 a .I C Z J O m o > Z O N yZ Z Sf Z U pE� 0 m S 0 SSSSSi$6 I I z I o I o O j o -leg z O I m � I j I z + I J 4 R j S CE j � j w M yoyaly'Dunlxoy:la Yftl Y56 SZOZ/L/Z:PTWId 6xr. d0 5 A3H6 S1N130 d0—0450\cNCV6\IMIO\QY.1—NIB—l-9\6uDHOA�—uo�Y�Px+d-0-4\Z 40-45804—OCl\OC 4\d:cllf z w rla-vua Fug=Eua�3�:m;ie�d.�i saain.6as buuaau!5u3;o luaw�oda4 co 'Hmwv 6048E sexal'!1sUUosndjo� Ol 00 a o sziuz sos un SVX31 5"PM9 aui,la�oy5'N 005 O o RI IISHD S17d210j lo Am AO 9 133HS S�IV1d4 dD —llS3 o 00 ..... _� d ao ''�o''•eoor ... cP r �o r.. ::.:`wtiy� >Hd.wo�•,tea��,tl �rv�yrv�rv�°.",a == 418-32J (b101) �Z.13 0 0� � -o'a'� WS2JIVd3d aNV 1N3NSS3SSV 3N1� t n"" 2J31VM 3ZIS-39dV� 341MW3 NONd MOMO 1. 3Ltl0 'ON NOI61A3N NOI1dIN0630 A9 —O 1'ON N0I—N 0/ZO a o aH3nSSl NV1 bZ/8i/6 D M13i1 w a a w C =1 w b w a w 0. w o • t" 115 ; ,: z � illo s g --;*-- — o —12 its mZE ..i.. � M $ � � w � Z b o w m aLd ka W ., ' •s W o z m r V,. - 11 L R o •° O' U Z _ �66yyy _ _- O �p6 q 'Ji Z .. gill 1j. CL 12 e 0 a a 0 oil w o ,� 3 x W I z C4 T o —t _ .1 o w 0 yoyaly'Dunlxoy:la IW Y56 SZOZ/L/--6.P'Ol d0 9 A3H6 S1N130 d0—1450\cN.V6\IMIO\Qtl0—NIB—l-9\6uDHry,�—uo�Y�Po+d-0-4\Z 40-49804—OCl\OC 4\d.11f saz if.RS buuaau!5u3;0 3uaw�oda4 co 8�e 6048E sexal'i1q,g3 sndjo� 0 1 00 o sziuz sos aun SVX31 5"PM9 aui,la�oy5'N 005 O o 00 I1SI2HHD snd2100 to Aim AO L 133HS STV1d0 dO -Z l93 =� � � ryda rF H� 018-32J (b101) 2Z.lj o C):� WS2JVd3?J ONV 1N3WSS3SSV 3N� g Apud U� 2J31VM 3ZIS-30bV� 301M1L10 NONd MOMO AB 3Ltl0 'ON 7I617 NOI1dIN0630 1'ON N0161/3tl a SZ/L0/ZO OIH a0i o3nSSl NV1 oZ/8i/6 D M13a ai U z 4� ag =�� f Agi U. Wx S it g R � ®$4--j hey S q e� T x�n■vuw U Z Q� q Q Z U Q Z Ld o wu P7 U g� C7 H 4 zo z� od LD L7 U_ � W F7 Qo o= z� QQ � 3 � U CNN �� � woUW ED w w ra J W Q� U> d w W H L7 W U W_ w m U W W W 0 W w Va f a � >Q >a yoyaly'Dunlxoy:la IW Y56 SZOZ/L/--6MP'Ol d0 6 A3H6 S1N130 da—045]\cNCVS\IMIJ\Otl]—NIB—l-9\6upyoA�—uo�Y�Po+d-0-4\Z 40-46R04—OCl\OC l\d cllf o sainag uaaui6u 3;o 3uaw�oda4 ID 6o8 ea oNu snjo � sziuz SVX31 00 506 aun5 PM8 au.la�oy5 N 005 O i r I1SI21HD Sl7d210i lo ,llm 30 8 133HS STV134 dO —2l93 o � i vayy- xHd<whu�`uAumoWO 418-32J (b101) �Z13 0 & ;^^ V�,P°� �� S2JVd3?J aNV 1N3WSS3SSb' 3N� _ 2131VM 3ZIS-39dV� 341Mz1llO NON NDMO AB 3LtlO 'ON NOI61A3a NOI1dIN0630 AB a 7— 'ON N0161— SZLO/ZO OIH il0i o3nSSl NV1 bZ/81/6 D M13i1 O cj m � cai a JY O d < < LLJ $ �Y a5 zT3 Q u W„ o .0 w § LJ 0_'<Y z ni K c - Y�oo Z pm a � x Of - Urn off oo g i o Ia- Er- NLLo rc QU Q O O 0 F o o o« O <QU 03BBNVS Q ; �H Sw W O of. % S W z N U m wZo ga Q D7 m Q O Q O ON z u H z W L15 J W m N Qz _ o - u� - _ Ld lo L Z z - J - LLJ zi rc z< �z 1 < N' W E a W w O �z Li— Z ri w ,01 '01 03 I '0 03 Q r s p H10N31 3NLOtlNI,SS H10N31 3AIiOV,WL W Ow OBI n 0o o LL S W< Sow <m w< HId3O 13M 3—.ZBI 1. �N F z< N Z Z< yoyaly'Dunlxoy:l.B IW 556 SZOZ/L/--6MP'OI d0 9 A3H6 S1N13O dO-f ISO\cNCV6\IMIO\OtlO-NIB-l-9\6uDHry,�-uo�Y�Po+d-O-4\Z 40-1B804-OCl\OC 4\dcllf e _mam m ID m = / e- ` a „ r ` sil, G \ _ Is! ma tam @ l:o e 2+3 S¥2: 6 -G; ,� n U01(! ama :G lmAsgsa +nW� 6uv: ¥ £3-qe g»u: - an I \ WE El >\ \\ }\ � UPD DO ;! / V)/\ LLI \F- § j \ Li 0 ) \ jj zz rj LLJ e ¢ . �� \ § ` �/ \\}: \\lu lw lu-z- __ _4/-__._.__,d3 z w olszs���s%�ae��e�p 9u 6�,= � samosas buuaau!5u3;0 3uaw�oda4 co °w'°ry"*+a 6048E sex0l'!1sUU3 sndjo0 00 o sziuz a aun5 PM 9 aui,la�o SVX31 5 O o us)aHD sndaoi jo um AO OL 133HS STVl34 do o ,zAAao:s,44z,e 3r Hr,wo� tl tl -- ale-32J olal �z�3 o o rhii" 13;<�= d� 1�U— S2JVd3?J aNV 1N3WSS3SSb' 3N W & 2131VM 3ZIS-39dV� 341M)1llO NON MOMO 1. 3Ltl0 'ON NOISIA3N NOI1dIN— A9 — 'ON N0I—N nx. an a o3nSSl NV1 bZ/81/6 D M13i1 D. t9:a w m Yid�8. on=„we <� Ld o aam g8 4'.o- �h=g oWp Z $� degg o�oapB�< w'& D a d a ez LL]p � 3�8 0<paa « H 1�------- --------- n n n n w ----- > ,Oo W z - LL O m W U 0 �W - Ld II-II Ld —A—A—————— ————— H —E —� —rl--r 71--TI o Li u u u T--- -- -----1 —L---LL --------J p 0 Z 0vi J w — -- ------ ----- --�—i . Z D o m (9 310N) NIVI„O-,9 v Z. II II II II � II—AII II II —A—————— —————---H-- —Ti——r 7I--Tl-- u u u u w z w z � o V) k I (9 310N) NIVI„0-.9 w � � H U p W v � v pa p � — -----1 W 0 --------J.0 9 p O N v p wz a J w WW mq 9 d� $ o oa r w o — ¢ w Vl--'pY—1 G M 99:6 009/4/Z:P WId&V'OL AO Ol 133H5 S1N130 d0-a4S0\cW�V6\IMIO\QY.1-NIB-l-9\6u„Hry,�-uo�W�Po+d-0-4\Z 40-46804-OCl\OC 4\�d��llf saa!n.LaS 5uuaau!5u3 ja 7uaw7joda4 cp a°-"""ma's�""�`d P� 1048L sexai,il-qo snd,00 00 w o szluz sos arms P^Ia ewla oNs N ooe� SVX31 � AO l 133 HS SWil O o o� � a - I1SIdHJ SndUOD to A-LID O2JVaNV1S 2MVM —9 LSO =� O V-11�NiwtlfN3� �vv v v�v 'rvirvrvvse CD ::................... 0 4y y, 1a A yuj§UnumvNB S21Vd321 aNV 1N3WSS3SSV 3N-1 g 2131VM 3ZIS-3021V-1 301M.1110 NOIAHOS30 F9 3LY0 '01 N0159 NOU110530 a TO ON NOISMd Z/,O/ZO Z/91/6 a WCde e pUfl sae$ Q � \ (l�n3nrd u9owr 3dld aa+) I� o� ' W ��� (srmd 33s)s3uron wd3a '� �? \\ `;`x � W � � �� W �� �-•� �e � � ^off �OL W� o� m Q�o�'`Lp�§may¢' ¢,y 4'ry ZLVW-td¢ N 3`W �N3 �O 4445 l CP 12 Z � N nuxore�rwd .zr X &� lcm- fi a help h g 'YlO ZI Z 53d1d MY'/JIW,.0-,4-0 ^1 y tw & i tip o� AN a k' � J C a W2 � yC� aO �4Is W3 0� � � c3 WyJ Z z a ZN �¢ s O Pu�f�i ;� �• I I � � d�ii d�yiyn Id h d �pppKppp W 2 �.I �pC� p\ 6 lyiu y fn 1= w h mo44 Ed w xW a o QQN w w ¢° =2 y 2 m3�� W vY'r2U W WWU m2 �W�� WW Zg0. 2 4t °O 4 2, %W ° o� 4� W W���yU ��W¢ W� 2�0uw� 3�o V�W UQ W 2Q � h Uw(n� cY�W W� ti •m� � W N WR LW�Z ¢kO m =aW 3FU k4Wj 2ILSh��, CPU ¢UROQ =ipzr� ¢ W �ZJU � � S� ez \� LLgWLV���n W3 o �w 2�3o?2��i 22e�wog w3W 0� '6o UOti vfti�W �� K O tton SS��yo WZmWIu 2� C W 2 J N H W W �rot , ° BScS a U 3 R h qk 41y FW C �j�j �tj 2 WO F�FU � C7J N 2 2 10 J ut� � WWW�� m Ko �• K W W � ° �'m �� o� � �4�I. Q� WSW W W WQ�Q 2 �O OU W4 W W Y 4 S c=i �� �� �3 vJi ucJnui 3G al ��l3 2i Ou�z 33�3�J 's�2, � �w3 � ; ((k� ?6 .� N "'f V Vl b ry Po q .� .� � � .� � .� .� m � N • �4 WOV�!d'Puolxud.AB YM 0-SZOZ/L/-%iold .3H5 S1N130 OtlYONYlS tl31rM-9 LSO\-4SV!N0\OYO-NI9-I-4\6u9Pgy---.P-P-d-O-Y\ZLO-LOW L-0£L\0£L\:d:elJ z w v�az�,ua:�a�ia�3 ra>w6�y=�=i se ff S 6utueeu16u3 p ;uew; da4 1p lOv8L sexal'µsujo sndxo 00 G o sziuz SO6 ali,nS"PM9 auilaADyS'N OOS SVX31 �' HO Z 133HS SW130 0 0� - � I1SRM,? SI1ddO,? P A110 0?JVaNV1S 2J31VM —Z LSO -1- ,;..................r. �" "PW" M � �i�IA � 018CINV (0141) SZJS3 AI- I d' .� ^�u��+wNroNB 'v SbIVd32J aNV 1N3WSS3SSV 3N1� 2131VM 3ZIS-30dv-1 301M.1110 NOIldIa0530 Fa 3LV0 'DN NDI73a NOIldIa0530 A8 3Ltl0 'ON NOISN3a SZ/LO/ZO o2/9L/6 ,.zr/sl z t S a fdAU d0 I101109 OL„a-,6 L 12 $$6. �r f2 t4do yy V 5!z f 1 gg z a o 444 Q � S 6F o J m S y � dime g � __� .-4-!8'PuolN 8:AB M 99:6 SZDZ/L/Z:P-Wld 6MD'f d0 Z B3HS S1N130 OWaW S 831VM I IBBOl-0£I�Of Lid elJ z w vla�a�^Hs"N,3°ie°a P3:�=i - saa!nla 5uuaa�u!5 u3�j a uaw�jDda4 (D sz sdio0 ' 0 E 133HS S�b13O � o 00 u S06ailng oeau $ 0,5 SVX31 DD IlSRMJ SndUOO o dlID O?JVONVIS 2J31VM 93 -j- Ni a ale-32JbIOI �z,�J( ) � W'4 a� v O 0 4 y, 1a4d yuj§UnumvNB S21Vd321 ONV 1N3WSS3SSV 3N-1 t g 2131VM 3ZIS-3O21V-1 3O1M.111O NOIAHOS30 F9 3Ltl0 '01 N0159 NOU110530 a TO ON NOISMd Z/,O/,a Z/91/6 g3g �� W Q m x j 3 ty a � g V F 14 Q N � v V 7 IN Is yyea $ � 0 Q °m k4 �k, 41 W � 5gg g V od WO U VIM Wti g� Z zg 14 DO IR gpp E2 q F� N-'a 9 WOV�!d'PuolN�d ZB YM 0S6 SZDZ/UZP%iOld--JO£.3H5 S1N130 OtlYQNYlS tl31tlM-B4Sa\-4SV!N0\dda-NIB-I-9\6upygy---.P-P-d-O-Y\Z10-LOW 1-0£4\O£L\d elJ saoin.�ag 5uuaaui6u3;o luaw�oda4 co o sziiiz Y obaLsexal'llsuuOsndop SVX31 S1IV134 GdVaNV1S NOI1N3A32Jd 506 aunS"PN8 aui,la1oyS'N 005 O i 0 r a :,a,a3,'y 1SRIH� S17d2100 l� ll/0 N011f1�30d 2J31VM WZlO1S —61S0 0 1. d� s�io',ea99z�''i::d9 rv�rvrv.,a C G O s o a NwefN3&, Nd<wo� tl ory — — Cl 8-32J (0101) 2z.l� o g o yCD SdIVd3d aNV 1N3WSS3SSV 3N1� 2J31VM 3ZIS-30bV� 301MzlL10 NONd-MO Aa 3Ltl0 'ON 7ISI7 NOI1d.—O A9 —0 'ON N0I—N SZ/La/ZO a a9 il0i o3nSSl NV1 oZ/81/6 D M13i1 w$ oW W wwo: p'allo �� < w W Who6 z $ spa€z $ ba o amp oa €�+ LLI Q� ,i a W JETo m na z >='Bm 2 3 W sgF M. Z aim off„ a _� z g m - a= Bono _ W mE k8� O _ ��Bm� u, RO ms a o U$€ 6 aB' C b m z6�ygo � LU d y s � �� Yp deg n z. _W s w"Bw p•=3 F=N m e� � g m a .. nip 12_`� w = � w a � IL 0,4 _ N m � flo �s ogH a§ �" _ w z a ;€pip � o . b w 9 �, 4 € 2 ow w �.p W-9. - w e & , 8 ` z 2 �z OUR 0 o m = is' w _ a v E a s =@ :b � �„Q a 5E e� s m m a m w m a €Foa ��g� Rz „= e= m F a c=i a Rs �- � _ a W Qw Q o g a ��� e w m Z a ao a All m6 m z fl - W i a z O �m Ig e p mom w kE �4 W L or_ w� z �� r M <V -0 J Q F a&g>b 0 6 B: d�'"od B LL= W J~ LLm W o mbi Ab„w 38 wz. hn.w w LL W m z H z AK 'E m�m E6�ow'o m Mm�a a F z (�W s b-3E 9 9 aueaa¢ �� a 0 �F Q F!3z go o . F 000u, emu, _ ��b qq O BzL RE cgwmw O Fz a3 N M<wal. a i i i z -ON z J . z ¢pw 8 m€ LL mgy d s woo€ m �z d �� 3 0 S a �� s Z ��o m � d g os e w n s g O m -s €= € =m ,eke €LL Iowa � 2, �a €w h� �d a F ¢awamw>m =m� o Ni:'i' O `w3aB�p3Y Soo w..o a +•v ii d 8=8�Emgg�" o� a w � � �9' Asa b � - mmsn o 1.w J tia J =£o b o pE' 9Nt�w€� w =o F5 5 m � a �pn`ones �tl m� W a k'm Baw�o& cos o�w 1 ��pk � io a� �m za- o a=� m��Apo tom= �s �; JE z nw<= =a„== _ s z. w m8 m mm SHE«'918 8�8 z u$ ^� Ns k�a ryoya�y•PucIxON:AG VN 55:6 5ZOZ/L/­1d BPS O ONtlON0J5 NOON3MHd NO—Od H31tlM NHO15—fi4S0\cNCVS\IMIO\Otl0—NIB—l-9\6upyoM—uo�YrvPo+d—O-4\Z 40-46804—OCl\OC 4\dclN Gaa om 3a-�?o�'tlsea��s.'`D�.. r o.va se*al'rsol,ry�i�r33r�io r+3 saa!naS 5uuaau!5u3 j a luaw�jDda4 sz -d,00 o = 0 u S oeauS0,5 SVX31 dDD -OIlSRMJ Snd200 o dlID &Vd321 1N3W3AVd SO a� o "da w NiweN3� N..wo�.�o 018-32j (01(11) EZ j o 0 4 y, 1a4A au�§�numvNB S211Vd321 (INV 1N3WSS3SSV 3N1� r., g _ 2131VM 3ZIS-3021V-1 301mkLio NOIAHOMO F9 3Ltl0 '01 N0159 NOU11001 a TO ON NOISMd ,/,O/,a Z/91/6 lz —f — Q ¢U U E ¢O 2E E¢ Wr=G O v_W H paQ 0 oz 2Uw � m OOwN~N T¢T �K f0 Om w O ¢1/IK�FO F ZU f0 z SON ¢w O¢E w m ¢m Xw w z!xi,W. Y Uz +wU wwF F - - O z w ¢fw080 =w o U ¢oW a O-.0. a nw o No �99 z OU vmFdm p 2W. `-' 33tt jw v}i w ¢ ¢ Oz m�o mOd r o J ¢ ro'OzaN4 w o0 ¢ gmw =o o [� \1F51.rim o wo < w ww m�i w O +-�� zU w� Um w Ld Oil z o Op $m��z O w I-- — Quo i� ¢ o ak �pwioF w o O >UNa w ¢ oa OdSVj�' O m0 O¢.1 O J o�D �Ow a ¢ wv, w. om i? -j W. ¢W a a c�a �o2Qw o Ii w 4aa ¢�aazN m >w UJ n ww �a wm zwi�x z �o 0] of oi� Nho: ¢a a� o>om3o oNi WO_ m w �m aaZ. axw mQ o QM, N< m i = NV N=QaW�U F zz> N LL rJam z w o m¢y i m o m m w ¢ Z !^o—w �'i» 3m < 01 xoo8zapw uw a¢a�� --ow o a¢ �— woa a1n w o oz x �i 3 z � a8ip ma w < �m �wu _ 2 o� ow — wo w0QQt W I693 Um KE ¢2 h= Q 0Sma .¢m �� a r? 0�9 aI-!?Gi io wo3 a- E w /\ / A �. Q jj\jj\jj\ Q U. m =�_ moo��w 0�03 o� c o�3o Wo w as 3mo pp i l ao� x�W r.E a m�rn�w 0- iQ maoJ ma i2 _ �o w¢moo i¢ �omo�(ro Ow f U Wz Np 0- S ON 06t+z�Q U� - �ZWUWz mow+ ao..3 00 w•r>!a ro••1••a>�e rra sse szoz/UZ�P•Nold 6•vsniaa aroma,N3!r3nve-ozss\1•�•>•o\o�-N1a-!->\N•!w�-•>!�»nvd-o-s\z!o-!eeo!-oc!\oc�\�d�•1u saaln.3aS 5uuaau!5u3}o luaw)joda4 (D snd,00 00 G o szluz SVX31 S�V130 0?JVONVIS S06 ailing"pole aullaJoySN 005 O o00 a 1 - � IlSIdHJ Snd80D P A-LID >i�VM30IS N G,Jno —LZS0 �� aN 3a�?o�'tlea��.`D.. r or�ir33r�io r+�3 �Niwe�N3r o r'4i 31 3ia>;' w l`U°U^wNan "� S2JlVd321 (INV 1N3WSS3SSH 3N1� t� g 2131VM 3ZIS-3021V-i 301M.1110 NONdIN0630 F9 3Ltl0 '01 N0199 NOIMIN0930 a TO ON NOI91A3N Z/,O/,a Z/91/6 J B a � �N a a w qua„ z �& am �_ $ F Uab Q 3� m Ao s� ��sp$ KH s o�€ 0 o p z m jw$ yo'NWO o BNFkk00 m awl 04 =z� oGo�p w o�0 � old„N00003 �_ '�� �w�ma psawow a I _ a I,fai r €__ zp�s� Gam= moo • c '� J J Wig__ -g YO€ a oa"�� poi w€ o z �� Q o , .f F =aF� a 8iN wrap wmw zaaG o0 wt� mwu� � m o _ 0 W �� `_-p<�°� �',P+aO � o��� � �50zNobb B a it — ors s$ _€ Smm h_, � =mao `B€�� � 8s ��ss� � z. z U�� �Aare ago � om e�aaa $ m �€� ���mm \ W QL -IQ z J (3lON 33a) zw J w z z r a o Q ��z rcs I _i S31NdA HllIIM w$�O € w I i•f J �i � - � ��a o� � �o � e so Q L yam :j ° 'oy �a W �i �' '. w X Imo= P ? ri aY �' h $ Z F r1 m z O 12 °I 8r m asp a W 9 V LLI ^ z oV O Zz woe \ 9 �Oa a J 0� § yo =owl .f I .ct5p h. a9 1 8� 1 \i.zl e0 �oags 8509C W 8 a " J �1\I z. `S A8 � �3Qoo Q F 12 W w im U Z 0 p <� V V Oz z. 3 " 'Izo o8 v. .f J_ .z znr xrn d J ooE '� �H Q (3rnsN nB$ 088 8 err W xnxams,s J ff 0 1 W ?� J t> Q F W ' dzH—H %w u W W 16� � '� 4�/ C Z z $ �paa w�a p Z w zw / m B oIt f W g� R .b/f r8R$2 H V a a a3 Hb W Y I'- z /, z W Z19 931tlVA - � Z(n SSww t Y s a J ai = h x ® JryB G z am o ' .e Q YG iw kv I V m I _ 0ja ¢ono W x 19 ¢ego E21111. t% a p 0 m0 _ g�- (s31wN:: H 0 z 0 W o ZlFpz i E'I qq 0 a F w zd .9 L 39vH..� 0 n rcN8 F u m m r 7 m 06 �' i W - ° G3z N z a of go W w / m 5p w �0' W v °¢ _ Q ° 0 0 0 l W W o W Z = �m iA gg€ J z wm F oc 'i p_ I Ax= z � .3 Y W p a 5 r d > x V z� 0 = wK C1 Y F �w� I z F a n0 -�0 p LL w Opp 7 7 10 ��� ��_� wLL rt to of E800 .Bp P1.4.%'Puolno Ae Wtl 99:6 9ZOZ/L/Z:P%Wld B-P'M—..—N—NNM3019 A aena-4ZSa\WeV6V!^?O�OYO-NIa-I-b\6upyoy-uoNanPo+d-0-4\Z l0-la Y��O£t�.Q)J3 N..wo�.�oova sa*ai'isol,ry�i�r33r�io r+3 saa/naS 5uuaa�u/6 u3�j a /uaw)joda4 LOo sz -d,00 2 0 l 133HS S-llVi30 m d 0 u S" mauSO,S SVX31 00 I1SIdHJ SndUOO o A-LID (]dVONVIS WM3AlH0 ZSO -j- Ni a� 018-32J (01(11) EZ J o o r'4i 31 3ia>;' I`U°U^�°N "� S2JlVd321 0NV 1N3WSS3SSH 3N1� r, g 2131VM 3ZIS-3021V-1 301MkLIO NOIANOS30 F9 3LV0 '01 N0159 NOU110530 a TO ON NOISM8 Z/,O/ZO Z/91/6 �C Z2 a z m. P, 4 6' �8 s a is p o�g�'�� goo o < 8� €=.wpm- s o m w jo ESFH 60� �5` 6 €a'ma c �oogm tSB zo RE0 6_ $ wB"� €LL € gee o S. N_ ao�3 0�s � o3s �a �.s N� a n a m m n m Qv � U N Iri Zv Z C z F s3larn .-A (e) H a 0. oA (e) MIVM301S S31NVn a9a Owsn) .z 'aa'ONoa'.l. m& o 3N—n—3dms o o and'ama sv z xtl V �, 8 o " 8 mt"a (malnma dU 8 8 tSm (malnma Ntl31g 3aVaa I N ,00'B / m s3larn m 'NI I �m ? gwa �c41i I � a av i z O 4ic FFFI W �_ N W W y Q g d F 5 W gm v �m § r 8 WC m �- 3 o R V m 3 W P� l, Wt0 I W> > 6631avn-AWINamma Ai) I .0o8 S (malnma dl) I NY3a9 3QVaa I ---- NV3a9 3aVda I8 m m a a —V/\J, S�o p,.4.W'puoln Ag NO 0:6 9ZOZ/L/ZzP—d 6wP'£as 4—S—0 OaWNYlS AtlM 0-ZLSO\Ioieuea�OYa-NIB-I-9\6upyoM-uoganPwd-O-Y\Z 10-48BO4-o£4\O£L\�d�elJ z w va�a�^dsN,3we,�3 P3:�=i - N..wo�.�oova se*ai'isol,ryi�r33rio r+3 saalnaS 5uuaa�u!5 u3�j a luaw�jDda4 Lo sz -d,00 2 0 Z 133HS S1Vi30 � 0 u S" HauSO'S d�SVX31 00 I1SIdHJ SndUOO o A-LID (]dVONVIS WM3A1H0 ZSO -j- Ni a� 018-32J (01(11) EZ J o o r'4i 31 3ia>;' I`U°U^�°N "� S2JlVd321 0NV 1N3WSS3SSH 3N1� r, g 2131VM 3ZIS-3021V-1 301MkL10 NOIAHOMO F9 3Ltl0 '01 N0159 NOU11001 a TO ON NOISM8 /t0/ZO Q IZ/91/6 6 i■� � I I I I L I L L � �•• L � J R �a cw . A � g 6 b if ilts A 12 t■ x {66} a t IC�wi 12 log if� i 6R I I �LS L L I l�b gE� 1 I 1 b i¢t I _ oil tv�• L it a At " q if b w�ON g L g if p,.4.W'pugno Ag NO 0:6 SZOZ/L/ZzP—d 6.P'£JO 4 133H5—0 OtlWNYlS AtlM 0-ZLSO\Ioieua0\OYO-NIB-I-9\6upyo,0_uoiy�nPo+d-O-Y\Z 10-48BO4-0£4\O£L\d•IJ -Uv'y"yea�""nv n�°"'r�� 1048L sexal'µsuy0 saa)na 5uuaau!5u3 0 uaw)joda4 cD Gaa oN1 9z i or�ir3s3r�diioo r+03 ' 0 F 133HS —bZS� Oo o=C�Q u S06ailng oeauS0,5 SVX31 DD 11SIdHJ SndaOO P A-LID STV13a GdVaNV1S AVM3ARa a7 aYaNN v'N NilvtlfN3x ................ W....:' 0 4 y, 1a4d yuj§UnumvNBan S211Vd321 aNV 1N3WSS3SSV 3N1� t g 2131VM 3ZIS-3021V-1 301mkL10 NOIAHOS30 F9 3Ltl0 '01 N0159 NOU110530 a TO ON NOIS d Z/,O/ZO Z/91/6 Z o N O 1 V o V w Z W 2 w w� pp u 6sd�6 SS > o }� o zb6baew�ob�a v Z6a a w� iss� iii�K'ii� w A;: a I o a.� I XYN W l�l � xtlN d' I col � � (xY3ae 3wao)I 'e's E 5 30NYa LLI 4 3dOlSLLI a ' ro) z � Clzy I - W a - Y NEE F z ao rc I (]) I N aB 30Ya zz I n n I I U (1—3YaO) '9'0 I 3 a (xv3ae 30Yas) W p ; a e'a p > a a § V - W ~J�y € I 5 'NIN W i I Rrc z M 3— '%VN d cm 3— l:m W - y i W W N) ~ € H H (S) (0) I 3dOlS o I (S) p I pinyaia'pugnoa:Ra W 0:6 SZOZ/L/Z:P—d 6wP'£d0£133H5—0 OaWNYlS AYM 0-bZSO\Ioieua0\Otl0-NIB-I-9\6upyoM_uoganPwd-O-Y\Z l0-laBOl-0£l\O£L\:d:elJ g w Ga o I.s._rv=N4,52� , ' saa!naS 5uuaaut5u3 ja luaw�jDda4 Lo sz se ,yosnd oo S6X31 8l—(l—Z) d01 — Nb�d CO u S06aling poIB—IaySN005 DD uSfdHo sndaoo ;o A-LIo 10diN00 01ddVai —SZSO L ano ale-3a (0141) �ZAd N � o � SaIHd3a aNV 1N3WSS3SSH 3N1� p a31VM 3ZIS-30aV-i 301mkLio NOIAHOS30 4 1 MV0 iON NOISN3N NOIAN0530 4 mva ON NOISMd Noun—NOD 80J 0—OANDO 7- ./LO/ZO 4 A3N gill _ S a O YEl co e -g� -°88F 8 &rg o e I s$ »� E �- �°gab -- r ��a xry'a{E •5ag�e��xa� x- �Fo Ns` F Y°fg kk b8x=o Z gig �g '8 �°ao �F� �'♦ _ .�a�E.6.�3•-f' S aar'^ a «*J . — —'— — — — — — — — —' Y� , of K -j .OE = o _ ,w:wus • • ,w:rwvt O — N 0 c _ W O -V _ > i 0 � ' U O 6Ld aAb'_g' .0p1 .00 v[a p I ti: +A J :w uau 09 _ cr a a N— — — — — — — — — CA 0 0 — — — — — — — — — a w +b:^a+5 �aOlnou3 U Q > ~ a c t Y O ¢36 o — 'g u•°06 7. S Ld � H LA o - - - - - - - - - - - - - - - - - - - - - - as N W c Z O .tlP::ws ,ao:ro"s tL W + u U c F ~ anal w Wu OS�0[• 8^EFS kA U gxbo: g � +[6al+r:•vs+a.0°a'°» ,PP"4+° P+°a»+v v :3 :[ [:o[ [[toys.W .♦ ay eu:iav:+;tlu3 weal.eu+[W"�v�pm.+e a ra�eVl°u rtlTI.IX 10 P+°4a:9'PY°IX°d:[9 NO 99:6 SZDZ/L/Z:P—d 6"P'94-(4-Z)d.-—d I—NOD DIJ 1-SZSD\WeVSV!^?D\OYD-NIB-I-9\6upyoy-�oN°nP°+d-O-Y\Z40-499a 1-0£4\O£4\:d:elJ Ga oI ago° ;;aa saa!naS 5uuaaut5u3}0 3uaw�joda4 Lo sz oval s9%al'ilsl,No sNdlo S6X31 8l—(Z—Z) d01 — Nb�d 00 SO6a1n "pn1 —a4S NOOS 00 usiaHO sndaoD ;o A1Ij 10211NO3 3Id3V211 —szsO p I o �1d?I7?ri..��.W.RCfI�� Auv�wm F�vv v v O o >`\a �^�° `i7�� S2�Hd32J aNV 1N3WSS3SSH 3N� t g 1s 2131HM 3ZIS-3021V-1 301mkLio NOIAHOS30 4 MV0 ON NOISN3N NOIAN0530 i 4 MW ON NOIS-8 NOI10n—NOD tlOJ 0-0JN00 NI1 SZ/LO/ZO 1 A3N a J 1 4 p pCL 2 I t h 9 fig 6 noBN B S' o fi3fig5 $ hEff >v$g U�" C1 € g '�F E SE.__g8 `gam _ _8 _ a r -- u4��m$ �N♦ f« � 8it8g F .E�€ La ^ > ?77 555555 �—* r Vie— g3`fi8 h ;?tlg hg �e€*= oS" „8$c g♦ y so$sbaa a t E o * J AEm8° 8�6-zy O 'xF = max H'T ^ W \ W W o a f, \ 1] 3 LL 2 •xpr.001 N O W Z 3 JJ JJ JJ _ Q ~ Wp a � Z � W 4 4 ;...:a,,;::., o i 4 o 0 24 mE �ry gg �5� gS .€o gg o r a 8»8gfi b8 EgF6-g g g »12' b8. S5 s N 0 LU o «w J 0 O > NZ _ W a v •=o,00 'u�w ••on.00l a i 0 w .001 .001 .—s —.� ...�..Y.�:v • NO W 2a ,r x �- - U 3 J #N r W J C G o O �t .001 a0 ~ Y _ = z u r� Aga LU g J ry 8 £2 5€ Fm a Mgg y w i ry r+W� ail m�I a.+l�l°Paa sae°mp m Aa:l Jo ao/aay :3111 Wa SDI Fa a�rvoUsa�W aaunit0 100+i�w MBIOV l�.M Fw�o1j100atPF0 fOw<�W.v :31tl0 F°0io'al°a�m„e.w .�°r .ax,a e°1�.w16..3 s° °,ws%a Pa�,.we,I P�P.mPa s,w a°.+•�wl .a3wl.,xlD PI°4]19-Pu°In°d:R9 w0 99:6 SZDZ/L/Z:P—d 6 P'91-(Z-Z)d01-—d I—N.OIJ 1-9ZS0\aMeVSV!^?0\OY0-NIB-I-9\6u?P4Y-u°q°nPwd-O-Y\Z 10-49904-0£1\O£L\d alJ '�=+ �ova[sexal is gyp sndiop saa!n.,aS 5uuaaut5u3}0 3uaw�joda4 8�—(£—Z) ro) �o 00 sz!Lrz SVX31 d01 Wd 0�0 I1SkHJ S(d20D o .1ID �Z3 VL an S2Id3 N 1N3SS3SS 3N1 g 018 o U 0 'Oul 2J31HM 3ZIS-30bV-1 301M.1110 NOIAHOS30 Fg 1 MVO ON NOISN3N NOIAN0530 i 4 MW ON NOIS-8 Naun—NOD 80J 03—NOO NI1 SZ/LO/ZO 4 A3N 3gg ��� g g_ 9 gig° E �yyggb$e a0V) Go 66 bfRgB6 ® ° g«Bh_ r`g._ o U�J e o ■ d uo .t .2 s" aa. E k ak fig: �_ & _ g"8- Too _ ;�. - * z B u— Cup° _ ary No. -m vX?v OlhNI x� Opinry <�WY rz C� 6 rc� w c J 3 p x > ooI w w a s w (AO •„!w D£ > o 0 13z, U J iy .ap!nouS Pa�Da t/1 d W d 3 J W �r �w!+aus canoe ~a Z F F F .oaaar p 00 oo! O w x X 3 z/! x � " z Z Z �K= hF x� Ae < € a Fx 8 �xgF - aXd� E Faggag=« :x - 8=° zi i3�ry �V �V K. Ae 2ary a= N O J aooa6 N�aM g l 2/1 x X X 0 3' ui x •n°xIGY O +..� ui /opinouS P.nOd W N W a c)o �lY W.W L L �somwy5 Panod Q{y f F f• CL 3 J ua w� x x x 3 z/1 i zn z i y/� y� Z O In O a c w o z a gHt HV :3lid x!!!!g!wwsu°�s sio0za s sovlw:wooiw Lw�w�Fi<G wow a��w�r :31Y0 Xw ao wn»°.oN ,a Y .lb�d a+!aa�iu46v3 tmaa Nw!xq Dw�.nP6 vl Pa.pnl..IW M wa +tl3.IY,)SIO P+.4-!9•Pu.I.°d:x9 Nr 99:6 SZDZ/L/Z:P—d 6.P--(£-Z)d.-—d I—N.OId 1-LZSO\.MeVSV!^?0\OY0-NIB-I-9\6upyoM-u°N°nP°+d-O-Y\Z l0-1gB04-0£4\O£L\d.IJ zGa NoI ,r,'=we. �+ s"' sao!naS 5uuaaui5u3 o 1uawjoda4 Lo _Js em1. r11 ova sEl sSnd 0 szuz sosaling'pn1Ba1aqs Noo9 SVX31 IlS12HO S(d20D to .11o d01 NVId �MJiN00 0 ,g T"i, gti+, D — — 00 �..................:s 018-32J (0141) �Z13 O o '+1;3\ ,ed' j "t°NL in) S2JlVd321 (INV 1N3WSS3SSV 3N1� tv p s^"yP�V$�^"'�3 2131VM 3ZIS-30bV-1 301mkLio NOIAHOS30 4 1 MVO ON NOISN3N NOIAN00C 4 MVa ON NOIS4l1N Noun—NOD 80J 0—OANDJ NI, SZ/L0/ZO 4 A3N CL 00 o. x6�:. Uo 7.6L, e E v o oNrJ. C-) >z +nwW . 6ti"x 8"8 1 E § a � R�- � boa' 8 8 0 6 8 2_"_' Fg 3 SElgk &6 £§$ .b ® i� EE. wou, roan �Og boP lB g�'g: 8$ggfiY7 �- I r - nF Xy x= xx l zn % ax05 MJOY S l zn l � x x x x �000z .os x l c.! Lw JeP h°us ® ♦ aPnwus O a J _ w • :. ......... .•• Q .Z C, ~ J JW I—S JapI�0u5 O 3 h F h F m x x x x 1 B z 3e U y - sS� z= % iOo05 NJOM 8 l x % X •NOJDOY 111 J � .001 .0F l Oil 1 w �iPIDOV$ ®♦� Jep!ta45 0 a MIN a a a z a a J U O JM I n04$ Jip NW V$ WMdl OS/i J09 x£ 6-o z 3 13111 +s•wa+Vs�09 Ry!!!O�a°oap�iV fwnaso iom..w a0e+w»saaoo.M%w�oepoD.i No sP ei°w.r 131.0 zui.° .°°J,Pi a1 ..°v .a=°.a w!�.wleln fi ,. us xa P.°�.•m f1 P,oP�.f f1w.° �narlinsw PI-4-!8'PYOIXOY:x9 NO 99:6 SZDZ/L/Z:P% d 6»P" -(i-Z)dDl-NVId 1..NOD DlJ,bnl-BZSD\WeVSV!^?D\OYD-NIB-I-9\6upyoY-uoganPf+d-O-Y\Z 10-48904-0£4\O£L\dell saafnRS 5uuaau!5u ;o luaw�oda4 eo 'avum„ns- 1048E sexal'!1sUUV snd�o� 00 w o sziuz sOsa"s'"871.. Noos SYX31 8l-(9-6) d01 0 00 r I1SI2HD sn7 fa0j to Am - NV�d �O2JiN00 OId3Vdi -6ZS0 � AA:.oA,sas9N`we.3 N�awo� tl QI8-32J (OIQI) PZ.IJ � ! �.�.. �� hu uwumo � � & o n3t,a ;^^�d � U� S2JVd3?J aNV 1N3WSS3SSb 3N� 2J3iVM 3ZIS-39dV� 34IMW3 NONd-MO AB 3Ltl0 'ON N0191A3N NOI1dIN0530 A9 —O 'ON N0I—N N/ZO t� a o a93nSSl NV1 bZ/81/6 D M13i1 - �tiM �•� ry E � ' DD FT g:•- 6 E bgx6 b R888000 boo -gb g °g«ES � # LIJ ir t0 F` a 'g;56m�'m$8'NM - M `W88 b ocD ■ v �1B��gFV Fnn-•••-"u-+•o-voi 344[ oN Aw' P2fh$�Qfi ot€. Yp;gg •g•8A8g'bE fiEi-E� E8 x pVerO A Ja� S ¢ z Y8 -g W= CN g - E 30 5t t+•z f ry u " HXm 'o$Nm�o d „gN -SCa fig'.«o`e5• Xfi € £.h d �< � C -��9sS LL NklB s• z d!',hgb° �-FR °-ova° h h u ` � ``gg 8E5E5E g5g5 88aa Z7 ib bill I LLJ �} •aa 39rMal Q a � r s Z a=o �u s• ■■ ■ W <w '—wy V 'ulw .005 .001 amo T H�mM 9 l £/ � Q ♦ n N W oc z a W Ln G� :1- •• - 5= o a W a o to �z CL Ka _ WON uo Wo Q •xo�eav 'ulm .001 as S Mom■ 0 l ,00� .000� l �E/i ~' 'u:/l TOGS N ♦ vow Ll� X ® a a amn1b Ln aD IOW$ O J X= €F z oD sue "g t-WW • ri n� WW uv� �- y J _u' ZZ<N ttN •x o� V) •urn.00s .00i aD°as aJ°,9 e � l£/I .0001 .0091 .009E o O ♦ J �aUlOalS a W a a a o uoia»xuoo>ui•�o�.till io!oueasa�ou oa�s�ioaK>_••Ja.>ooi o ownaiuo Jo•0 0 oA a s aa°tlo xyuo�ro.,oN _yas.aiy>o,d a.�J.•u�ou3 o.•J,wx J°o«�axoo •too+y wi ou!r :31 v;1 sl osuwye y 7 °%tl3NI•�3T t0 W°V�Itl'Cuolnoy:x8 NO 95:6 SEOE/UZ:PTi°Id NaP'94-(9-Z)dOL-NVId 1O111N00 011JVtl1-fiZSO\cN•VS\IMIO\QY.1-NIB-l-9\6upyoM-uo�Y.P°+d-O-4\Z 40-46804-0£4\OC 4\:d:xllf Gaa oN1 -Uv3a'-�y?"oy"'etlae a��"�"n.`vD n�..�°"'rr�� 10i48L sexal'I3soury�i0r 33r�io r+3 sva!&ia 5uuaau!5u3 0 uaw�jDdao LD sz sdio0 133H5 311 2320 00 u S06ailng oeauS0,5 SVX31 O DD OOXIlSRMO Snd800 P d110 A�30 3�dWVX3 11 a O �daNNw NN'11. ° �vo v o3,v NN�rvrvd,a C O G :..................'� ,N.. . 018-32J (b101) EZ.ld o rr'4131 3ia>;' I`U°U^�°Nan S2JlVd321 (INV 1N3WSS3SSH 3N1� g 2131VM 3ZIS-3021V-1 301mkLio NOIAHOMO F9 3Ltl0 'ON N0159 NOU110530 a ava ON NOISMd NOLLOn..——--N. — I SZ/LO/ZO I I A3N 01a a0J 3nOs, w 4Z/Owe, 0 A3M Sltli13N N 3 0 0 �c® o. Q' w d 0 or d t }< oa F �7- _ Z_ Z_ U_ U_ �o >oU >wo ao 'off N ao _ 0z op 00 liF U OJT �Z U 23 O 2 o cal�o U 0 oho W w> z C', LL . z o M' 004 LLI Z d CD r O N G o rn NC xk m < n � 77 C U Lij W > m Z Wf^ — o Q +p < m QO z V LLJ G oN o a o r JO �w W � a w a ul U C.L a u4, _ w c - W S h gg � s �vv J Z W O L Q r W O Z xeml mrm xum S J YS �d O O ,�c �H O OD Q QV o T UN 4 00 WZZO Q I oO ^ m 0 1Z NU'D,oZo 3 IUD—< pm 00 XNZZpX U w Z~ a.wwe,.rn QU O~ O ��0 0E� g W oJwO Q� W O fi Z (n��mVl �L $e wU _Z� O OO�O(~il� ca ~0Z~Q H Z V) Li Q>M�p OU Z ULL O Of ZJQddJ J Ot= O U N O m J U 0 oa J U F-� OX Of JO ZQ H H U Q=O U PIo4a1H'PuulNuy:R9 W 99:6 9MZ/L/Z:P° U B-P'133HS miu oauo M3O MdNM(3-LOOM\InieuaO\aY-NI8-1-9\B-.-qy_-.-P-Pwd-O-Y\Z IO-LOW L-O£I\O£L\:d:el!J z w a�.�.�e,e=-����^�a .we,a sazgn Rg buuaau!5u ;0 3uaw�oda4 eo �W obaLsexal'IsuuOsndop o00 3NIld31VM N18� — 3TJMJd sztuz sos aun SYX31 5"PM9 aui,la�oy5'N 005 O o00 I1SI21HD Sl7d210� l� ui� � NVId 3ldWVX3 —ZOOX3 =� Cl vI / v !!�� II II O gd.�aa��w'11 vvvZN36 I—w A�va v a�v only rvirvrv�a�e Cl8-32J (b 4) ZZN p z6F %e.. ...... O 0 o rya, , ,><' S2JVd3?J aNV 1N3WSS3SSV 3N� w g 3 i I'7 2131VM 3ZIS-39dV� 341RUO NOld-MO 1. 3Ltl0 'ON NOISIA3N NOI1dIN0— AB —0 'ON N0I—N Z/t0/ZO TT a o 010 il0i 3nSSl NV1 oZ/8i/6 D M13i1 W K OFW rc Z O J Z N Q - W � w � tw0 y a� JZO�a y j N W r�VW_Ww O w I F0 Ul w y, OV1W r00'W FJ SN w V) O H H.NoZ¢WW O NCV�O �.ri J W W w0 Z.d GGpU41Ww Qarl J a-F.i �d,o Zz UQ lo,=0 ON O tJ ¢F O a h zpOFUK R�SO Oyj O I In0arii OwOoFp-3 w>¢Ox 0 o0 Qa0p ZW wNN w<w- wzozn'iZ I r�OaL ow o�O�Nn a0O Nf0 W w a�ar. ao z ^.i w m l l l Z N Y f 0 N- r Be HS H ltlo Z. a � �g d3h d /. W W o J CD k Il a —V o ea Of a a 3 Of W Q CD Z o� a Uw WJ N 7 3> \ z �Z d \ ? ma Id iz � o� isow i \ \ 33„B6 ofr� n\ \ a i ryoyaty'puol�atl RB\ry0 Bab—z/L/zzp—,,fixp,J HS 3NnN31tlM Nl--31 I0tld 8 NVId MdWdV%3-f00%3\loiaua0\Otl0-ryIB-l-9\6upHry,�-uotYrvpo+d-0-4\Z 40-1B804-OSl\OC 4\d�IN z w rlara�.u�j a,;;;e,a,,;,-,E�m3�.a sazgA RS 5uuaau!5u ;o luaw�oda4 co ''H'°""°Ka 60b8L sexal'!ls,Iy3 sndjo� 0 o szl/Iz SVX31 3NII d31HM 1S GdVd03� — 506 alms"PM9 aui,la�oy5'N 005 O d 00 vw�+mm� i15iaHD sndaoj jo um 311s �3aMo m3a —toox3 0 =� d, oAAa;sa =;;ey ANr,w tl ry ry°"a == ale-32J (Olaf) ;^^ dV- 1 U01 S2JVd3?J aNV 1N3WSS3SSb 3N-1 w U W d31HM 3ZIS-39df 341MUO NON NDMO AB I'ON NOIS17 —IN— AB 7-- 'ON NOISI/3tl O/ZO a a9 il0i o3f1SSl NV1 oZ/8I/6 D M13i1 Z �ti SNOIIVOqPWQIIViS 1S31 �E �'. UlVd3N 1 WSS3SS`d 'sE� 3NI-1 N31VM - ONVI 3aiwiio Li �1 IISRIH Oa 30 Ally C J tl-tl3NIlHJ1tlW Y Yee b a b ui o a a o 3 LLI Q� ' =j .00 iiiiii Z0 °go 311)bb1S rt U .j 1 LU 0 0 V F, Q pQ0 1 a. . O O O O O ':.. <� .. *F 31bOJl; ug ° ��a lC W 4 I N�Mp0.0PN Q wS ° µP a. O W =x J s% Et 0 !D ° O V-tl 3NIlNOltlW ryoya,a'puol.atl RB NO Lab—Z /L/Zzp—fi.P,133HS 3NNN31tlM Nl--—08d 8 NVId MdWdVx3- X3\1-1- O\OtlO-NIB-I->\B—ft----P-d-O-4\Z 40-4680,-0C,\OC,\:6- sazgn RS buuaau!5u ;0 3uaw�oda4 3N1-1 'Hmn"ercr 60b8L sexal'!1si�U�snd�o� 00 w w o sziuz sosa s'v iaaNia,o4s.Noos ID SYX31 d31VM OSO �30 O/WD — 0 o 00 a , w 11SIHHD sndao0 to Aim 31IS 213(MO A�30 —�MX3 66 dG,G O ,%�aAa��w�9Nwvl'N3y I—wo�A�va v a�v rviy rvirvrvv�e o r W O8-32J (00) 2Z).3 0 �;,j U� S2JVd3?J 0NV 1N3WSS3SSV 3Ne� U 2J31VM 3ZIS-39dV� 301MW3 NONd-MO AB 3Ltl0 'ON NOISIA3N NOI1d.—O A9 —0 'ON NOISII N SZ/L0/ZO a 010 il0i o3f1SSl NV1 oZ/81/6 D M13i1 b90£Z 'ON 101t021d (bIUI) £T1SAS 0I1331011d DI a' 3NI-1 213.LVM 33 3ZIS-3921 MAlI: I1SINHO Si30 A113 C a W .ems MM J W Q O J O J W 0 t Uc` ryoya�y"U., :1.ry0 Lab—Z /L/Lzp—fi-P,y H5 3NNN31tlM Nl--—08d 8 NVId MdWdV%3-f00%3\loiaua0\Otl0-ryIB-l-9\6upHry,�-uo�Y�Po+d-0-4\Z 40-46804-OCl\OC 4\d�IN saafn RS buuaau!5u ;0 3uaw�oda4 co ''N'w''""a+v 6048E sexal'!1sUU�snd�o� 00 SVX31 S300H2J AHVW — 506 aun5"PM9 I.I. 005 O o 00 lsiaHD sndaoi jo ui� ails �3aMo m3a —soox3 0 O ..........:...NwvZN36 ANyW ao� „o ql p3v S2JIVd3?J aNV 1N3WSS3SSb 3N1� 2131VM 3ZIS-39dV� 301MW3 NONd1-0 AB 7 'ON 7ISI9 NOI1dIN0— Aa — 'ON N0ISII nx.a a0 il0i o3nSSl NV1 bZ/8i/6 D M13i1 -- V90£Z 'ON 11:1[021d v (aICID £Z Al fW4SAS OI1:)31O21d JlaOH24PX3NII 2131vm 33 3ZIS-3921V1 ZWA.Lp I1SINHO sndMOO 30 Ally E W ' Z _ o J = � W i[ 1C W O � 5 a a 9 .. JSS. J H ryoya�a'puol�atl RB ry0 1-—Z /L/LZPTWId fix.P'l J33N5 3-3—NI.-31NOtld 8 NVId Md.—-f00%3\Ioiaua0\QY.1-ryIB-l-9\6uPyry,�-uo�Y�Po+d-0-4\Z 40-46804-OCl\OC 4\d�IN saafn RS buuaau!5u3;o luaw�oda4 co =w, •wvs 1048E sexal'!1sUU�snd�o� 0 r00 o sziuz sos aun SVX31 5"PM9 aui,la�oy5'N 005 O o00 a - s.�til IISRHHD sn7 fa0j to Am l BINS S3I8V1 NOI1d1S 1531 d0 o ryd N'.� > w tl 4 8-32J (b 0) �ZJ3 of o ;,' a Hdtl & o1"`3a1 ?J a b' 3 S2JVd3NV 1N3WSS3SSN� w §3 U _. 2J31VM 3ZIS-39df 341RUO NONd-MO AB 3Ltl0 'ON NOI61A3N NOI1d.—O A9 —0 'ON N0I—N a o Z/t0/ZO a0 il0i 3nSSl NV1 bZ/8i/6 D M13i1 w w w w w w w w w w w w w w w o w * > > m > > m m m m m > > > > > > > m > > > c m _o "a 3 3 > 3 3 > > m In m 0 0 ? 0 0 ? ? ? ? ? LLo 0 LLo 0 0 o LLo 0 0 ? 0 0 o LLo 0 0 ? LLo a a zz 0zzv av � 0 z zz z zz z -6z zz z -6 > j -o -o -o -o . . . . . 0 -0 0 -6 -0 0 -0 0 -o -o 0 0 -0 3 -6 -6 -0 0 0 -o - 0 F- c c o c c o 0 0 0 o Z c z c c z c z c c z z c o c c c z z c p Z 0 LL > > LL > > > > > > > LL > > > > LL O O O 0 0 0 0 0 0 0 0 0 0 0 0 Z LL LL LL LL LL LL LL LL LL LL LL LL LL LL W N [O Z W c c c c C c H c c o c C 2 C 2 c 2 c c 2 C v~i Z O O m — m — _m 0 0 0 0 0 0 0 w Z F F W io m Yn m in m in m m in m in io in m m in is O N C C N 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 F- 'O 'O •- - - - Q io is m m is io m m m m m m m m m � m H H m H m H {~/) VI VI J J i% iN tN VI VI 6;; VI VI VI VI VI y�j w w w w w w w w w w w w w w w w c N c w w c w c w c w w c w I-- U Z X 1� Vl pp u) O � I� Es LV 1� pppp pppp oo M pp pp oo 1� m w M 2pp w O O H 00 Ul N V t!t 1p V) 00 00 CT W t0 00 m ul M Ol lD oo m V N N N + + + + + + + + + + + + + + + + + + + + + + + + + K N n M pppp ul Ol Ol V1 e-I n N u1 c-1 M D1 M 1t M Ol Q d O ci N N M M V d' Ln IA �D I� a0 W Ol N N II) t!1 t0 I� W 00 m QN N N N N N N N N N N N N N N N m M M M M M M M M t+'1 W F Z z W Z aw Q w CD LLI z X w a w w w a Re- LLI v v 1Oavvvvvvv w c c c mccc ccc> 3 > > > > cc > > 3 m m o 0 0 > 0 > > > 0 o 0 0 0 0 0 0 0 0 > > o LL 0 0 0 Q a LL v z z v LL z > > o o O c � > j 0 -o o o 0 o 0 o j > j -0 *60 v 0 I z z Z lO0 C LO0 LO0 lO0 Z C z z Z Z Z z o lOo lOo Z Z Z C Z O O O 0 z 0 N W C W C C C C C C C C C C a F p 0 o 0 0 0 0 0 0 0 0 _o o 0 0 H y�j H Z n o Y m io O Y m O Y O m y O Y m Z H w vi — an in Vi A vi m in m in is in m +n in 0 ° m m is H m H H H w w w w w w w w w w w w w a+ O c O v O a+ O v O �' O r✓ O r✓ V o V O O V O r✓ V o w y c C y C y C y C y c y C y Y y C y C y C y C y a LL a a a a a a a a a a z o U d 0Q U Z X M oo I� M 1!� lfl p N Ln w O O O }N, m oo ��.. SZ p�}p N l0 0o M O N I . p- V1 00 I� z in xw Q "' n M V' lD lD n I� a, ON +ca-1-1 'N-1 N + ~ rl �il�-1 .MHO o�0 m 0mm1 N d o O QO - r ¢N W oNLO Z W o m m m m U U U U O 0 0 C0 0 a W W W W W LL LL "O C) ~ a Om �owzo 0 �L�jLd.z. s�� � P+oV�ld'p�ol��tl RB Wtl Lab aZOZ/L/Z P�iiold fiMp'Z AO 4 1 H6 91atl1 NOLLtllS L531 d0-900%3\cN�V6\IMIO\Otl0-NIB-l-9\6upHry,�-uo�Y�Po+d-O-4\Z 40-46804-OCl\OC 4\d�llf z w -.I vua�w�ma�p�,rxsie�a; i sazgn RS 5uuaau!5u3;o luaw�oda4 co sHm a 60b8L a sexa l lls,y3sndjo� i 00 unS PN89UIBJC 0SVX31 d0 Z 133HS a ISRHO r S17d2100 lo Aim S3I8V1 NOIlH1S 1531 d0 —LOOX3 0 d,o �r'^j°sAoo we e3� Hd,wo� tl ry ry:",a == 018-32J (b101) 2Z.ljCD h o o �q33;< -1 U01 S2JVd3?J aNV 1N3WSS3SSb' 3N� g 2J31VM 3ZIS-39dV� 301M)1ll0 NOIld MOMO 1. 3Ltl0 'ON NOI61A3N NOI1d.—O A9 —0 1'ON NOISIMN a o Z/LO/ZO a9 il0i 3nSSl NV1 oZ/8i/6 D M13i1 . . . . . . N N N N C . tD tD V V N N N N V a 00 W Z o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a w = aa p (7 V1 tD I, aD 0) 0 .�-� N M V Vf tD I- 00FO 0 0 0 0 0 0 0 0 0 O z 3 a > > > > > > > > > > > > > > > > > > > > > > — — — — — — — — — — — — — — — — — — — — — — — — — J V) V) V) VI 0V) V1 0 0 0V1 0 0 0 n 0 Vf VI V) N 0 V) V) V) N Q W W W W W W W W W W W W W W W W W W W W W W W W W y. z Z z Z Z z z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z a a a a a a a a a a a a a a a a a a a a a a x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x X z O N V1 tD O 00 O1 M O I, V1 O Il 00 00 tD 1, 00 a0 a0 m O O W N m .i rH V1 tD 00 I. . V a0 ill wN V V1 00 00 O1 00 tG w F + F + + + + + i + + + + + + + + + + + + + rF a s w N tD M 00 Ch 00 00 M 0 V O M 00 O V1 (n (n Lne-1 I, Q N N N cn N N N N N N N N N N Ln N N N N N co H F H H H F H H H H H H H H z ZV) In InV1 VI InV) V1 Vf Vf Vf Vf V) In Vf VI V) V) Vf V) V) to V) w ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ K C D: K K K K < K C < <occ < C < < <a a a a a a a a a a aa a a a a a a a a a0 a a 0 a o_ 0a00aa a 0 a s o_ a a 0OOOOOOOO O O O OOOOOOOOOOO JJJJJJ J J J J JJ J O z Q V~1 O w r 00 T O .--I N m a} 0 W nti N M d' V1 w n W Cn O F a N N N N M m M m M m m M V V V V V V V a V1 LLI LLI LLI Y v' � lD N 1p N N N N N N N 't ID nOn n 0 Q LL z 0 0 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 0 n Q e-i .-I .-I . . . . . . . . .i .i ci .i .-I . . . . . . . . LLI w = p U� O .y N M 'D V1 w w W o O N M N N N N N O w N GO OD O W tD lD 1p LD 1p 1p LD LO LD LD r N N N N N n n 00 00 00 OD 00 z 3 a J VI Vf Vf VI V1 V1 V1 N N V/ VI Vf V) V1 Vf N N V1 V1 V1 V1 N N Vf Q W W W W W W W w W W W W W W W W W W W W W W W W a z z z z z z z z z z z z Z Z Z Z Z Z Z Z Z Z a a a a a a a a a a a a a a a a a a a a a a a - - - - - - - - - - - - - - - - - - - - - - - - - x x x x x x x x = x x x x x x x x x x x x x X Z I� (mp V1 =0 V7 pO .� V pO vl 0 O N N 0 w W a a0 O M O w O 1, + + W + + + m m + 4 H + t + + + + + + + + + + + . V1 .-1 tD 00 O tD 00 V a Q O m m 00 m 0 Ln .-1 00 M m m O 0 N N N M 0 V C VI zF FM � � � � t � � FM F- r � � � Fm � b H V1 V1 VI VI VI VI N V) N VI V1 V1 ul N V) VI V1 VI V) V) V) VI Z ❑ ❑ 0 ❑ ❑ o ❑ p p a a ❑ ❑ O a ❑ ❑ ❑ ❑ ❑ ❑ a o o_D C WC K w w w w K K D: K K K K K w w w w K K K = w wmp 4Z W G a a a a a a a a a a a a a a a a a a a a a a a OJUUNZ a a¢o Q W 00000000000 0 0 O O ❑ ❑ O O O O 0 rc p 3 '^ J J J J J J J J J J J J W J J J J J J J J J z�w U FUSU UF . F Z ZO Np W' KZ UI O O H N M a Ln tD I� 00 (nO .8 N M Kr Ln -w Q a-I N M V VI W I� 00 D1 N N N N N N H z P 4.1d'p..j.tl..(a NV-6 UOZ/UZ:—ld 6My'Z AO Z 1 H6 53—NOLLtllS L d0-L00%3\cN�V6\IMIO\OtlO-NIB-l-9\6upHry,�-uo�Y�Po+d-0-4\Z 40-46804-OCl\OC 4\d�llf