Loading...
HomeMy WebLinkAboutC2025-209 - 9/23/2025 - Approved CONTRACT DOCUMENTS FOR CONSTRUCTION OF DEAAG NASCC Perimeter Fence Grant PROJECT No. 23209 Eta MUNOZ ENGINEERING, LLC 1608 S. Brownlee Boulevard Corpus Christi, Texas 78404 Office: (361)-946-4848 TBPE No. 12240 s��•►tttit�! 07/08/2025 OF . . :...............................� RAMIR� MUNOZ III MUNOZ ENGINEERING0 0,, 0 100346 r Record Drawing Number - PBG-962 +4 ii>;;�L ;�"'�� CONFORMED/FINAL CONSTRUCTION 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting 00 00 00 Cover Sheet 000100 Table of Contents 00 52 23 Agreement(Rev 12-2021) 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev4-2022) Division 01 General Requirements 011100 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Revs-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev 8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part S Standard Specifications 020100 Survey Monuments 02 10 20 Site Clearing and Stripping 02 10 40 Site Grading 02 20 21 Control of Ground Water 02 20 22 Trench Safety for Excavations 02 20 80 Embankment 022100 Select Material 02 24 20 Silt Fence 02 80 20 Seeding 02 80 40 Sodding 02 83 00 Fence Relocation 03 00 20 Portland Cement Concrete 03 20 20 Reinforcing Steel Table of Contents 00 0100-1 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 1/2022 Division/ Title Section Part T Technical Specifications—Unified Facilities Guide Specifications 01 14 00 Work Restrictions 32 31 13.53 High Security Fences (Chain Link and Ornamental) and Gates Part U FAA Standards FAA Standard for Airport Construction (AC 150/5370-10) Part V Base Forms DBIDS (Rev6-2024) NASCC Dig Permit Request Form (Rev4-2024) FAA Form 7460 (Rev4-2020) Appendix All Testing Reports as Applicable 1 Geotech Engineering Report 2 GPRS-Job Summary Report-762584 3 GPRS—Utility Finding Map 4 Unified Facilities Criteria—Security Fences and Gates—UFC 4-022-03 END OF SECTION Table of Contents 00 0100-2 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 1/2022 FENCUNL-02 KLINCECUM ACORO CERTIFICATE OF LIABILITY INSURANCE GGs DATE(MM/DD/YYYY) 1 01912 0 25 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 Kathryn Lincecum NAME: Forth Insurance,LLC(2301) PHONE FAX PO Box 15210 (A/C,No,Ext):(318)361-0030 (A/C,No): Monroe,LA 71207-5210 ADDRESS:kathryn@rcfinsurance.com INSURERS AFFORDING COVERAGE NAIC# INSURERA:United Fire&Indemnity Company 19496 INSURED INSURER B:Western World Insurance Company 13196 Fencing Unlimited, LLC; KM Wiley Properties,LLC INSURER C:Brid efield Casualty Insurance Company 10335 2325 Jonesboro Rd INSURER D: West Monroe,LA 71292-6821 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 60542321 3/8/2025 3/8/2026 DAMAGE TO RENTED 100,000 X X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICYEl JECT1:1 LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X ANY AUTO X X 60542321 3/8/2025 3/8/2026 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,0009000 EXCESS LIAB CLAIMS-MADE XGL8200008 4/2/2025 3/9/2026 AGGREGATE $ DED RETENTION$ Gen Agg $ 3,0009000 C WORKERS COMPENSATION X PER OTH- ANDEMPLOYERS'LIABILITY STATUTE ER 196-60342 3/8/2025 3/8/2026 1,000,000 OFFICER/MEMBERANY /PARTNER/E EXCLUDED?ECUTIVE N/A X E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Equipment Floater 60542321 3/8/2025 3/8/2026 Leased/Rented 200,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate holder is named as Additional Insured on the General Liability and Commercial Auto with a Waiver of Subrogation on the General Liability, Commercial Auto and Work Comp per written contract. NASCC Fence Project COI CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Corpus Christi THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y p ACCORDANCE WITH THE POLICY PROVISIONS. Engineering Services 1201 Leopard St Corpus Christi,TX 78469 AUTHORIZED REPRESENTATIVE I oAtU4 zoF401-& ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD �ABridgefield Casualty Insurance Companyo Managed by Summit.Know the people who know workers'comp sm summitholdings.com MEMBER OR GREAT AMERICAN INSURANCE GROUP Kyle Wiley, Managing Member Fencing Unlimited, LLC 1508 Thomas Rd West Monroe, LA 71292-5838 September 23, 2025 RE: BCIC #196-60342 IMPORTANT POLICY INFORMATION The terms of your workers' compensation insurance coverage through Bridgefield Casualty Insurance Company have been changed. The change(s) are set forth in the enclosed endorsement(s). Please review them. If you have any questions, please contact our Customer Service department at 1-800-282-7648. cc: Forth Insurance, LLC. - 8030 James M. Stephens WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 89 06 00 B (Ed. 7-01) POLICY INFORMATION PAGE ENDORSEMENT The following item(s) Item 4.* Class, Rate, Other (WC 89 04 15) is changed to read: See Extension of Endorsement This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Date Prepared: September 23, 2025 Carrier: Bridgefield Casualty Insurance Company Effective Date of Endorsement: March 8, 2025 Policy Number: 196-60342 Countersigned by: Insured: Fencing Unlimited, LLC WC 89 06 00 B(Ed. 7-01) "Includes copyright material of the National Council on Compensation Insurance, Inc.used with its permission.Copyright 2001 NCCI" WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY EXTENSION OF ENDORSEMENT WC 89 04 15 - ITEM 4 CARRIER: Bridgefield Casualty Insurance Company AGENCY: Forth Insurance, LLC. - 8030 P.O. Box 988 PO Box 15210 Lakeland, FL 33802-0988 Monroe, LA 71207 (863)665-6060 (318)361-0030 INSURED: Fencing Unlimited, LLC POLICY NUMBER: 196 - 60342 0000 DBA: POLICY PERIOD: 03/08/25 - 03/08/26 12:01 AM 2325 Jonesboro Rd West Monroe, LA 71292 ESTIMATED PREMIUM CODE PREMIUM BASIS: RATE PER$100 ESTIMATED NO. CLASSIFICATIONS Total Estimated OF ANNUAL LA-Louisiana Annual Remuneration REMUNERATION PREMIUM 5190 ELECTRICAL WIRING-WITHIN BUILDINGS & DRIVERS 29,310.00 2.38 697.58 6400 FENCE ERECTION-METAL 459,562.00 4.73 21,737.28 8810 CLERICAL OFFICE EMPLOYEES NOC 83,216.00 .18 149.79 9102 PARK NOC-ALL EMPLOYEES&DRIVERS 263,160.00 3.15 8,289.54 Total Manual Premium 30,874.19 Increased Employers Liability 1,000,000/1,000,000/1,000,000 432.24 31,306.43 Experience Mod .90 Standard Premium 28,175.79 Blanket Subrogation Waiver-2% 563.52 Discount -2,526.16 26,213.15 Expense Constant 140.00 Terrorism 83.52 Catastrophe Charge 167.05 Total Cost 26,603.72 Minimum Premium: $613.00 TOTAL COST IS SHOWN ON THE LAST PAGE OF THIS EXTENSION ah Date Prepared: 09/23/25 Time Prepared: 12:44 PM WC 89 04 15 - ITEM 4 Page 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule *Blanket Waiver of Subrogation Applies* This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Date Prepared: September 23, 2025 Carrier: Bridgefield Casualty Insurance Company Effective Date of Endorsement: March 8, 2025 Policy Number: 196-60342 Countersigned by: Insured: Fencing Unlimited, LLC WC 00 03 13 (Ed. 4-84) "Includes copyright material of the National Council on Compensation Insurance, Inc.used with its permission.Copyright 1984 NCCI" CG 71 03 07 17 ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage is provided by this summary. • Extended Property Damage * Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage * Coverage for non-owned watercraft is extended to 51 feet in length * Property Damage - Borrowed Equipment * Property Damage Liability - Elevators * Coverage D - Voluntary Property Damage Coverage $5,000 Occurrence with a $10,000 Aggregate * Coverage E - Care, Custody and Control Property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate - $500 Deductible * Coverage F - Electronic Data Liability Coverage - $50,000 * Coverage G - Product Recall Expense $25,000 Each Recall Limit with a $50,000 Aggregate - $1,000 Deductible * Coverage H - Water Damage Legal Liability - $25,000 * Increase in Supplementary Payments: Bail Bonds to $1,000 * Increase in Supplementary Payments: Loss of Earnings to $500 " For newly formed or acquired organizations - extend the reporting requirement to 180 days " Broadened Named Insured "Automatic Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction Agreement With You — Including Upstream Parties "Automatic Additional Insured - Vendors "Automatic Additional Insured - Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You •Automatic Additional Insured - Managers or Lessor of Premises *Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured *Additional Insured - Employee Injury to Another Employee *Automatically included -Aggregate Limits of Insurance (per location) * Automatically included -Aggregate Limits of Insurance (per project) * Knowledge of occurrence - Knowledge of an "occurrence", "claim or suit' by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee * Blanket Waiver of Subrogation * Liberalization Condition * Unintentional failure to disclose all hazards. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. * Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 Ibs GVW * Bodily Injury Redefined REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 12 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 12 CG 71 03 07 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ULTRA LIABILITY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I - COVERAGES A. The following changes are made at COVERAGE A- BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Extended Property Damage At 2. Exclusions exclusion a. Expected or Intended Injury is replaced with the following: "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability At 2. Exclusions the last paragraph is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. 3. Non-Owned Watercraft At 2. Exclusions exclusion g. Aircraft, Auto Or Watercraft (2) (a) is deleted and replaced by the following: (a) Less than 51 feet long; 4. Property Damage — Borrowed Equipment At 2. Exclusions the following is added to paragraph (4) of exclusion j. Damage To Property: This exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and while not being used to perform operations. The most we will pay for "property damage" to any one piece of borrowed equipment under this coverage is $25,000 per occurrence. The insurance afforded under this provision is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 5. Property Damage Liability — Elevators At 2. Exclusions the following is added to paragraphs (3), (4) and (6) of exclusion j. Damage To Property: This exclusion does not apply to "property damage" resulting from the use of elevators. However, any insurance provided for such "property damage" is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. B. The following coverages are added: 1. COVERAGE D -VOLUNTARY PROPERTY DAMAGE COVERAGE "Property damage" to property of others caused by the insured: a. While in your possession; or b. Arising out of "your work". Coverage applies at the request of the insured, whether or not the insured is legally obligated to pay. For the purposes of this Voluntary Property Damage Coverage only: Exclusion j. Damage to Property is deleted and replaced by the following: CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 12 CG 71 03 07 17 j. Damage to Property "Property damage" to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any "automobile", "watercraft' or "aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. 2. COVERAGE E - CARE, CUSTODY AND CONTROL PROPERTY DAMAGE COVERAGE For the purpose of this Care, Custody and Control Property Damage Coverage only: a. Item (4) of exclusion j. does not apply. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. 3. COVERAGE F - ELECTRONIC DATA LIABILITY COVERAGE For the purposes of this Electronic Data Liability Coverage only: a. Exclusion p. of Coverage A — Bodily Injury And Property Damage Liability in Section I — Coverages is replaced by the following: 2. Exclusions This insurance does not apply to: p. Electronic data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. However, this exclusion does not apply to liability for damages because of "bodily injury" b. "Property damage" means: (1) Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or (2) Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; or (3) Loss of, loss of use of, damage to, corruption of, inability to access or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the "occurrence" that caused it. For the purposes of this Electronic Data Liability Coverage, "electronic data" is not tangible property. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE 4. COVERAGE G - PRODUCT RECALL EXPENSE a. Insuring Agreement (1) We will pay 90% of "product recall expense" you incur as a result of a "product recall" you initiate during the coverage period. (2) We will only pay for "product recall expense" arising out of "your products" which have been physically relinquished to others. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 12 CG 71 03 07 17 b. Exclusions This insurance does not apply to "product recall expense" arising out of: (1) Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of, or could reasonably have foreseen that would have resulted in a "product recall". (2) Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the manufacture, design, processing, storage, or transportation of "your product". (3) The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. (4) Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. (5) Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged. (6) "Bodily injury" or "property damage". (7) Failure of "your product' to accomplish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. (8) Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. (9) Legal fees or expenses. (10) Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your product'. (11) "Product recall expense" arising from the "product recall' of any of "your products" for which coverage is excluded by endorsement. (12) Any "product recall' initiated due to the expiration of the designated shelf life of "your product'. 5. COVERAGE H -WATER DAMAGE LEGAL LIABILITY The Insurance provided under Coverage H (Section 1) applies to "property damage" arising out of water damage to premises that are both rented to and occupied by you. The Limit under this coverage shall not be in addition to the Damage To Premises Rented To You Limit. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE C. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended: 1. To read SUPPLEMENTARY PAYMENTS 2. Bail Bonds Item 1.b. is amended as follows: b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 3. Loss of Earnings Item 1.d. is amended as follows: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit', including actual loss of earnings up to $500 a day because of time off from work. 4, The following language is added to Item 1. However, we shall have none of the duties set forth above when this insurance applies only for Voluntary Property Damage Coverage and/or Care, Custody or Control Property Damage Coverage and we have paid the Limit of Liability or the Aggregate Limit for these coverages. CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 12 CG 71 03 07 17 SECTION II - WHO IS AN INSURED A. The following change is made: Extended Reporting Requirements Item 3.a. is deleted and replaced by the following a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. The following provisions are added: 4. BROAD FORM NAMED INSURED Item 1.f. is added as follows: f. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period only if there is no other similar insurance available to that entity. However: (1) Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired more than 50 percent of the voting stock; and (2) Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired more than 50 percent of the voting stock. 5. Additional Insured - Owners, Lessees or Contractors-Automatic Status When Required in Construction or Service Agreement With You — Including Upstream Parties a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; b. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph a. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" which may be imputed to that person or organization directly arising out of: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. c. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 12 CG 71 03 07 17 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 6. Additional Insured -Vendors a. Any person(s) or organization(s) (referred to throughout this additional coverage as vendor), but only with respect to "bodily injury" or "property damage", which may be imputed to that person(s) or organization(s) arising out of "your products" shown with the Schedule which are distributed or sold in the regular course of the vendor's business is an insured. However: (1) The insurance afforded to such vendor only applies to the extent permitted by law; and (2) If coverage provided to the vendor is required by a contract or agreement, the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. b. With respect to the insurance afforded to these vendors, the following additional exclusions apply: (1) This insurance afforded the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container. (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of products. (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product. (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Sub-paragraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 12 CG 71 03 07 17 7. Additional Insured — Lessor of Leased Equipment — Automatic Status When Required in Lease Agreement With You a. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury" directly arising out of the maintenance, operation or use of equipment leased to you, which may be imputed to such person or organization as the lessor of equipment. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. b. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 8. Additional Insured — Managers or Lessors of Premises a. Any person(s) or organization(s), but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organization(s) shown in the Schedule. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 9. Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured a. Any architects, engineers or surveyors who are not engaged by you are insureds, but only with respect to liability for "bodily injury" or "property damage" or "personal and advertising injury" which may be imputed to that architect, engineer or surveyor arising out of: (1) Your acts or omissions; or (2) Your acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. But only if such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services, including: CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 12 CG 71 03 07 17 (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. 10. Additional Insured- Employee Injury to Another Employee With respect to your "employees" who occupy positions which are supervisory in nature: Paragraph 2.a.(1) of SECTION II —WHO IS AN INSURED is amended to read: a. "Bodily injury" or "personal and advertising injury" (1) To you, to your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); (2) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph (1)(a) above; or (3) Arising out of his or her providing or failing to provide professional healthcare services. Paragraph 3.a. is deleted. For the purpose of this Item 10 only, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, direct, discipline or discharge. SECTION III - LIMITS OF INSURANCE A. The following Items are deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard"; and c. Damages under Coverage B; and d. Damages under Coverage H. 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard" and Coverage G. 6. Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added: 8. Subject to Paragraph 5. of SECTION III — LIMITS OF INSURANCE $25,000 is the most we will pay under Coverage H for Water Damage Legal Liability. Coverage G - Product Recall Expense 9. Aggregate Limit $50,000 Each Product Recall Limit $25,000 a. The Aggregate Limit shown above is the most we will pay for the sum of all "product recall expense" you incur as a result of all "product recalls" you initiate during the endorsement period. CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 12 CG 71 03 07 17 b. The Each Product Recall Limit shown above is the most we will pay, subject to the Aggregate and $1,000 deductible, for "product recall expense" you incur for any one "product recall" you initiate during the endorsement period. We will only pay for the amount of "product recall expenses" which are in excess of the deductible amount. The deductible applies separately to each "product recall". The limits of insurance will not be reduced by the amount of this deductible. We may, or will if required by law, pay all or any part of any deductible amount. Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we paid. 10. Aggregate Limits of Insurance (Per Location) The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Aggregate Limits of Insurance (Per Project) The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. 12. With respects to the insurance afforded to additional insureds afforded coverage by items 5 through 10 of SECTION II —WHO IS AN INSURED above, the following is added: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; b. Available under the applicable Limits of Insurance shown in the Declarations; Whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 13 Subject to 5. of SECTION III — LIMITS OF INSURANCE, a $5,000 "occurrence" limit and a $10,000 "aggregate" limit is the most we will pay under Coverage A for damages because of "property damage" covered under Coverage D -Voluntary Property Damage Coverage. For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. 14. Subject to 5. of SECTION III — LIMITS OF INSURANCE, a $25,000 'occurrence" limit and a $100,000 "aggregate" limit is the most we will pay under Coverage E - Care, Custody and Control Coverage regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". Deductible - Our obligation to pay damages on your behalf applies only to the amount of damages in excess of $500. This deductible applies to all damages because of "property damage" as the result of any one 'occurrence" regardless of the number of persons or organizations who sustain damages because of that 'occurrence". We may pay any part or all of the deductible amount to effect settlement of any claim or "suit' and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. As respects this coverage "aggregate" is the maximum amount we will pay for all covered 'occurrences" during one policy period. For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 9 of 12 CG 71 03 07 17 15. Subject to 5. of SECTION III — LIMITS OF INSURANCE, the most we will pay for "property damage" under Coverage F - Electronic Data Liability Coverage for loss of "electronic data" is $50,000 without regard to the number of "occurrences". SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS A. The following conditions are amended: 1. Knowledge of Occurrence a. Condition 2., Items a. and b. are deleted and replaced by the following: (1) Duties In The Event Of Occurrence, Offense, Claim Or Suit (a) You must see to it that we are notified as soon as practicable of an 'occurrence" or an offense which may result in a claim. Knowledge of an 'occurrence" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. To the extent possible, notice should include: i. How, when and where the 'occurrence" took place; ii. The names and addresses of any injured persons and witnesses, and iii. The nature and location of any injury or damage arising out of the 'occurrence" or offense. (b) If a claim is made or "suit' is brought against any insured, you must: i. Immediately record the specifics of the claim or "suit' and the date received; and ii. Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit' as soon as practicable. Knowledge of a claim or "suit' by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. 2. Where Broad Form Named Insured is added in SECTION II — WHO IS AN INSURED of this endorsement, Condition 4. Other Insurance b. Excess Insurance (1).(a) is replaced by the following: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis, that is available to an insured solely by reason of ownership by you of more than 50 percent of the voting stock, and not withstanding any other language in any other policy. This provision does not apply to a policy written to apply specifically in excess of this policy. B. The following are added: 10. Condition (5) of 2. "Duties in the event Occurrence, Offense, Claim or Suit" c. You or any other involved insured must: (5) Upon our request, replace or repair the property covered under Voluntary Property Damage Coverage at your actual cost, excluding profit or overhead. 11. Blanket Waiver Of Subrogation We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you, ongoing operations performed by you or on your behalf, done under a contract with that person or organization, "your work", or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal and advertising injury" offense is committed. 12. Liberalization If a revision to this Coverage Part, which would provide more coverage with no additional premium becomes effective during the policy period in the state designated for the first Named Insured shown in the Declarations, your policy will automatically provide this additional coverage on the effective date of the revision. CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 10 of 12 CG 71 03 07 17 13. Unintentional Failure to Disclose All Hazards Based on our reliance on your representations as to existing hazards, if you unintentionally should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. 14. The following conditions are added in regard to Coverage G - Product Recall Expense In event of a "product recall', you must a. See to it that we are notified as soon as practicable of a "product recall'. To the extent possible, notice should include how, when and where the "product recall" took place and estimated "product recall expense". b. Take all reasonable steps to minimize "product recall expense". This will not increase the limits of insurance. c. If requested, permit us to question you under oath at such times as may be reasonably required about any matter relating to this insurance or your claim, including your books and records. Your answers must be signed. d. Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. e. Cooperate with us in the investigation or settlement of any claim. f. Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. SECTION V - DEFINITIONS A. At item 12. "Mobile equipment" the wording at f.(1) is deleted and replaced by the following: f.(1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; except for such vehicles that have a gross vehicle weight less than 1,000 Ibs which are not designed for highway use. B. Item 3. "bodily injury" is deleted and replaced with the following: 3. "Bodily injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. C. The following definitions are added for this endorsement only: 23. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tape drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 24. "Product recall' means a withdrawal or removal from the market of "your product" based on the determination by you or any regulatory or governmental agency that: a. The use or consumption of "your product' has caused or will cause actual or alleged "bodily injury" or "property damage"; and b. Such determination requires you to recover possession or control of "your product' from any distributor, purchaser or user, to repair or replace "your product', but only if "your product' is unfit for use or consumption, or is hazardous as a result of: (1) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of "your product'; or (2) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product' by someone other than you. CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 11 of 12 CG 71 03 07 17 25. "Product recall expense" means reasonable and necessary expenses for: a. Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. b. Transporting recalled products from any purchaser, distributor or user, to locations designated by you. c. Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or independent contractors you hire. d. Transportation and accommodation expense incurred by your employees. e. Rental expense incurred for temporary locations used to store recalled products. f. Expense incurred to properly dispose of recalled products, including packaging that cannot be reused. g. Transportation expenses incurred to replace recalled products. h. Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a "product recall'. CG 71 03 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 12 of 12 CM Cad I i I 00 61 13 PERFORMANCE BOND BOND NO. GSA4700160 Contractor as Principal Surety Name: Fencing Unlimited LLC Name: The Gray Casualty&Surety Company Mailing address(principal place of business): Mailing address (principal place of business): 1508 Thomas Road PO Box 6202 West Monroe,LA 71292 Metairie, LA 70009-6202 Physical address(principal place of business): Owner 1625 W Causeway Approach Name: City of Corpus Christi,Texas Mandeville, LA 70471 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Louisiana 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): 504-754-6711 DEAAG NASCC Perimeter Fence Grant 23209 Telephone(for notice of claim): 504-754-6711 Local Agent for Surety Name: Forth Insurance, LLC Award Date of the Contract:September 23, 2025 Address: Contract Price: $1,022,900.00 2301Tower Drive, Monroe, LA 71201 Bond Telephone: 318-361-0030 Email Address: adaron@forthinsurance.com. Date of Bond: September 24, 2025 The address of the surety company to which any notice of claim should be sent may be obtained (Date of 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 00 61 13-1 Rev 5/2025 DEAAG NASCC Perimeter Fence Grant 23209 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 same extent as if it were copied at length herein. 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 are incorporated by reference in this Bond. Contractor as Principal Surety Signature: —Agi�� Signature: ` Name: Kyle Name: e, Newton, Jr. Title: Owner/Member Title: Attorney-in-Fact Email Address: kw5483@gmail.com Email Address: adaron@forthinsurance.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 61 13-2 Rev 5/2025 DEAAG NASCC Perimeter Fence Grant 23209 Forth Insurance,LLC 09/24/2025 15:45 1562220015076 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number:GSA4700160 Principal:Fencing Unlimited,LLC Project: City of Corpus Christi,TX DEAAG NASCC Perimeter Fence Grant 23209 KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint:Joe Newton Jr.,Randy Graham,Jerry Houston,Brandon Newton,Layne A.Clark,Cullen Clark,and Linda A.Gortemiller of Ruston,Louisiana jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact,to make, execute,seal and deliver,for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26°i day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed,and these presents to be signed by their authorized officers this 4"day of November,2022. SEAL By: Michael T.Gray Cullen S.Piske SEAL �E President President ma`s The Gray Insurance Company The Gray Casualty&Surety Company State of Louisiana ss: Parish of Jefferson On this 01 day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. UVVM Leigh Anne Menican � Notary Public Notary ID No.92653 Leigh Annee Henican Orleans Parish, Louisiana Notary Public,Parish of Orleans State of Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 24th day of September 2025 I,Leigh Anne Henican,/Secretary of The Gray Casualty&Surety Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company Qthis �24th day of September 2625 ({�VVYV`x �UVV�CV L- �NrUR� TYd81P o Gam/ � Ilk SEAL SEAL CA4 00 61 16 PAYMENT BOND BOND NO.GSA4700160 Contractor as Principal Surety Name: Fencing Unlimited LLC Name: The Gray Casualty& Surety Company Mailing address(principal place of business): Mailing address(principal place of business): 1508 Thomas Road PO Box 6202 West Monroe,LA 71292 Metairie, LA 70009-6202 Physical address(principal place of business): Owner 1625 W Causeway Approach Name: City of Corpus Christi,Texas Mandeville, LA 70471 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Louisiana 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): DEAAG NASCC Perimeter Fence Grant 23209 504-754-6711 Telephone(for notice of claim): 504-754-6711 Local Agent for Surety Name: Forth Insurance, LLC Award Date of the Contract: September 23, 2025 Address: Contract Price:$1,022,900.00 2301Tower Drive, Monroe, LA 71201 Bond Telephone:318-361-0030 Email Address: adaron@forthinsurance.com Date of Bond: September 24, 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.1-800-2S2-3439 Payment Bond Form 00 61 16-1 5/2024 DEAAG NASCC Perimeter Fence Grant 23209 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 Princip Surety Signature: Signature: Qlat ` L 14� Name: KyleNkbj Name: Joe Newton, Jr. Title: Owner/Member Title: Attorney-in-Fact Email Address: kw5483@gmail.com Email Address: adaron@forthinsurance.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 5/2024 DEAAG NASCC Perimeter Fence Grant 23209 Forth Insurance,LLC 09/24/2025 15:45 1562220015076 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY& SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number:GSA4700160 Principal:Fencing Unlimited,LLC Project: City of Corpus Christi,TX DEAAG NASCC Perimeter Fence Grant 23209 KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint:Joe Newton Jr.,Randy Graham,Jerry Houston,Brandon Newton,Layne A.Clark,Cullen Clark,and Linda A.Gortemiller of Ruston,Louisiana jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact,to make, execute,seal and deliver,for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26111 day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed,and these presents to be signed by their authorized officers this 41h day of November,2022. �F SEAL By: Michael T.Gray Cullen S.Piske < SEAL 1 President President a The Gray Insurance Company The Gray Casualty&Surety Company may ,»....' � State of Louisiana ss: Parish of Jefferson On this 41h day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. Leigh Anne Henican ��J Notary public Notary ID No.92653 Leigh Annee Henican Orleans Parish, Louisiana Notary Public,Parish of Orleans State of Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the ss�eals of the Company this 24th day of September 2025 r +fib 444s.-f*0^-4 I,Leigh Anne Henican,Secretary of The Gray Casualty&Surety Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in,full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company Qthis �24th day of September 12026 S1JRA��� GP�NtY„d gU .c SEAL ` SEAL ro 0 r� gYUS v �N�OgPORPtE� 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on September 23, 2025, is between the City of Corpus Christi (Owner) and Fencing Unlimited, 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: DEAAG NASCC Perimeter Fence Grant Proiect No. 23209 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Munoz Engineering, LLC 1608 S. Brownlee Boulevard Corpus Christi,Texas 78404 ram@munozengrg.com 2.02 The Owner's Authorized Representative for this Project is: Joseph Johnson-Assistant Director for Construction Management, Engineering services 4917 Holly Road, Bldg.#5 Corpus Christi,Texas 78411Josephi2@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 180 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 210 days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones,and the dates for completion of each,are as defined in Section 0135 00 SPECIAL PROCEDURES. Agreement 00 52 23- 1 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 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 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 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. 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 $ 1,022,900.00 Agreement 00 52 23-2 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 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. 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. Agreement 00 52 23-3 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 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. 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. Agreement 00 52 23-4 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 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 by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES (SIGNATURE PAGE FOLLOWS) Agreement 00 52 23-5 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 ATTEST CITY OF CORPUS CHRISTI R,b....H.erm(oazr,zozs 1M0secoT) Jef Ednnonds(Oct 26,202509:09:12 EDT) Rebecca Huerta 10/27/2025 Jeffrey Edmonds, P.E City Secretary Director of Engineering Services 0/26/2025 Ord.033759 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 9/23/2025 RH/SB Janet Whitehead(Oct 24,2025 09:42:02 CDT) Assistant City Attorney 10/24/2025 ATTEST(IF CORPORATION) CONTRACTOR IC�Ce Wr`Cey Kyle Wiley(Se4,77:13CDT) (Seal Below) By: Kyle Wiley Note: Attach copy of authorization to sign if Title: Owner person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 1508 Thomas Road Financial Officer Address West Monroe LA 71292 City State Zip 318.537.0958 Phone Fax kw5483@gmaii.com EMail END OF SECTION Agreement 00 52 23-6 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 CIVCAST RFB 6506 DEAAG NASCC Perimeter Fence Grant 23209 Report Created On:7/2/2025 3:27:09 PM BID TOTALS BASE BID Total GENERAL $211,500.00 PRIORITY 1 $668,600.00 PRIORITY 2 $142,800.00 Total $1,022,900.00 GENERAL No. Description Unit Qty Unit Price Ext Price Al GENERAL- MOBILIZATION (5% MAX) LS 1 $25,000.00 $25,000.00 A2 GENERAL- BONDS AND INSURANCE(2% LS 1 $15,500,00 $15,500.00 MAX) A3 GENERAL-STORM WATER POLLUTION LS 1 $1,000.00 $1,000.00 PREVENTION PERMIT A4 GENERAL- UNANTICIPATED AL 1 $170,000.00 $170,000.00 IMPROVEMENTS ALLOWANCE Sub Total: $211,500.00 PRIORITY 1 No. Description Unit Qty Unit Price Ext Price B1 SITE CLEARING AND STRIPPING AC 2.5 $2,000.00 $5,000.00 B2 SEDIMENT CONTROL FENCE LF 10000 $5.50 $55,000.00 B3 REMOVE EXISTING CHAIN LINK LF 10000 $1.00 $10,000.00 SECURITY FENCE B4 REMOVE AND REINSTALL EXISTING GATE LS 1 $100.00 $100.00 (AREA 3) B5 REMOVE EXISTING GATE EA 1 $100.00 $100.00 B6 INSTALL WILDLIFE DETERRENT FENCE LF 3900 $15.00 $58,500.00 SKIRT(AREA 1) B7 7' CHAIN LINK SECURITY FENCE W13 LF 10000 $33.50 $335,000.00 STRAND BARBED WIRE B8 7'SECURITY GATE EA 1 $3,500.00 $3,500.00 RFB 6506 DEAAG NASCC Perimeter Fence Grant 23209 Report Created On:7/2/2025 3:27:09 PM B9 HYDROMULCH SY 4500 $1.20 $5,400.00 B10 VINYL SHEET PILE WALL, BACKFILLED LF 80 $2,450.00 $196,000.00 WITH A CONCRETE CAP Sub Total: $668,600.00 PRIORITY 2 No. Description Unit Qty Unit Price Ext Price C1 SITE CLEARING AND STRIPPING AC 0.8 $2,000.00 $1,600.00 C2 SEDIMENT CONTROL FENCE LF 3500 $5.50 $19,250.00 C3 REMOVE EXISTING CHAIN LINK LF 3500 $1.00 $3,500.00 SECURITY FENCE C4 7' CHAIN LINK SECURITY FENCE W/3 LF 3500 $33.50 $117,250.00 STRAND BARBED WIRE C5 HYDROMULCH SY 1000 $1.20 $1,200.00 Sub Total: $142,800.00 CIVCAST RFB 6506 DEAAG NASCC Perimeter Fence Grant 23209 Report Created On:7/2/2025 3:27:09 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Addendum No. 1 07/01/2025 6:59:10 AM Addendum No.2 07/01/2025 6:59:11 AM Addendum No.3 07/01/2025 6:59:13 AM RFB 6506 DEAAG NASCC Perimeter Fence Grant 23209 Report Created On:7/2/2025 3:27:09 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Invitation To Bid Invitation to bid- RFB 6506 DEAAG 6/5/2025 3:25:17 PM NASCC Perimeter Fence Grant 23209 Other Guest Sponsorship Request Form 7/1/2025 5:23:44 PM Plans Drawings/Plans 6/5/2025 3:56:03 PM Addenda Addendum No. 1 6/18/2025 3:32:50 PM Addenda Addendum No.2 6/25/2025 4:49:02 PM Addenda Addendum No.3 6/27/2025 9:24:34 AM 00 30 01 BID FORM Project DEAAG NASCC Perimeter Fence Grant Name: Project 23209 Number: Owner: City of Corpus Christi OAR: Designer:JMunoz Engineering, LLC 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: Fe n G',t10. Un l im,tel LLL (full legal name of Bidder) Signature: ow (signature of person with authority to bind the Bidder) Name: (printed name of person signing Bid Form) Title: (title of person signing Bid Form) Attest: Lott (signature) State of Residency: Wtt i S Federal Tx ID No. 9 3 3 VS0373 Address for Notices: I5-oz Tbopto Rd ue-0 m mrae— .L-A -71,;�4� Phone: 'S37�� " Email: �S Mal GO Bid Form 00 30 01-Page 1 of 2 23209-DEAAG NASCC PERIMETER FENCE GRANT Addendum No. 1 Rev 8/2019 CONTRACT DOCUMENTS FOR CONSTRUCTION OF DEAAG NASCC Perimeter Fence Grant PROJECT No. 23209 Eta MUNOZ ENGINEERING, LLC 1608 S. Brownlee Boulevard Corpus Christi, Texas 78404 Office: (361)-946-4848 TBPE No. 12240 s��•►tttit�! 07/08/2025 OF . . :...............................� RAMIR� MUNOZ III MUNOZ ENGINEERING0 0,, 0 100346 r Record Drawing Number - PBG-962 +4 ii>;;�L ;�"'�� CONFORMED/FINAL CONSTRUCTION 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting 00 00 00 Cover Sheet 000100 Table of Contents 00 52 23 Agreement(Rev 12-2021) 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev4-2022) Division 01 General Requirements 011100 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Revs-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev 8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part S Standard Specifications 020100 Survey Monuments 02 10 20 Site Clearing and Stripping 02 10 40 Site Grading 02 20 21 Control of Ground Water 02 20 22 Trench Safety for Excavations 02 20 80 Embankment 022100 Select Material 02 24 20 Silt Fence 02 80 20 Seeding 02 80 40 Sodding 02 83 00 Fence Relocation 03 00 20 Portland Cement Concrete 03 20 20 Reinforcing Steel Table of Contents 00 0100-1 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 1/2022 Division/ Title Section Part T Technical Specifications—Unified Facilities Guide Specifications 01 14 00 Work Restrictions 32 31 13.53 High Security Fences (Chain Link and Ornamental) and Gates Part U FAA Standards FAA Standard for Airport Construction (AC 150/5370-10) Part V Base Forms DBIDS (Rev6-2024) NASCC Dig Permit Request Form (Rev4-2024) FAA Form 7460 (Rev4-2020) Appendix All Testing Reports as Applicable 1 Geotech Engineering Report 2 GPRS-Job Summary Report-762584 3 GPRS—Utility Finding Map 4 Unified Facilities Criteria—Security Fences and Gates—UFC 4-022-03 END OF SECTION Table of Contents 00 0100-2 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 1/2022 S O v �NOONPDXPSE� 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on 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: DEAAG NASCC Perimeter Fence Grant Proiect No. 23209 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Munoz Engineering, LLC 1608 S. Brownlee Boulevard Corpus Christi,Texas 78404 ram@munozengrg.com 2.02 The Owner's Authorized Representative for this Project is: Joseph Johnson-Assistant Director for Construction Management, Engineering services 4917 Holly Road, Bldg.#5 Corpus Christi,Texas 78411 Josephi29cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 180 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 210 days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones,and the dates for completion of each,are as defined in Section 0135 00 SPECIAL PROCEDURES. Agreement 00 52 23-1 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 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 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 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. 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 $ Agreement 00 52 23-2 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 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. 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. Agreement 00 52 23-3 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 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. 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. Agreement 00 52 23-4 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 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 by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES (SIGNATURE PAGE FOLLOWS) ATTEST CITY OF CORPUS CHRISTI Agreement 00 52 23-5 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 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 Entail END OF SECTION Agreement 00 52 23-6 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 12/2021 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology .....................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article2—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; Notice to 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Acceptability of 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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's Test 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 30.21 Notices. .................................................................................................................................131 General Conditions 00 72 00-9 Corpus Christi Standards Rev 6/2021 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 or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid —The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding 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 Corpus Christi Standards Rev 6/2021 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 pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§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 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous,toxic, or dangerous waste, substance, or material. 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 Contractor must: 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 Corpus Christi Standards Rev 6/2021 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, and the 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 Corpus Christi Standards Rev 6/2021 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 the Owner. 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 Corpus Christi Standards Rev 6/2021 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 the Contractor. 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 the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 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 Corpus Christi Standards Rev 6/2021 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 as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or General Conditions 00 72 00-15 Corpus Christi Standards Rev 6/2021 equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. 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 Corpus Christi Standards Rev 6/2021 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 the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions 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 Corpus Christi Standards Rev 6/2021 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. 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 Corpus Christi Standards Rev 6/2021 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. 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 to the General Conditions 00 72 00-19 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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's Team. 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 calendar year. General Conditions 00 72 00-21 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data,Contractor may not rely upon or make claims against Owner 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 Corpus Christi Standards Rev 6/2021 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or 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 Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 15.03. General Conditions 00 72 00-24 Corpus Christi Standards Rev 6/2021 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 Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. 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 Paragraph 7.12. General Conditions 00 72 00-25 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. 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-Vill 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 of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the General Conditions 00 72 00-29 Corpus Christi Standards Rev 6/2021 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. 6.05 Contractor's Insurance A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. 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 liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and General Conditions 00 72 00-30 Corpus Christi Standards Rev 6/2021 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 that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and 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 Corpus Christi Standards Rev 6/2021 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. 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 policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for 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 Laws or Regulations,whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, General Conditions 00 72 00-32 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 bythe 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and General Conditions 00 72 00-36 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 17.01.13 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 the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. 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 Corpus Christi Standards Rev 6/2021 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 Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, General Conditions 00 72 00-40 Corpus Christi Standards Rev 6/2021 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 Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 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 Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. General Conditions 00 72 00-41 Corpus Christi Standards Rev 6/2021 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 loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. General Conditions 00 72 00-42 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 INDEMNIFICATION A. To the fullest extent permitted by law, 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 Corpus Christi Standards Rev 6/2021 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 the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these General Conditions 00 72 00-45 Corpus Christi Standards Rev 6/2021 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 other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8—OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. General Conditions 00 72 00-46 Corpus Christi Standards Rev 6/2021 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 of the obligations described in this Paragraph 8.03 to other contractors if damages, delays, disruptions, or interference occur. General Conditions 00 72 00-47 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. C. OAR and Designer's authority related to Modifications is described in Article 11. 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 to Contractor. 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 as follows: 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 Corpus Christi Standards Rev 6/2021 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 Orders covering: 1. Changes in the Contract Price or Contract Times, which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the 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 Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 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 a substitution. General Conditions 00 72 00-55 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Contract Times. 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 Chapter 2258. 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 Corpus Christi Standards Rev 6/2021 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 Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 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 Corpus Christi Standards Rev 6/2021 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 may include: 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, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave,vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on 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 Corpus Christi Standards Rev 6/2021 c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. For Contractor-and Subcontractor-owned machinery,trucks, power tools or other 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 SO% 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, clerks, and other personnel employed General Conditions 00 72 00-61 Corpus Christi Standards Rev 6/2021 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 by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner. 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 as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis; 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 performs the 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 Corpus Christi Standards Rev 6/2021 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 15.05.13.1 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 be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 15.03.E. General Conditions 00 72 00-63 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 prior to Contractor's purchase thereof for incorporation in the Work; 6. For re-inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 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 Corpus Christi Standards Rev 6/2021 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 endanger public 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 the following: a. Claims made against Owner or costs, losses,or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; General Conditions 00 72 00-70 Corpus Christi Standards Rev 6/2021 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical,temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 17.05 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 payment for General Conditions 00 72 00-73 Corpus Christi Standards Rev 6/2021 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 the product. 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 Corpus Christi Standards Rev 6/2021 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 for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents,that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. 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 Corpus Christi Standards Rev 6/2021 E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 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 Corpus Christi Standards Rev 6/2021 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. Contractor and OPT are to follow the procedures of Paragraph 17.11 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 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 Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set-offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. General Conditions 00 72 00-77 Corpus Christi Standards Rev 6/2021 17.15 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 Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. 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 arising from: 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 17.17.13 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 Corpus Christi Standards Rev 6/2021 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 having jurisdiction; 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 Corpus Christi Standards Rev 6/2021 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 to terminate. 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 19.05 Safety Requirements A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports,including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per 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 by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures. 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 Corpus Christi Standards Rev 6/2021 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 and exposed. General Conditions 00 72 00-83 Corpus Christi Standards Rev 6/2021 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 of operation. 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 Corpus Christi Standards Rev 6/2021 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, latest revision. 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 Corpus Christi Standards Rev 6/2021 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 for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 19.15 Maintenance of Roads, Driveways, and Access A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: General Conditions 00 72 00-86 Corpus Christi Standards Rev 6/2021 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction,with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 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 Corpus Christi Standards Rev 6/2021 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 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 such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 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 Corpus Christi Standards Rev 6/2021 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 is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per 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 Corpus Christi Standards Rev 6/2021 d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents,Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 OPT time 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 field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. General Conditions 00 72 00-92 Corpus Christi Standards Rev 6/2021 1. Reference the Record Data number, Shop Drawings number,and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number,and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. C. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions,traps, and tanks. 5) Services entrance. 6) Feeders. 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work(lines added) in yellow; C. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. General Conditions 00 72 00-93 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 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 Corpus Christi Standards Rev 6/2021 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 this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 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 Corpus Christi Standards Rev 6/2021 b. Name of the laboratory, address, and telephone number; C. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the sample was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. 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 discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. General Conditions 00 72 00-100 Corpus Christi Standards Rev 6/2021 c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work 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 pending the 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 or the parties cannot reach a resolution of a claim or dispute pursuant General Conditions 00 72 00-101 Corpus Christi Standards Rev 6/2021 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 have occurred. 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 Corpus Christi Standards Rev 6/2021 C. For an enterprise doing business as a corporation, at least 51 percent of the assets 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's control. 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 joint venture. 23.03 Goals A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate workforce 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 Corpus Christi Standards Rev 6/2021 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 without review. 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 Corpus Christi Standards Rev 6/2021 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 17 paper. 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 Corpus Christi Standards Rev 6/2021 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 the document. 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials,catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop 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 Corpus Christi Standards Rev 6/2021 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors,textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general,conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights,gauges,materials of construction,external connections,anchors,and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 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 Corpus Christi Standards Rev 6/2021 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 space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format(PDF). a. Create PDF 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 17 paper. 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. General Conditions 00 72 00-112 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires 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 Corpus Christi Standards Rev 6/2021 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 Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay 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 Corpus Christi Standards Rev 6/2021 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 SUPPLEMENTARY CONDITIONS. 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF 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 17 paper. 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 the schedule. 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 of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and General Conditions 00 72 00-121 Corpus Christi Standards Rev 6/2021 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 not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with 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 Corpus Christi Standards Rev 6/2021 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.OS Float Time A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. General Conditions 00 72 00-123 Corpus Christi Standards Rev 6/2021 E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. 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 for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication,or public or private display without the written consent of the Owner. 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 Article 24. General Conditions 00 72 00-124 Corpus Christi Standards Rev 6/2021 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 the exposure. 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 Corpus Christi Standards Rev 6/2021 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 be recommended. 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 Corpus Christi Standards Rev 6/2021 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 by the 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 Corpus Christi Standards Rev 6/2021 h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds, and 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 Corpus Christi Standards Rev 6/2021 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 any kind. 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 full force. General Conditions 00 72 00-129 Corpus Christi Standards Rev 6/2021 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's fees. General Conditions 00 72 00-130 Corpus Christi Standards Rev 6/2021 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 either statute. 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 Corpus Christi Standards Rev 6/2021 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 Corpus Christi Standards Rev 6/2021 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 Munoz Engineering, LLC B. Paragraph 1.01.A.54"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. Demolition and Installation of 13,500 Linear feet of Fence b. Demolition and Installation of 1-Gate 2. Only the following items not yet complete in accordance with the Contract Documents: a. Minor Punch list items 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 4.04.1) 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. Supplementary Conditions 00 73 00-1 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 30rain 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: Geotechnical Engineering Report 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: GPRS , Inc Report -Job Summary Report-762584 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. 1. Environmental Reports include the following: None ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE Supplementary Conditions 00 73 00-2 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 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 Broad Form 2. Premises—Operations 3. Underground Hazard 4. Products/Completed Operations $1,000,000 Per Occurrence 5. Contractual Liability $2,000,000 Aggregate 6 Independent Contractors 7. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $500,000 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 X Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 5 ft or asbestos present Builder's Risk(All Perils including Collapse) Coverage limit shall be in the amount of the total cost of the project. Required for vertical structures and bridges ❑ Required X Not Required Installation/Equipment Floater Equal to Contract Price Required if installing city-owned equipment or storing contractor equipment on city- ❑ Required X Not Required owned property ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS Supplementary Conditions 00 73 00-3 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 B. 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 7a.m. and 6p.m.Monday through Saturday for Areas 1 and 3. . Regular working hours are between 7a.m. and 4p.m. Monday through Friday for Areal NO WEEKEND WORK IS ALLOWED. 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 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 Type Project Type (WD) No TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) Supplementary Conditions 00 73 00-4 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 TX29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). "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 Supplementary Conditions 00 73 00-5 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 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 ) . lIf the contract is entered Executive Order 14026 I linto on or after January 30, generally applies to the I 12022, or the contract is contract . I Irenewed or extended (e . g . , an 1 . The contractor must pay I loption is exercised) on or I all covered workers at I lafter January 30 , 2022 : 1 least $17 . 75 per hour (or I the applicable wage rate I listed on this wage I determination, if it is I higher) for all hours I spent performing on the I contract in 2025 . I I I -------- ---- --- __ I lIf the contract was awarded onl . Executive Order 13658 1 for between January 1 , 2015 andl generally applies to the I IJanuary 29, 2022 , and the I contract . I Supplementary Conditions 00 73 00-6 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 Icontract is not renewed or I . The contractor must pay alll lextended on or after January covered workers at least 1 130, 2022 : 1 $13 . 30 per hour (or the I I I applicable wage rate listedl I I on this wage determination, I I I if it is higher) for all I hours spent performing on I I I that contract in 2025 . 1 1 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 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 Supplementary Conditions 00 73 00-7 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 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 . Supplementary Conditions 00 73 00-8 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 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) ) . ----------------------------------------------------------- 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 Supplementary Conditions 00 73 00-9 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 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" " , 'TYTUAVG" " , ?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, 07/01/2024 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 Supplementary Conditions 00 73 00-10 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 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 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 ) . Supplementary Conditions 00 73 00-11 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 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 01/03/2024 . 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 Supplementary Conditions 00 73 00-12 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 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 Supplementary Conditions 00 73 00-13 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 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" 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 Munoz Engineering 361-946-4848 Ramiro Munoz, III 361-944-1301 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 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 Supplementary Conditions 00 73 00-14 DFAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 Public Agencies/Contacts Phone Number AE P 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 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 01 33 01 Refer to Submittal Register SC-25.12 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: $290/hr. ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Supplementary Conditions 00 73 00-15 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 3/2023 Specification Section Record Data Description 01 33 01 Refer To Submittal Register SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions 00 73 00-16 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 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. Existing Fence Demolition and 1-Security gate, Installation of 7' Chain link Security fence and 1-Security gate,and SWPPP 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work 01 1100-1 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 10/2018 C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 01 1100-2 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 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. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per Article 19 of SECTION 00 72 00 GENERAL CONDITIONS. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. C. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 01 23 10-1 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 5/2020 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per Article 12 of SECTION 00 72 00 GENERAL CONDITIONS to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. C. Provide actual invoices for the materials. C. The Lump Sum 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 ALLOWANCES A. Allowance A2—Bonds and Insurance 1. A maximum of 2%of the bid price to be used for the purchase of bonds and insurance required for the Project. B. Allowance A4-Allowance for Unanticipated Improvements Part A 1. The sum of $170,000 to be used for the purchase of Unanticipated Improvements for Part A. 2. Submit a Change Proposal per Article 12 of SECTION 00 72 00 GENERAL CONDITIONS to adjust Contract Price. a. Adjust the unit cost applied to the quantities installed per the method of pavement described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for products specified as Unit Price Work. Alternates and Allowances 01 23 10-2 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 5/2020 b. Do not perform Work until selection of materials has been approved by the Owner. C. Provide actual invoices for the materials. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 01 23 10-3 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 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 (Maximum 5%): 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; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 01 29 01-1 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 5/2020 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid 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 or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically forthis 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 - Permit 1. 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 related to the SWPPP/NOI/NOT will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50%of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50%completion has occurred, minus retainage. D. Bid Item A4-Allowance for Unanticipated Improvements Part A 1. The sum of $170,000 to be used for the purchase of Unanticipated Improvements for Part A. 2. Submit a Change Proposal per Article 12 of SECTION 00 72 00 GENERAL CONDITIONS to adjust Contract Price. a. Adjust the unit cost applied to the quantities installed per the method of pavement described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for products specified as Unit Price Work. b. Do not perform Work until selection of materials has been approved by the Owner. C. Provide actual invoices for the materials. E. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. Measurement and Basis for Payment 01 29 01-2 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 5/2020 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-3 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 5/2020 0133 01 Submittal Register Specification Paragraph Types of Submittals Required Section Specification Description No. Product Sample or Operations Information Mockup Data 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Shop Drawing Gates-Fence Installation Drawings 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Shop Drawing Gates-Installation Drawin s High Security Fences(Chain Link and Ornamental)and 32 31 13.53 Gates-Location of Gate,corner,end and pull posts Shop Drawing 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Shop Drawing Gates-Gate Assembly 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Shop Drawing Gates-Gate Hardware Accessories 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Fabric 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Posts 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Posts caps 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Chain Link Braces 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Line Posts 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Sleeves 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Rails 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Tenion Wire 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Barbed Wire 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Barbed Wire Suppporting Arms 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Barbed Tape 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Latches 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Hinges 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Stops 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-keepers 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Rollers 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Turnstiles 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Wire Ties 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Ornamental Fence System 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Swing Gates 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Slide Fates 32 31 13.53 High Security Fences(Chain Link and Ornamental)and Record Data Gates-Fence Fabric Reinforcement Submittal Register 01 33 01-1 DEAAG NASCC Perimeter Fence Grant-Project No.23209 10/2018 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. Refer to Construction Drawings,Area 1 will be the start of the work. B. Work shall be completed within the specified time for these items: Refer to SECTION 00 52 23—Agreement for Contract Times C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; Special Procedures 0135 00-1 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 10/2018 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: 1. Ensuring a secure perimeter fence at all times during the demolition of the existing fence and installation of the new fence. Note to Specifier: None B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 0135 00-2 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 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 0150 00-1 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 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 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 0150 00-2 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 8/2019 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor.The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. Temporary Facilities and Controls 0150 00-3 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 8/2019 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 0150 00-4 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 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 2S 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 0157 00-1 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 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 0157 00-2 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 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 0157 00-3 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 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 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 0157 00-4 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 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 Corpus Christi Bay, Laguna Madre. 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 0157 00-5 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 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 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 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 0157 00-6 DEAAG NASCC Perimeter Fence Grant—Project No. 23209 Rev 8/2019 SECTION 020100 SURVEY MONUMENTS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing survey monuments as required to complete the project. 2. MATERIALS a) Brass Monument Marker: 21/4" diameter brass disk with 31/2" anchor rod to be provided by the City. b) Concrete: Class A,in accordance with Section 030020 "Portland Cement Concrete". c) Rebar: No. 5 deformed bar, 3'/2 feet long, in accordance with Section 032020 "Reinforcing Steel". 3. CONSTRUCTION METHODS The location of survey markers shall be established in the field by the Engineer and/or his representative Surveyor. The Engineer and/or his representative Surveyor will provide four off-set stakes with intersecting string line for precise location of horizontal alignment to which the brass disk shall be positioned. The Contractor shall excavate hole and set formwork. Forms shall be placed to a tolerance which allows the precise position of the brass disk to be within one inch of the center of the concrete base. The Contractor shall place concrete in accordance with City Standard Specification Section 038000 "Concrete Structures". At the appropriate time, the Contractor shall place the brass disk (provided by the City) to its precise position in the uncured concrete. The brass disk shall be placed to within 1/4" tolerance of its intended location. Positioning of the base and brass disk will be checked by the Engineer and/or his representative Surveyor. Non-compliance with specified tolerances shall result in replacement at the Contractor's expense. The properly furnished survey monument shall be neat in appearance with the exposed brass face free of cement mortar and constructed to an elevation of approximately one inch of finished grade. (See Survey Markers Detail on the following page.) 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, survey monuments shall be measured as individual units for each monument placed. Payment shall be at the unit price bid,which price shall constitute full compensation for all work,materials,labor,equipment,tools and incidentals required to install the survey monuments complete in-place. 020100 Page 1 of 2 Rev.10-30-2014 1 M SL VE R SOLDER ER 6 & O.D.X.065 48.aS.GA. BRASS TUBING 3/4 DISC DETAIL A A p PLAN 12,• TOP ELEV. APPROX. I 8-V2`, ABOVE NATURAL GROUND �� I"CHAMFER ..' r '' •• • REBAR 2" CLEAR -� - NO.5 REBAR 3!-6"LONG ' CLASS 'A! CONCRETE SECTION A-A SURVEY MARKERS DETAIL 020100 Page 2 of 2 Rev.10-30-2014 SECTION 021020 SITE CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six(6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev.10-30-2014 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six(6)inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks,organic matter,and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,site grading shall not be measured for pay,but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev.10-30-2014 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-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. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water-bearing soil 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 is to 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. 022021 Page 1 of 10 Rev.10-30-2014 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 Work from 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 observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide 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 the foundation 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 surface water 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. 022021 Page 2 of 10 Rev.10-30-2014 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. 1.5 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 402 of 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 with the 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 vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev.10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors,well points, or deep wells,where used, shall be furnished, installed and operated by an 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 3.1 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 water control 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 handle ground 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 dewatering system. 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 or installed 022021 Page 4 of 10 Rev.10-30-2014 works. Allowable piezometrrc 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 no longer 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 least 48 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 50-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 surface or 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 accordance with ASTM D 698. 3.2 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 excavations in water bearing materials are pre-drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev.10-30-2014 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 beginning the 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 an existing 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 provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 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 back fill conditions. 3.4 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 or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as 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 water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 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. 022021 Page 6 of 10 Rev.10-30-2014 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. 3.6 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 of the 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 Quality according 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 any discharge 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. 022021 Page 7 of 10 Rev.10-30-2014 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 Frequency Frequency Limitation 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 022021 Page 8 of 10 Rev.10-30-2014 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 Parry: 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. 3.7 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 022021 Page 9 of 10 Rev.10-30-2014 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 for sheet 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 the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT 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. 022021 Page 10 of 10 Rev.10-30-2014 SECTION 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 utility work. 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. 022022 Page 1 of 1 Rev.10-30-2014 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten(10)inches uncompacted(loose)depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather-edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position,but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method,type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev.10-30-2014 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment,due to any reason or cause,lose the required stability,density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material,when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material'. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev.10-30-2014 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments,trenches, etc. Select material shall be non-expansive sandy clay(CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation,hard lumps,rock fragments,or other debris No clay lumps greater than 2" diameter Liquid Limit(L.L.): <35 Plasticity Index(P.I.)Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth(or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay,but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev.10-30-2014 SECTION 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 AASHTO M288. 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 inside storage. 022100 Page 1 of 2 Rev.10-30-2014 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. 022420 Page 2 of 2 Rev.10-30-2014 SECTION 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 2.1 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. 2.2 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 Bluestein 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. 028020 Page 1 of 4 Rev.3-25-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Tube 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. 2.4 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 40 lbs. 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 over the area to be mulched. 028020 Page 2 of 4 Rev.3-25-2015 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. 3.2 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. 3.3 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 028020 Page 3 of 4 Rev.3-25-2015 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. 3.5 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 warranty period. 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 for payment. 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. 028020 Page 4 of 4 Rev.3-25-2015 SECTION 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 Berinuda 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 steins 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 root system. 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 15-inch centers in both directions. Sod shall be placed so that it is firinly 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 and watered. 028040 Page 1 of 2 Rev.3-25-2015 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. 028040 Page 2 of 2 Rev.3-25-2015 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MATERIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its finished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev.10-30-2014 SECTION 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 11 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 60°F. 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. 030020 Page 1 of 13 Rev.10-30-2014 (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 as 5O4. 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 5 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 TxDOT 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 TxDOT 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. 030020 Page 2 of 13 Rev.10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Nominal 2-1/2 2 1-�/z 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?/z 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 to to 100 100 5 75 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. 030020 Page 3 of 13 Rev.10-30-2014 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 030020 Page 4 of 13 Rev.10-30-2014 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 of 90°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. 030020 Page 5 of 13 Rev.10-30-2014 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 030020 Page 6 of 13 Rev.10-30-2014 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 5 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 Table 3. 030020 Page 7 of 13 Rev.10-30-2014 TABLE 3 Slump Requirements Concrete Desi ng ation 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 70°F and 90°F. 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 030020 Page 8 of 13 Rev.10-30-2014 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(fc) 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 11 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**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 030020 Page 9 of 13 Rev.10-30-2014 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 030020 Page 10 of 13 Rev.10-30-2014 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 50 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 pavement only. B. Equipment. (1) Batching Plan . 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 030020 Page 11 of 13 Rev.10-30-2014 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 a stationary 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. 030020 Page 12 of 13 Rev.10-30-2014 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 the Bid 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 the work. 030020 Page 13 of 13 Rev.10-30-2014 SECTION 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 defonned) 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. 032020 Page 1 of 6 Rev.10-30-2014 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 Diameter, Nominal Area, Linear Foot, Number In. Sq. 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 032020 Page 2 of 6 Rev.10-30-2014 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 -- 032020 Page 3 of 6 Rev.10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Diemen. = 3/4" _1 7/8" Bar or Smollar--Plan- Dimon. ; 1/27 h 1" Bar or Larger--Plan. Mmen. ; 1� 3✓ 1-1= over 6"--aemen.+ Zero or -I/Z7 H = 6 a-`nd less-Dimon. • Zero or 14 7/8" Bar or Smaller--Pion Dimon_ ; 1/20 r- l" Bar or 1_arger—Place Diemen. s I" piral or Circular Tie Tie: or Stirstap gPIonDimon;-*-IY Plan Cm-=.=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. 032020 Page 4of6 Rev.10-30-2014 TABLE I Minimum Lap Requirements Lap Uncoated Coated Lap in 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 being spliced. 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 120 hours. 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 032020 Page 5 of 6 Rev.10-30-2014 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. 032020 Page 6 of 6 Rev.10-30-2014 DEAAG NASCC Perimeter Fence Grant 23209 SECTION 01 14 00 WORK RESTRICTIONS 11/22, CHG 4: 02/25 PART 1 GENERAL 1 . 1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. U.S. ARMY CORPS OF ENGINEERS (USACE) EM 385-1-1 (2024) Safety -- Safety and Occupational Health (SOH) Requirements 1 .2 SUBMITTALS Government approval is required for submittals with a "G" or "S" classification. Submittals not having a "G" or "S" classification are for Contractor Quality Control approval. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES: SD-01 Preconstruction Submittals List of Contact Personnel Personnel List SD-07 Certificates Proof of IMD Ordnance Work Authorization; G 1 .3 SPECIAL SCHEDULING REQUIREMENTS a. Contractor must be ready for operation as approved by Contracting Officer before work is started on Air Field area which would interfere with normal operation. b. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. Specific items of work to which this requirement applies include: (1) Fencing (2) Equipment C. The Air Field will remain in operation during the entire construction period. Conduct operations so as to cause the least possible interference with normal operations of the activity. d. Permission to interrupt any Activity roads, railroads, or utility service must be requested in writing a minimum of 30 calendar days prior to the desired date of interruption. SECTION 01 14 00 Page 1 DEAAG NASCC Perimeter Fence Grant 23209 e. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. f. Restricted Access Areas. The Government will monitor work in areas indicated. Notify Contracting Officer at least 30 calendar days prior to starting work in these areas. Air field areas 1 .4 CONTRACTOR ACCESS AND USE OF PREMISES 1 .4.1 Activity Regulations Ensure that Contractor personnel employed on the Activity become familiar with and obey Activity regulations including safety, fire, traffic and security regulations. Keep within the limits of the work and avenues of ingress and egress. Wear appropriate personal protective equipment (PPE) in designated areas. Do not enter any restricted areas unless required to do so and until cleared for such entry. Ensure all Contractor equipment, include delivery vehicles, are clearly identified with their company name. 1 .4. 1.1 Subcontractors and Personnel Contacts Provide a list of contact personnel of the Contractor and subcontractors including addresses and telephone numbers for use in the event of an emergency. As changes occur and additional information becomes available, correct and change the information contained in previous lists. 1 .4.1.2 Additional Personnel Requirements 1 .4.1.2.1 General Construction and Finish Work General construction and finish work of the fence must be performed by U.S. firms using U.S. citizensor U.S. persons. General construction includes construction activities such as fencing and gatesenclosure or shell, including doors, windows and facade work. Finish Work includes construction activities such as insulation, floor, partition, and ceiling systems; cabinet work; conveyor systems; specialties; building furnishings, fixtures, and equipment; and mechanical and electrical services and equipment including those specialized for fire protection, security, communication, control, energy conservation, safety, comfort, convenience, and similar purposes. 1 .4. 1.2.2 General Construction General construction of the fence must be performed by U.S. firms using U.S. citizens. General construction includes construction activities such as fenncing and gate] enclosure or shell, including doors, windows and facade work. SECTION 01 14 00 Page 2 DEAAG NASCC Perimeter Fence Grant 23209 1 .4. 1.2.3 Finish Work N/A 111.4.1.3 Installation Access Obtain access to Navy installations through participation in the Defense Biometrics Identification System (DBIDS) . Requirements for Contractor employee registration, and transition for employees currently under Navy Commercial Access Control System (NCACS) , are available at https://www.cnic.navy.mil/Operations-and-Management/Base-Support/DBIDS/. No fees are associated with obtaining a DBIDS credential. Participation in the DBIDS is not mandatory, and Contractor personnel may apply for One-Day Passes at the Base Visitor Control Office to access an installation. 1 .4.1.3.1 Registration for DBIDS Registration for DBIDS is available at https://www.cnic.navy.mil/Operations-and-Management/Base-Support/DBIDS/. Procedure includes: a. Present a letter or official award document (i.e. DD Form 1155 or SF 1442) from the Contracting Officer, that provides the purpose for access, to the base Visitor Control Center representative. b. Present valid identification, such as a passport or Real ID Act-compliant state driver's license. C. Provide completed SECNAV FORM 5512/1 to the base Visitor Control Center representative to obtain a background check. This form is available for download at https://www.cnic.navy.mil/Operations-and-Management/Base-Support/DBIDS/. d. Upon successful completion of the background check, the Government will complete the DBIDS enrollment process, which includes Contractor employee photo, fingerprints, base restriction and several other assessments. e. Upon successful completion of the enrollment process, the Contractor employee will be issued a DBIDS credential, and will be allowed to proceed to worksite. 1 .4.1.3.2 DBIDS Eligibility Requirements Throughout the length of the contract, the Contractor employee must continue to meet background screen standards. Periodic background screenings are conducted to verify continued DBIDS participation and installation access privileges. DBIDS access privileges will be immediately suspended or revoked if at any time a Contractor employee becomes ineligible. An adjudication process may be initiated when a background screen failure results in disqualification from participation in the DBIDS, and Contractor employee does not agree with the reason for disqualification. The Government is the final authority. SECTION 01 14 00 Page 3 DEAAG NASCC Perimeter Fence Grant 23209 1 .4. 1.3.3 DBIDS Notification Requirements a. Immediately report instances of lost or stolen badges to the Contracting Officer. b. Immediately collect DBIDS credentials and notify the Contracting Officer in writing under the following circumstances: (1) An employee has departed the company without having properly returned or surrendered their DBIDS credentials. (2) There is a reasonable basis to conclude that an employee, or former employee, might pose a risk, compromise, or threat to the safety or security of the Installation or anyone therein. 1 .4.1.3.4 One-Day Passes Personnel applying for One-Day passes at the Base Visitor Control Office are subject to daily mandatory vehicle inspection, and will have limited access to the installation. The Government is not responsible for any cost or lost time associated with obtaining daily passes or added vehicle inspections incurred by non-participants in the DBIDS. 1 .4. 1.4 No Smoking Policy Smoking is prohibited within and outside of all buildings on installation, except in designated smoking areas. This applies to existing buildings, buildings under construction and buildings under renovation. Discarding tobacco materials other than into designated tobacco receptacles is considered littering and is subject to fines. The Contracting Officer will identify designated smoking areas. 1 .4.2 Working Hours Regular working hours will consist of an 9 hour or period established by the Contracting Officer, between 7:00 a.m. and 6:000 p.m. Monday through Saturday for Areas 1 and 3, For Area 2 the working hours are 7:OOam and 4:00 PM Monday through Friday NO WEEKEND WORK, excluding Government holidays. 1 .4.3 Work Outside Regular Hours Work outside regular working hours requires Contracting Officer approval. Make application 15 calendar days prior to such work to allow arrangements to be made by the Government for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Contracting Officer may approve work outside regular hours. During periods of darkness, the different parts of the work must be lighted in accordance with requirements of EM 385-1-1. [ Make utility cutovers after normal working hours or on Saturdays, Sundays, and Government holidays unless directed otherwise. ] 1 .4.4 Exclusionary Period No work may be performed during the period TBD to TBD, inclusive, without prior written approval of the Contracting Officer. This period has not been considered in computing the time allowed for the performance of this contract. SECTION 01 14 00 Page 4 DEAAG NASCC Perimeter Fence Grant 23209 1 .4.5 Occupied Building[s] Work will be around existing buildings which are occupied. Do not enter the building[s] without prior approval of the Contracting Officer. The existing buildings and their contents must be kept secure at all times. Provide temporary closures as required to maintain security as directed by the Contracting Officer. Provide dust covers or protective enclosures to protect existing work that remains, and Government material located in the work area during the construction period. 1 .4. 6 Utility Cutovers and Interruptions a. Make utility cutovers and interruptions after normal working hours or on Saturdays, Sundays, and Government holidays. Conform to procedures required in paragraph WORK OUTSIDE REGULAR HOURS. b. Ensure that new utility lines are complete, except for the connection, before interrupting existing service. C. Interruption to water, sanitary sewer, storm sewer, telephone service, electric service, air conditioning, heating, fire alarm, andcompressed air are considered utility cutovers pursuant to the paragraph WORK OUTSIDE REGULAR HOURS. d. Operation of Station Utilities: Do not operate nor disturb the setting of control devices in the station utilities system, including water, sewer, electrical, and steam services. The Government will operate the control devices as required for normal conduct of the work. Notify the Contracting Officer giving reasonable advance notice when such operation is required. e. Connection to Existing Sanitary Sewer Line: Provide positive verification that the existing line conveys sanitary sewer; verify line is not incorrectly connected to a storm drain. Obtain Installation's Sanitary Sewer Connection Permit 2 weeks prior to connection and in accordance with Section 33 30 00 SANITARY SEWERAGE. ] [] PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. -- End of Section -- SECTION 01 14 00 Page 5 DEAAG NASCC Perimeter Fence Grant 23209 SECTION 32 31 13.53 HIGH-SECURITY FENCES (CHAIN LINK AND ORNAMENTAL) AND GATES 11/21 PART 1 GENERAL 1 . 1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM INTERNATIONAL (ASTM) ASTM A153/A153M (2023) Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware ASTM A392 (2011; R 2022a) Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric ASTM A780/A780M (2020) Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings ASTM C94/C94M (2024c) Standard Specification for Ready-Mixed Concrete ASTM F567 (2023) Standard Practice for Installation of Chain Link Fence ASTM F626 (2014; R 2023) Standard Specification for Fence Fittings ASTM F900 (2011; R 2017) Standard Specification for Industrial and Commercial Swing Gates 1 .2 SUBMITTALS Government approval is required for submittals with a "G" or "S" classification. Submittals not having a "G" or "S" classification are for Contractor Quality Control approval. Submittals not having a "G" or "S" classification are for information only. When used, a code following the "G" classification identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES: SD-02 Shop Drawings Fence Installation Drawings; G, Installation Drawings; G Location of gate, corner, end and pull posts Gate Assembly Gate Hardware Accessories SD-03 Product Data SECTION 32 31 13.53 Page 1 DEAAG NASCC Perimeter Fence Grant 23209 Fabric Posts Post Caps Chain Link Braces Line Posts Sleeves Rails Tension Wire Barbed Wire Barbed Wire Supporting Arms Barbed Tape Latches Hinges Stops Keepers Rollers Turnstiles Padlocks Wire Ties Ornamental Fence Systems Swing Gates Slide Gates Fence Fabric Reinforcement SD-07 Certificates Chain Link Fence Reports Zinc Coating Fabric Barbed Wire SECTION 32 31 13.53 Page 2 DEAAG NASCC Perimeter Fence Grant 23209 Gate Hardware and Accessories Concrete Gate Operator 1 .3 DELIVERY, STORAGE, AND HANDLING Deliver materials to site in an undamaged condition. Store materials elevated off of the ground to protect against oxidation caused by ground contact. PART 2 PRODUCTS 2 . 1 COMPONENTS 2 .1.1 Chain Link Fence Fabric 2 .1.1.1 General Provide ASTM A392, Class 1 , zinc-coated steel wire with minimum coating weight of 1.2 ounces of zinc per square foot of coated surface. Fabricate fence fabric of 9 gauge wire woven in 2 inch diamond mesh conforming to ASTM A116 2 . 1.2 Posts 2 . 1.2.1 Metal Posts for Chain Link Fence FS RR-F-191/3 line posts; Class 1, steel pipe, Grade A or B2, formed steel sections 4, steel H sections. End, corner, and pull posts; Class 1, steel pipe Grade A or B, 6, steel square sections. 2 . 1.2.2 Accessories a. Provide accessories conforming to ASTM F626. Coat ferrous accessories with zinc coating. b. Provide truss rods (with turnbuckles or other means of adjustment) for each terminal post. C. Provide barbed wire supporting arms of the 45 degree outward angle 3-strand arm type and of the design required for the post furnished. Secure arms by top tension wire] . d. Furnish post caps in accordance with manufacturer's standard accessories . e. Provide 9 gauge tie wire for attaching fabric to rails, braces, and posts and match the material and coating of the fence fabric. [Use tie wires for attaching fabric to tension wire on high security fences made from 16 gauge stainless steel. Provide double loop tie wires 6.5 inches in length. ] Provide miscellaneous hardware coatings which conform to ASTM A153/A153M unless modified. 2 . 1.3 Chain Link Braces and Rails Braces and rails located as indicated in construction drawing details; SECTION 32 31 13.53 Page 3 DEAAG NASCC Perimeter Fence Grant 23209 Class 1, steel pipe, Grade A or B or 3, formed steel sections, in minimum sizes listedin FS RR-F-191/3 for each class grade. Steel pipe, Class 1, Grade B shall meet the following performance criteria when subjected to salt spray testing inaccordance with ASTM B117: Exterior 1, 000 hours with maximum 5 percent redrust; Interior 650 hours with maximum 5 percent red rust. 2 . 1.4 Chain Link Gates 2 . 1.4. 1 Gate Assembly Provide gate assembly conforming to ASTM F900 of the type and swing shown. Provide gate frames conforming to strength and coating requirements of ASTM F1043, for Group IC, steel pipe with PVC polymer overcoat, nominal pipe size (NPS) 1-1/2. Gate fabric shall be as specified chain link fabric. 2 . 1.4.2 Gate Leaves For gate leaves less than 8 feet wide, provide truss rods or intermediate braces. Provide intermediate braces on all gate frames with an electro-mechanical lock. Attach fabric to the gate frame by method standard with the manufacturer. Welding is not an acceptable method for attaching fabric to gate frames. 2 . 1.4.3 Gate Hardware and Accessories Submit manufacturer's catalog data. Furnish and install latches, hinges, stops, keepers, rollers, and other hardware items as required for the operation of the gate. All items are required to match the material characteristics of the fence system being installed. Provide hinge with stainless steel pin. Arrange latches for padlocking so that the padlock will be accessible from both sides of the gate. Provide stops for holding the gates in the open position. For high security applications, extend each end member of gate frames sufficiently above the top member to carry three strands of barbed wire in horizontal alignment with barbed wire strands on the fence. Coating for steel latches, stops, hinges, keepers, and accessories, must be galvanized . 2 . 1.5 Ornamental Fence Gates 2 . 1.5.1 Swing Gates Submit manufacturer's catalog data. Fabricate swing gates by welding 2 sq in tubular steel ends and rails. Use pickets that match the adjacent fence construction. Reinforce gates to ensure assembly sags no more than to of the gate leaf width or 2 in, whichever is less. Size gate posts to accommodate the weight and width of each gate leaf. Mount gates to posts with weldable steel plates or blocks, pressed steel, or malleable iron hinges. Hot-dip galvanize all hinges with a minimum zinc weight of 1.20 oz/sq ft. Provide hinge with stainless steel pin. Secure all tamper points by welding or peening the threads. Use swing gate latches and drop bar guides manufactured of pressed steel, hot-dipped galvanized with a minimum zinc weight of 1 .20 oz/sq ft. Finish all gate hardware in the same color/coating as the fence system. 2 . 1.5.2 Slide Gates Submit manufacturer's catalog data. Fabricate slide gates by welding 2 sq in tubular steel ends and rails. Use pickets that match the adjacent fence construction. Select the type and class of slide gate to comply with SECTION 32 31 13.53 Page 4 DEAAG NASCC Perimeter Fence Grant 23209 ASTM F1184. Size gate posts to accommodate the weight and width of each gate leaf in accordance with ASTM F1184, or per manufacturer's recommendations. 2 . 1. 6 Gate Operator Provide electric gate operators for sliding gates as follows: Provide electric gate operators with a right angle gearhead instantly reversing motor with magnetic drum-type brake, friction disc clutch, reversing starter with thermal overload protection, and a chain-driven geared rotary-type automatic limit switch. Use only hardened steel machine cut worm and mating bronze gears that operate in a bath of oil. Gate operators with V-belt pulleys are not allowed. Equip gate operators with an emergency release to allow the gate to be operated manually that is also capable of being locked in the engaged or disengaged position. Provide positive stops on the gate tracks as a backup to the limit switches. 2 .1.7 Electro-Mechanical Locks Provide electro-mechanical locking devices for sliding gates and personnel gates that are solenoid actuated such that the deadbolt retracts when the solenoid is energized and remains electrically retracted until the gate is closed. Provide continuous duty type solenoid, rated for 120V ac, 60Hz operation. Ensure the locking device is unlockable by key and keyed on both sides. Monitor status of the electro-mechanical lock by two limit switches (integral to the locking device) wired in series. Ensure one switch monitors the deadlock lever and the other monitors the locking tongue. 2 .2 MATERIALS 2 .2. 1 Wire 2 .2. 1. 1 Wire Ties Submit samples as specified(FS RR-F-191/4) . Provide wire ties constructed of the same material and finish as the fencing fabric. 2 .2.1.2 Barbed Wire Provide barbed wire conforming to ASTM A121 zinc-coated, Type Z, Class 3, with 12.5 gauge wire with 14 gauge, round, 4-point barbs spaced no more than 5 inches apart. 2 .2.1.3 Tension Wire Provide zinc-coated steel wire with coating that weighs not less than [1.2] ounces per square foot. 2 .2.2 Concrete ASTM C94/C94M, using 3/4 inch maximum size aggregate, and having minimum compressive strength of 3000 psi at 28 days. Use grout consisting of one part portland cement to three parts clean, well-graded sand and the minimum amount of water to produce a workable mix. 2 .3 FENCE FABRIC REINFORCEMENT Provide galvanized structural wire rope as indicated and in accordance with ASTM A1023/A1023M, 3/4 inch nominal diameter of strand, 19 wire strand, SECTION 32 31 13.53 Page 5 DEAAG NASCC Perimeter Fence Grant 23209 regular lay, extra improved plow steel (SIPS) , independent wire rope core (IWRC) and with a minimum breaking strength of 40, 800 pound-force. Galvanize cable, Class A, in accordance with ASTM A1023/A1023M. PART 3 EXECUTION 3. 1 PREPARATION Perform complete installation conforming to ASTM F567 . 3. 1. 1 Line and Grade Install fence to the lines and grades indicated. Clear the area on either side of the fence line to the extent indicated. Space line posts equidistant at intervals not exceeding 10 feet. Set terminal (corner, gate, and pull) posts whenever abrupt changes in vertical and horizontal alignment are encountered. Provide continuous fabric between terminal posts; however, ensure runs between terminal posts do not exceed 500 feet. Repair any damage to galvanized surfaces, including welding, with paint containing zinc dust in accordance with ASTM A780/A780M. 3.1.2 Excavation Excavate holes to depths indicated. Clear all post holes of loose material and spread waste material where directed. Eliminate ground surface irregularities along the fence line to the extent necessary to maintain a 2 inch clearance between the bottom of the fabric and finish grade. 3.2 INSTALLATION 3.2. 1 Installation Drawings Submit complete Fence Installation Drawings for review and approval by the Contracting Officer prior to shipment. Submit drawing details that include, but are not limited to the following information: Fence Installation Drawings, Location of gate, corner, end, and pull posts, Gate Assembly, Turnstiles, and Gate Hardware and Accessories. Install fence system per approved drawings. 3.2.2 Security Fencing Install new security fencing, remove existing security fencing, and perform related work to provide continuous security for facility. Schedule and fully coordinate work with Contracting Officer. 3.2.3 Posts 3.2.3.1 Earth and Bedrock a. Set posts plumb and in alignment. Except where solid rock is encountered, set posts in concrete to the depth indicated on the drawings. Where solid rock is encountered with no overburden, set posts to a minimum depth of 18 inches in rock. Where solid rock is covered with an overburden of soil or loose rock, set posts to the minimum depth indicated on the drawing unless a penetration of 18 inches in solid rock is achieved before reaching the indicated depth, in which case terminate depth of penetration. Grout all portions of posts set in rock. SECTION 32 31 13.53 Page 6 DEAAG NASCC Perimeter Fence Grant 23209 b. Set portions of posts not set in rock in concrete from the rock to ground level. Set posts in holes not less than the diameter shown on the drawings. Make diameters of holes in solid rock at least 1 inch greater than the largest cross section of the post. Thoroughly consolidate concrete and grout around each post, free of voids and finished to form a dome. Allow concrete and grout to cure for 72 hours prior to attachment of any item to the posts. Group II line posts may be mechanically driven, for temporary fence construction only, if rock is not encountered. Set driven posts to a minimum depth of 3 feet and protect with drive caps when setting. C. Test fence post rigidity by applying a 50 pound force on the post, perpendicular to the fabric, at 5 feet above ground. Ensure post movement measured at the point where the force is applied is less than or equal to 3/4 inch from the relaxed position. Test every tenth post for rigidity. When a post fails this test, make further tests on the next four posts on either side of the failed post. Remove, replace, and retest all failed parts at the Contractor's expense. 3.2.3.2 Concrete Slabs and Walls When installed in concrete slabs or walls, set posts in zinc-coated sleeves, to a minimum depth of 12 inches. Fill sleeve joint with lead, nonshrink grout, or other approved material. Set posts for support of removable fence sections in sleeves that provide a tight sliding joint and hold posts aligned and plumb without use of lead or setting material. 3.2.4 Rails Bolt bottom rail to double rail ends and securely fasten double rail ends to the posts. Peen bolts to prevent easy removal. Install bottom rail before chain link fabric. Provide 3/8" diameter eye hook anchored into concrete footing at midpoint. 3.2.5 Fabric a. Install chain link fabric on the side of the post indicated. Attach fabric to terminal posts with stretcher bars and tension bands. Space bands at approximately 15 inch intervals. Install fabric and pull taut to provide a smooth and uniform appearance free from sag, without permanently distorting the fabric diamond or reducing the fabric height. Fasten fabric to line posts at approximately 15 inch intervals and fastened to all rails and tension wires at approximately 24 inch intervals. b. Cut fabric by untwisting and removing pickets. Accomplish splicing by weaving a single picket into the ends of the rolls to be joined. Install the bottom of the fabric 2 plus or minus 1/2 inch above the ground. C. After the fabric installation is complete, exercise the fabric by applying a 50 pound push-pull force at the center of the fabric between posts; use a 30 pound pull at the center of the panel to ensure fabric deflection of not more than 2.5 inches when pulling fabric from the post side of the fence. Every second fence panel is required to meet this requirement. Resecure and retest all failed panels at the Contractor's expense. SECTION 32 31 13.53 Page 7 DEAAG NASCC Perimeter Fence Grant 23209 3.2. 6 Supporting Arms Install barbed wire supporting arms and barbed wire as indicated on the drawings and as recommended by the manufacturer. Anchor supporting arms to the posts in a manner to prevent easy removal with hand tools Pull barbed wire taut and attach to the arms with clips or other means that will prevent easy removal. 3.2.7 Grounding a. Ground fencing as specified. b. Ground fences crossed by overhead powerlines in excess of 600 volts and ground all electrical equipment attached to the fence. C. Ground fences on each side of all gates, at each corner, at the closest approach to each building located within 50 feet of the fence, and where the fence alignment changes more than 15 degrees. Ensure grounding locations are located no more than 500 feet apart. Bond each gate panel with a flexible bond strap to its gate post. Ground fences crossed by powerlines of 600 volts or more at or near the point of crossing and at distances not exceeding 150 feet on each side of crossing. d. Provide ground conductor consisting of No. 8 AWG solid copper wire. Use grounding electrodes that measures 3/4 inch by 10 foot long and are a copper-clad steel rod. Drive electrodes into the earth so that the top of the electrode is at least 6 inches below the grade. Where driving is impracticable, bury electrodes a minimum of 12 inches deep and radially from the fence. Install the top of the electrode to be less than 2 feet or more than 8 feet from the fence. Clamp ground conductor to the fence and electrodes with bronze grounding clamps to create electrical continuity between fence posts, fence fabric, and ground rods. Measure total resistance of the fence to ground and ensure it is not greater than 25 ohms. 3.3 CLOSEOUT ACTIVITIES 3.3.1 Cleanup Remove waste fencing materials and other debris from the work site each workday. -- End of Section -- SECTION 32 31 13.53 Page 8 U.S. Department "PJ, Advisory of Transportation Federal Aviation Circular Administration Subject: Standard Specifications for Date: 12/21/2018 AC No: 150/5370-1OH Construction of Airports Initiated By: AAS-100 Change: 1 Purpose. The standard specifications contained in this advisory circular(AC)relate to materials and methods used for construction on airports. Items covered in this AC include general provisions, earthwork, flexible base courses,rigid base courses, flexible surface courses,rigid pavement, fencing, drainage,turf, and lighting installation. 2 Cancellation. This AC cancels AC 150/5370-1OG, Standards for Specifying Construction of Airports, dated July 21, 2014. 3 Application. The Federal Aviation Administration(FAA)recommends the guidelines and specifications in this AC for materials and methods used in airfield development for construction and rehabilitation projects on airports. This AC does not constitute a regulation and is not mandatory,however the following applies: a. The standard specifications contained in this AC are practices that the FAA recommends for the construction of pavements and airport development serving aircraft greater than 30,000 pounds (13,600 kg). b. This AC contains methods and procedures for compliance with 14 CFR part 139 that are acceptable to the Administrator. c. The use of this AC is mandatory for all projects funded under Federal grant assistance programs,including the Airport Improvement Program(AIP). See Grant Assurance No. 34.,Policies, Standards, and Specifications. d. This AC is mandatory, as required by regulation, for projects funded with the Passenger Facility Charge program. See PFC Assurance#9, Standards and Specifications. e. For building construction,the General Contract Provisions are applicable, in addition applicable laws and local building codes shall serve as construction standards acceptable to the FAA. 12/21/2018 AC 150/5370-1OH 4 Developing Project Specifications. The standard specifications in this AC must be edited to develop construction specifications for individual federally funded projects. a. For individual projects,pertinent portions of the standards must be copied into the contract documents. b. For airfield pavement projects at non-primary airports, serving aircraft less than 60,000 pounds (27216 kg), state highway specifications may be used in states where the state has requested and received FAA approval to use state highway specifications. c. Modifications to standards requests contained in this AC must meet the requirements of FAA Order 5300.1,Modifications to Agency Airport Design, Construction, and Equipment Standards. d. When preparing construction contracts for AIP or PFC projects or for grant obligated airports,use current contract provisions and mandatory provisions (wage,labor, Disadvantaged Business Enterprise, etc). e. Disadvantaged Business Enterprises (DBE), Equal Employment Opportunity(EEO), etc.) can be found at the FAA website: http://www.faa.gov/airports/aip/Trocurement/. f. Additional contract clauses may be required to comply with local and state laws relating to advertising, awarding, and administrating construction contracts. 5 Changes,Additions and Deletions to the FAA Standard Specifications. a. Engineer Notes(shown between lines of asterisks) contained in the AC provide directions to the Engineer. These notes explain the options available to the Engineer when preparing project documents, and the appropriate changes and additions that must be made. The final project documents must not include the Engineer Notes. b. Where numbers,words,phrases or sentences are enclosed in brackets L-1, a choice or modification must be made. Where blank spaces [ 1 occur in sentences,the appropriate data inust be inserted. c. Where entire paragraphs are not applicable, the text should be deleted and"Not Used" entered after the paragraph number, do not renumber specification paragraphs. A modification of standards (MOS) in accordance with FAA Order 5100.1 is required for any deviation from standard specifications applicable to material and construction methods required to accommodate an unusual local condition on a specific project.Note that adding a new section and/or item requires a MOS. 6 Principal Changes. This AC contains the following principal changes: 1. Extensive technical and editorial edits have been made throughout the document based on comments received during the review periods. 2. Updated references to the ACs and industry standards including ASTM International (formerly known as the American Society for Testing and Materials (ASTM)), American Association of State Highway and Transportation Officials (AASHTO), Asphalt Institute (AI), etc. 3. Added guidance in Engineer Notes on use of individual specifications. ii 12/21/2018 AC 150/5370-1OH 4. Section 10: Added definitions for Apron, Certificate of Analysis (COA), Certificate of Compliance(COC), Control Strip,Modification of Standards (MOS); Quality Assurance (QA), Quality Control(QC), Quality Assurance(QA)Laboratory, Resident Project Representative(RPR); Runway Safety Area(RSA), Safety Plan Compliance Document (SPCD), Taxilane, and Taxiway/Taxilane Safety Area(TSA). Revised definitions for Change Order, Contract,Force Account, "Contractor's laboratory"to"Contractor's Quality Control Facilities;""Laboratory"to "Quality Assurance(QA) Laboratory;" "Inspector"to "Quality Assurance (QA) Inspector," "Pavement"to "Pavement Structure;"and Supplemental Agreement. Added"Owner Defined Terms"to allow addition of any project specific terms that may be needed. 5. Section 50: Removed outdated guidance on construction layout and stakes. 6. Section 60: Revised guidance for RPR's field office. 7. Section 70: Revised 70-05 Federal Participation; Revised 70-06 Sanitary,health, and safety provisions; Retitled and revised 70-08 as"Construction Safety and Phasing Plan(CSPP)." 8. Moved Section 100 Contractor Quality Control Program(CQCP) out of the General Provisions and re-number as "Item C-100." Clarified requirements of the CQCP; added elements that must be addressed for pavement projects; added requirements for Contractor QC testing facilities for pavement projects (P-401,P-403,P-501, and P-404; and added C- 100-13 Basis of measurement and payment paragraph to allow for lump sum payment of CQCP with schedule of partial payments during contract. 9. Moved Section 105 Mobilization out of the General Provisions and re-numbered as "Item C-105." 10. Moved Section 110 Method of Estimating Percentage of Materials Within Specification Limits (PWL) out of the General Provisions. Renumbered as "Item C-110." Allows the Engineer to delete Item C-110 when P-401,P-501 and/or P-404 are not in a project. 11. Re-titled Item P-101 Surface Preparation to "Item P-101 Preparation/Removal of Existing Pavements"to better reflect purpose of specification. 12. Item P-156, Temporary Air and Water Pollution, Soil Erosion, and Siltation Control has been renumber as"Item C-102, Temporary Air and Water Pollution, Soil Erosion, and Siltation Control." 13. Add new Item P-156, Cement Treated Subgrade. Added anew specification for cement treated subgrade. 14. Item P-157 [ Cement ][ Lime ] Kiln Dust Treated Subgrade Added Lime Kiln Dust. This specification now allows either Lime Kiln Dust or Cement Kiln Dust. 15. Numerous changes within the base course specifications (P-208, P-209,P-210,P-211,P- 212,P-217, and P-219) including standardizing format for materials, construction, and materials;placing material properties in table format; and adding guidance for separation fabric. Added requirement for control strip to demonstrate materials,means and methods prior to full production. 16. Added new P-207 In-place Full Depth Reclamation(FDR) Recycled Asphalt Aggregate Base Course. 17. Item P-301 Soil-Cement Treated Soil-Aggregate Subbase Course has been renumbered and renamed as Item P-220 Cement Treated Soil Base Course and moved under Part 4 Base Courses. iii 12/21/2018 AC 150/5370-1OH 18. Added new P-307 Cement treated Permeable Base Course(CTPB). 19. Revised and simplified definition of"Lot size" and"Partial lot"in P-401,P-403,P-501, and P-404. 20. Swapped"Contractor Quality Control(CQC)"and"Material Acceptance"paragraphs in P- 401,P-403,P-501 and P-404 so the material acceptance and measurement/payment paragraphs are together and quality control prior to measurement paragraphs. 21. P-401: Placed material properties in table format; clarified JMF submittal requirements; removed paragraph on testing facilities and placed guidance in Section C-100, Contractor Quality Control Program (CQCP); added paragraph identifying smoothness equipment requirements; added paragraph"Smoothness for Contractor Quality Control;"added paragraph"Profilograph smoothness for QA Acceptance"clarifying that final profilograph is on the full length of the project; added use of the Asphalt Pavement Analyzer(APA)to Item P-401 eliminating the need to run stability and flow when using the Marshall Method and allowing the same asphalt design criteria in Table 1 to apply regardless of which mix design method is selected,Marshall or Gyratory. 22. P-403: Clarified use of state highway specifications in initial Engineer's Note; similar changes made throughout P-403 to those in P-401. 23. P-501: Clarified reactivity testing requirements;placed material properties in table format; clarified combined aggregate gradation paragraphs and Contractor requirements; added requirement for"Control Strip."Added pay adjustment for repairs and grinding. 24. Renumbered P-601 as P-404 Fuel-Resistant Asphalt Mix Pavement. 25. P-404: Added Engineer Note on when to use P-404 to replace top 2 inches of P-401;placed material properties in table format; added requirement for contactor submission of manufacturer's Certificate of Analysis (COA)for the asphalt binder; clarified JMF submission requirements. 26. Added new P-608-R RapidCure Seal Coat. 27. P-609: Retitled as"Chip Seal Coat;"placed material properties in table format; added requirement for Contractor to provide a copy of the manufacturer's Certificate of Analysis (COA) for the asphalt material. 28. P-610: Retitled as"Concrete for Miscellaneous Structures. 29. P-620: Added table to specify marking materials by type, color, and bead type. Added acceptance tests for retro-reflectivity. 30. Added new P-623 Emulsified Asphalt Spray Seal Coat. 31. F-163 and F-164: Removed example fence skirt and fence details. 32. Added new L-125 Installation of Airport Lighting Systems. 33. D specs: Added requirement for precast concrete structures to be furnished by a plant meeting National Precast Concrete Association Plant Certification Program or another RPR approved third party certification program. 34. T specs: Added note at beginning of each T spec on wildlife hazard attractants and mitigation and appropriate selection of turf materials. 35. L specs: Added statement to concrete paragraphs specifying use of P-610 stating that"If fly ash meeting the requirements of P-610 is added to the concrete, at a rate of 30% of iv 12/21/2018 AC 150/5370-1OH cementitious material, or 55% slag cement,no reactivity testing of the aggregates shall be required. 7 Units. Throughout this AC,English units are used followed with"soft" (rounded)metric units. The English units govern. One unit of measure should be selected and shown in the final project documents. 8 Where to Find this AC. You can view a list of all ACs at http://www.faa. og v/regulations_policies/advisory circulars/. You can view the Federal Aviation Regulations at http://www.faa. og v/regulations policies/faa regulations/. 9 Feedback on this AC. If you have suggestions for improving this AC,you may use the Advisory Circular Feedback form at the end of this AC. /Signed/ John R. Dermody Director of Airport Safety and Standards v 12/21/2018 AC 150/5370-1OH 10 — Fencing Item F-163 Wildlife Deterrent Fence Skirt DESCRIPTION 163-1.1 This item shall consist of furnishing and installing chain-link fence fabric underground along an existing chain link fence or wildlife fabric fence, constructing concrete pads at existing fence gates in accordance with these specifications and the details shown on the drawings and in conformity with the lines and grades shown on the plans or established by the RPR. MATERIALS 163-2.1 Chain link fence fabric. The fabric shall be woven with a 9-gauge galvanized steel wire in a 2- inch(50 mm)mesh and shall meet the requirements of ASTM A392, Class 11. The fabric shall be 5 feet (1.5 m) wide. 163-2.2 Barbed wire.Barbed wire shall be 2-strand 12-1/2 gauge zinc-coated wire with 4-point barbs and shall conform to the requirements of ASTM A121, Class 3. 163-2.3 Wire ties and tension wires.Wire fabric ties,wire ties, and tension wire for a given type of fabric shall be the same material as the fabric type. The tension wire shall be 7-gauge coiled spring wire coated similarly to the respective wire fabric being used. Wire fabric ties shall be hog rings of galvanized steel wire not less than 9-gauge. All material shall conform to Federal Specification RR-F-191/4. 163-2.4 Miscellaneous fittings and hardware.Miscellaneous steel fittings and hardware for use with zinc-coated steel fabric shall be of commercial grade steel or better quality,wrought or cast as appropriate to the fitting or hardware, and sufficient in strength to provide a balanced design when used with fabric, posts, and wires of the specified quality. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A153. 163-2.5 Concrete pads at gates. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 3,000 psi(2670 kPa). 163-2.6 Marking. Each roll of fabric shall carry a tag showing the kind of base metal,kind of coating, the gauge of the wire,the length of fencing in the roll, and the name of the manufacturer. Posts,wire, and other fittings shall be identified as to manufacturer,kind of base metal, and kind of coating. 163-2.7 Weed control material.A commercially available weed control material shall be applied at the manufacturer's recommended rate. CONSTRUCTION METHODS 163-3.1 General. The fence shall be constructed in accordance with the details on the plans and as specified here using new materials. All work shall be performed in a workmanlike manner satisfactory to the RPR. The Contractor shall layout the fence line based on the Item F-163 Wildlife Deterrent Fence Skirt 561 12/21/2018 AC 150/5370-10H plans . The work shall progress in this manner and at the close of the working day the newly constructed fence shall be tied to the existing fence. 163-3.2 Clearing fence line.All brush, stumps,logs, and other debris which would interfere with the construction of the fence shall be removed on either side of the fence centerline before starting fencing operations. The material removed and disposed of shall not constitute a pay item and shall be considered incidental to fence construction. 163-3.3 Installing fabric.Excavate ground to the depth required for proper installation of the fabric. Obtain RPR's approval of depth of excavation before placing the wire fabric. Place the fabric and lap splice it to existing fence fabric and tie with wire ties at 2-foot(0.6-m) spacing. Cut wire fabric around fence post footing to allow proper placement. Backfill with native soil to original grade and compact. Gate concrete pads shall be installed at each gate or as shown on the plans. 163-3.4 Weed control application. Weed control material shall be applied over an area 5 feet(1.5 m) wide,measured from the fence centerline, and over the wildlife fence. Apply weed control material as recommended by the manufacturer's instructions and in compliance with state and local regulations. 163-3.5 Electrical grounds. Electrical grounds shall be constructed where a power line passes over the fence and/or at 500 feet (150 m) intervals The ground shall be accomplished with a copper clad rod 8 feet(2.4 m)long and a minimum of 5/8 inches (16 mm) in diameter driven vertically until the top is 6 inches (150 mm)below the ground surface. A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded.Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. The Contractor shall comply with FAA-STD-019, Lightning and Surge Protection, Grounding,Bonding and Shielding Requirements for Facilities and Electronic Equipment, paragraph 4.2.3.8, Lightning Protection for Fences and Gates,when fencing is adjacent to FAA facilities. 163-3.6 Cleaning up. The Contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc.,used during construction. All disturbed areas shall be seeded per Item T-901. METHOD OF MEASUREMENT 163-4.1 Chain link fence fabric. Chain-link fence fabric shall be measured for payment by the linear foot to the nearest foot. Measurement shall be along the fence from center to center of end or corner posts, excluding the length occupied by gate openings. BASIS OF PAYMENT 163-5.1 Chain link fence fabric.Payment for chain-link fence fabric shall be made at the contract unit price per linear foot. This price shall be full compensation for furnishing materials, all labor(including preparation, excavation,backfill,fill, and installation), equipment,tools, and incidentals necessary to complete this item. Utility locates shall be included in this pay item. Payment will be made under: Item F-163-5.1 Chain link Fence Fabric per linear foot REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Item F-163 Wildlife Deterrent Fence Skirt 562 12/21/2018 AC 150/5370-10H ASTM International(ASTM) ASTM A121 Standard Specification for Metallic-Coated Carbon Steel Barbed Wire ASTM A153 Standard Specification for Zinc Coating (Hot-Dip)on Iron and Steel Hardware ASTM A392 Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric Federal Specifications (FED SPEC) FED SPEC RR-F-191/4 Fencing, Wire and Post,Metal (Chain-Link Fence Accessories) FAA Standard FAA-STD-019 Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment FAA Orders 5300/38 AIP Handbook END OF ITEM F-163 Item F-163 Wildlife Deterrent Fence Skirt 563 OMB 0703-0061 07/31/2027 DEPARTMENT OF THE NAVY LOCAL POPULATION ID CARD/BASE ACCESS PASS REGISTRATION PRIVACY ACT STATEMENT: AUTHORITY:10 U.S.C.113.Secretary of Defense;DoD Directive 100025,DoD Personnel Identity Protection(PIP)Program;DoD Instruction 5200.08,Security of DoD Installations and Resources and the DoD Physical Security Review Board(PSRB);DoD 5200.08-R,Physical Security Program;DoD Directive 5200,27,Acquisition of Information Concerning Persons and Organizations not Affiliated with the Department of Defense(Exception to policy memos);Directive-Type Memorandum(DTM)09-012.Interim Policy Guidance for DoD Physical Access Control;DTM 14-005,DoD Identity Management Capability Enterprise Services Application(IMESA)Access to FBI National Crime Information Center(NCIC)Files;and E.O.9397(SSN), as amended;OPNAVINST 5530.14E,Navy Physical Security and Law Enforcement Program;Marine Corps Order P5530 14,Marine Corps Physical Security Program Manual; SORNNMO5512-2 Badge and Access Control System Records and DMDC 16,Identity Management Engine for Security and Analysis(IMESA):httplldpcid.defense.gov/Privacy/ SORNslndex PURPOSE(S):To control physical access to Department of Defense(DoD),Department of the Navy(DON)or U-S.Marine Carps Installations/Units controlled information,installations, facilities,or areas over which DoD,DON,or U.S.Marine Corps has security responsibilities by identifying or verifying an individual through the use of biometric databases and associated data processinglinfornation services for designated populations for purposes of protecting U.S./Coalitionlallied government/national security areas of responsibility and information;to issue badges,replace lost badges,and retrieve passes upon separation;to maintain visitor statistics;collect information to adjudicate access to facility,and track the entry/exit times of personnel ROUTINE USE(S): To designated contractors,Federal agencies,and foreign governments for the purpose of granting Navy officials access to their facility. DISCLOSURE:Providing registration information is voluntary. Failure to provide requested information may result in denial of access to benefits,privileges,and DoD installations, facilities and buildings. IDENTITY PROOFING AND APPLICANT INFORMATION 1- LAST NAME: 2_ FIRST NAME: 3. MIDDLE NAME: 4-NAME SUFFIX: ❑Jr. ❑ Sr. ❑ I ❑ I I [:]I I I ❑ IV 5-RACE AMERICAN INDIAN OR NATIVE HAWAIIAN ❑ALASKA NATIVE ❑ASIAN ❑BIACK OR AFRICAN AMERICAN []HISPANIC OR LATINO []OR OTHER PACIFIC ElWHIIE (Check one or more): ISLANDER 6- GENDER MALE []FEMALE 7- DATE OF BIRTH: 8. CITY OF BIRTH: 9.STATE OF BIRTH: 10_BIRTH COUNTRY: (Check one): 11.US CITIZEN (Check): ❑YES ❑NO 12. DUAL CITIZENSHIP: []YES [:]NO CITIZENSHIP IF OTHER THAN US(Country): U.S.Citizen Minimum Documentation Required: By Birth-Social Security No and/or State ID/Drivers License. Naturalized-Certification Number,Petition Number,Date,Place and Court,United States passport number,Social Security No and/or State ID/Drivers License. Derived-Parent's certification number, Social Security No and/or State ID/Drivers License. Alien Minimum Documentation Required: Registration Number,Expiration date,Date of entry,Port of entry. 13. IDENTITY SOURCE 15. ISSUED BY 16. ISSUED BY DOCUMENTS PRESENTED: 14. DOCUMENT NUMBER: STATE/COURT: COUNTRY: 17.ISSUED: 18. EXPIRES: ❑ Social Security No. United States ❑ State ID/Drivers License United States ❑ Passport No. Certification Number and ❑ Petition Number ❑ Derived-Parent's United States Certification Number: ❑ Alien Registration No. United States Date of Entry. Port of Entry: OTHER APPROVED IDENTITY SOURCE DOCUMENTS.- 19. WEIGHT 20-HEIGHT 21. HAIR COLOR(Check one): LOR(Check one). (Pounds): (Inches): ❑ Blond ❑ Brown ❑ Black ❑ Gray ❑ Re]22 ❑ Green ❑ Blue ❑ Hazel ❑ White ❑ Silver ❑ Auburn Bald ❑ Gray ❑ Violet ❑ Unknown 23. HOME ADDRESS (Include city,state,zip code): HOME PHONE(Include Area Code): 24. BASE SPONSOR'S NAME: SPONSOR PHONE(include Area Code): SECNAV 5512/1 (REV JUN 2024) Cut C.t.e ry:PR Page 1 of 3 CUI(When felled In) CUI Category:PRVGV LOC:FEOCON POC:Le'Ran La-.JI .a.1awmnce.civ@vs.n y.mi1.70&801-0004 OMB 0703-0061 07/31/2027 EMPLOYMENT ACTIVITY INFORMATON 25. EMPLOYER NAME AND ADDRESS(Include city/statehip code) EMPLOYER PHONE(IncJude Area Code): 26. SUPERVISOR NAME AND ADDRESS(Include city/statehip code): SUPERVISOR PHONE(Include Area Code): 27_ Check the applicable box for WORK HOURS box or check the OTHER box and enter the work hours,then check the applicable for WORKDAYS: WORK HOURS. ❑0600-1800 ❑0800-1700 ❑ OTHER WORKDAYS: ❑SN ❑M ❑T ❑W ❑TH ❑F []ST PRIOR FELONY CONVICTIONS 28. Have you ever been convicted of a Felony? YES F_jNO Initial REQUIREMENT TO RETURN LOCAL POPULATION ID CARD 29.1 understand that I am required to return my Local Population Identification Card to the Base Pass Office when it expires or if my employment is terminated for any reason. (initial) AUTHORIZATION AND RELEASE AND CERTIFICATION 30. 1 hereby authorize the DOD/DON and other authorized Federal agencies to obtain any information required from the Federal government and/or state agencies, including but not limited to,the Federal Bureau of Investigation(FBI),the Defense Security Service (DSS),the U-S_ Department of Homeland Security(DHS). have been notified of DON right to perform minimal vetting and fitness determination as a condition of access to DON installation/facilities. understand that I may request a record identifier;the source of the record and that I may obtain records from the State Law Enforcement Office as may be available to me under the law. I also understand that this information will be treated as privileged and confidential information. release any individual,including records custodians,any component of the U.S.Government or the individual State Criminal History Repository supplying information,from all liability for damages that may result on account of compliance,or any attempts to comply with this authorization_ This release is binding,now and in the future,on my heirs,assigns,associates,and personal representative(s)of any nature. Copies of this authorization that show my signature are as valid as the original release signed by me_ FALSE STATEMENTS ARE PUNISHABLE BY LAW AND COULD RESULT IN FINES AND/OR IMPRISONMENT UP TO FIVE YEARS. BEFORE SIGNING THIS FORM,REVIEW IT CAREFULLY TO MAKE SURE YOU HAVE ANSWERED ALL QUESTIONS FULLY AND CORRECTLY. DECLARE UNDER PENALTY OF PERJURY THAT THE /,STATEMENTS MADE BY ME ON THIS FORM ARE TRUE,COMPLETE AND CORECT. 10/23/25 `W-A"f DATE SIGNATURE Gilbert anchez(Oc 3,2025 10:55:57 CDT) FINAL DETERMINATION ON YOUR ACCESS: The Base Commanding Officer has final authority for determination on granting physical access to DON controlled installations/facilities under his/her jurisdiction. BELOW COMPLETED BY BASE REGISTRAR PERSON CONDUCTING IDENTY PROOFING and NCIC CHECK 31.INFORMATION VERIFIED BY: 32. ENTERED IN CIS SYSTEM BY: 33. PASS ISSUE DATE: 34. PASS EXPIRATION DATE: 35. NCIC CHECK PERFORMED BY: 36, RESULTS OF NCIC CHECK: 37. RESULTS OF LOCAL RECORDS CHECK: []NO RECORDS RECORD IDENTIFIER []NO RECORDS RECORD IDENTIFIER RECORD NUMBER: RECORD NUMBER: Office of Under Secretary of Defense,DoD Manual 5200.08 VOLUME 3,PHYSICAL SECURITY PROGRAM:"ACCESS TO DOD INSTALLATIONS," January 2,2019.The DoD Manual requires DoD installation government representatives query the National Crime Information Center(NCIC)and Terrorist Screening Database to vet the claimed identity and to determine the fitness of non-federal government and non-DoD-issued card holders(i_e. visitors)who are requesting unescorted access to a DoD installation.The minimum criteria to determine the fitness of a visitor is: 1)not on a terrorist watch list;2)not on an DoD installation debarment list;and 3)not on a FBI National Criminal Information Center(NCIC)felony wants and warrants list_ Additionally,SECNAV Memo,Policy for Sex Offender Tracking and Assignment and Access Restrictions within the Department of the Navy,of 7 Oct 08 and OPNAVINST 1752.3 established the Navy's policy on sex offenders, requiring Region Commanders(REGCOMs)and Installation Commanding Officers(COs)to prohibit sex offender access to DoN facilities and Navy owned,leased or PPV housing.This form describes the authority and purpose to collect and share the required information;and identifies the applicant/visitor and sponsor;and authorizes the DoD to perform the minimum vetting and fitness determination criteria.A favorable response on the vetting and fitness determination is required to receive access to DOD controlled installation/facilities. SECNAV 5512/1 (REV JUN 2024) Cut"C any:ooN Page 2 of 3 CUI(when filled in) C Category:PRVCY LOC:FEOCON POc:Lo Ran La —e.Je .a.1awmnce.civ@vs."avy.mi1.70&801-0004 OMB 0703-0061 0713112027 Instruction for completing the Local Population Access Registration Form INSTRUCTIONS- Please complete all information in black ink(printed)or by typing. By voluntarily providing your Personal Information,you agree to the following terms and restrictions- RESTRICTIONS- Local Population Identification CardlBase Access Pass may only be used by person to whom they are issued and for the specific business/purpose issued. Applicants are reminded that soliciting(i_e.,door-to-door sales)is prohibited on the base,and that such activity is grounds for cancellation of the Pass. Additionally,such action may result in debarment from the base and legal action_The Base Comrnanding Officer has discretion over specifying the period of validity for any Local Population ID Cards/Base Access Passes that are issued under his/her jurisdiction. Review the Privacy At Statement that is printed at the top of the form Block 1:Enter the Last Name. Block 17-Enter the Date that the Identity Source Document was issued. Block 2:Enter the First Name. Block 18-Enter the Date that the Identity Source Document will expire. Block 3: Enter the Middle Name. Block 19:Enter Weight in pounds. Block 4:If applicable,check the box for Name Suffix. Block 20-Enter Height in inches. Block 5: Check the applicable box for Race. Block 21-Check the applicable box for Hair Color. Block 6:Check the applicable box for Gender. Block 22:Check the applicable box for Eye Color. Block 7: Enter Date of Birth. Block 23:Enter Home Address Including City,State,Zip Code,and Home Block 8: Enter City of Birth. Telephone Number_ Block 9:Enter State of Birth_ Block 24-Enter Name of Registrant's Base Sponsor and Base Sponsor's Telephone Block 10: Enter Country of Birth. Number_ Block 25:Enter Employer Name and address including City,State,Zip Code,and Block 11: Check the applicable box for US Citizenship. Employer's Telephone Number. Block 12: If not a US Citizen,enter the name of the Country of Citizenship_ Block 26:Enter Supervisors Name including City,State,Zip Code,and Block 13:Two forms of identity source documents from the list of acceptable Supervisors Telephone Number_ documents listed below must be presented to the base registrar with Block 27:Check the applicable box for Work Hours box or check the OTHER box this completed form.Check the box for the type of Documents that will and enter the work hours,then check applicable boxes for Work Days. be presented for identity proofing. If the document type is not listed,use Block 28:Check the applicable answer if you have been convicted of the two rows under Other Approved Identity Source Documents to enter Felony and enter initials_ the type of docunent(s)that you will present. Block 28:Check the applicable box for felony conviction. Block 14:Enter the Document Number located on the Identity Proofing Source Block 29-Enter initials to accept terms for returning Local Population Identification document that was checked in Black 13. Card. Block 15:Enter the State that issued the Identity Source Document Block 30=Sign and date the form to attest that the foregoing information is true and Black 16: Enter the Country that issued the Identity Source Document oormp€ete to best of your knowledge. LIST OF ACCEPTABLE DOCUMENTS-All documents must not be expired_ Must present one selection from List A or a combination of one selection from List B and one selection from List C. List A-Documents that Establish Identity and OR List B-Documents that Establish Identity AND List C-Documents that Establish Employment Authorization Employment Authorization 1. U.S.Passport or U.S.Passport Card. 1. Drivers license or ID card issued by a State or 1- A Social Security Account Number card,unless 2. Permanent Resident Card or Alien Registration outlying possession of the United States provided the card includes one of the following restrictions: Receipt Card(Form 1-551)_ it contains a photograph or information such as (1) NOT VALID FOR EMPLOYMEMT 3. Foreign passport that contains a temporary 1-551 name,date of birth,gender,height,eye color, (2) VALID FOR WORK ONY WITH INS stamp or temporary 1-551 printed notation on a and address. AUTHORIZATION- machine-readable immigrant visa. 2. lD card issued by federal,state or local (3) VALID FOR WORK ONLY WITH DHS 4. Employment Authorization Document that government agencies or entities,provided it AUTHORIZATION. contains a photograph(Form 1-766)_ contains a photograph or information such as 2_ Certification of Birth Abroad issued by the 5. For a nonimmigrant alien authorized to work for name,date of birth,gender,height,eye color, Department of State(Form FS-545). a specific employer because of his or her status: and address. 3_ Certification of Birth issued by the Department of a_Foreign Passport;and 3. School ID card with a photograph State(Form DS-1360). b_Form 1-94 or Form 1-94A that has the 4. Voters registration card. 4. Original or certified copy of birth certificate issued following- 5. U.S.Military card or draft record by a State,county,municipal authority or territory (1) The same name as the passport;and 6. Military dependent's ID card_ of the United States bearing an official seal. (2) An endorsement of the alien's 7. U.S_Coast Guard Merchant Mariner Card- 5. Native American tribal document nonimmigrant status as long as that 8. Native American tribal document. 6_ U.S.Citizen ID Card(Form 1-197). period of endorsement has not yet 9. Drivers license issued by a Canadian 7. Identification Card for Use of Resident Citizen in expired and the proposed employment government authority. the United States(Form 1-179)_ is not in conflict with and restrictions or 8_ Employment authorization document issued by limitations identified on form. For persons under age 18 who are unable to present the Department of Homeland Security- 6- Passport from the Federal States of Micronesia a document listed above: (FSM) or the Republic of the Marshal Islands (RM) with Fora 1-94 or Form 1-94A indicating 10. School record or report card. nonimmigrant admission under the Compact 11. Clinic,doctor,or hospital record_ of Free Association Between the United Stated 12 Day-care or nursery school record. and FSM or RM_ The remainder of the form will he completed by the Base Registrar Person conducting Identify Proofing process and NCIC check. AGENCY DISCLOSURE STATEMENT: The public reporting burden for this collection of information,OMB 0703-OD61,is estimated to average ten(10)minutes per response,including the time for reviewing instructions,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information.Send comments regarding the burden estimate or burden reduction suggestions to the Department of Defense,Washington Headquarters Services,Executive Services,at whs_me-alex_esd.mbx_dd-dod-information-collections@ mail-mil_Respondents should be aware that notwithstanding any other provision of law,no person shall be subject to any penalty for failing to comply with a collection of information if it does not display a currently valid OMB control number. PLEASE DO NOT RETURN RESPONSE TO THE ABOVE ADDRESS. Responses should be sent to the Base Registrar. SECNAV 551211 (REV JUN 2024) C—t rofl.d by:con Page 3 of 3 CUI(when filled in) Clll Category:PRVCY LOC:FEDCON POC:Le Ron Lawrence.lemn.a.lawre—arrous—y.mil,703-HQ1-0004 / § _ I > jk wz xee a) Em z> 0- \§ §\/ E aR \}5 Ik a 2� )©@ � ) E )E m/§ / 2 k > w =0 2e @ ■2 u LD . CO \ //i ( § w a E \2 E /©� � ± o 0U) 0 k8 z /f 0 } & f§ { )\\ LU ± _ ©x 7 ± _ 2a u o�= 3 E /® ) }\/ § 2 § ( I \ <X k ; 8 $ e 7 ® ��_ ° 2 q �U u (2® § 2 2 ( ) 2 0 z C6 & 2 m # o o gu ± / { . Z m (\ £ \ \UJ � $ J E / ; +$ o E_0 \ 2 ƒ I ) LU u � % ° /a ? } \ 0 0 i ] j /euCD > D D k ) E I \/ m = 7 E « = 2 2 ° <u / o § j { [ � 2 E /_j q2 / § < � / o Z ° \ \ƒ } § � $ / � } 0 f/® E / E e eon 0 a 2k 0 \ \/f [ & ; ] 2 M / /C) 2 CL 3 2 / w �} \ k % 2 0 IL / S2W§ 2 D ) 0) ° ] � z z \ / �] } j )/ i ) 2 .. = o � CIE = 2 0 = E 0 0 moo b J / \0/- / 0 0 2 ) E / \b / \ U § § � � = / /\ U ) k \ 2 \ k ) / )\/ j LL j § / � ) / /f\ ~ E § 0 = u § §§ S0 ( \ _ % 2 ] ƒ ƒjz / E E m k ° R U - ) k k KE o 0mzi LU [ _ � u > e w< = \ LU \ § \ § j Irf m § « CL ) ) f ƒ z Z< -i ) U) E § \ � 2 2 E 0< < § & @ E f / k � { � ƒ ` \ k C 0 \/ w w* // [ / E 4) q § ( (E §� / o / / \ ) 0m ILEI EI\ \/ k w w z < _ > a N O E E O O N E O N p N 0 N D Z W p d N L v _N N � 3 � Q F o � Z O d U U) w — p co N w J O Q w a cuaf H °1 N ~ w 00 o 2 w % W 3Y a k U Co 0 AR W E o Z d p 2 0 a LL ° O O � U vi o E cn R N 2 0 m i a zik 2 ° N c co co R Q m w u o a) Q i aoo— E > 0 @ a- c0 c p w 0 Z ° � N N N N cv a) Q -6 U a�i U V R p OU (V f0 c0 (a Q to 7 LL N i E i Z = j (0 (0 f0 (B = = Z 0 E C.oQ y Z a> > > > m N w ns m m 0- N N O Z m O N Z O 0 c c c c p U O0 Y O L 0 a rn (D a� rn an ~ N= 3 a� H — — — — Q c d c c0 Q 2.2 E ° d Cl. LL R U U (6 _Z r N H > 0. O H °d O 'm c a X Z u C Z O J E V O 0 C V (n.N N ^� Q > O C - p y '3 O W 3 d m d a o� W O a N C` � p. G� rl M .�I � M "6.-I 0 N r R N N N N N Vi N cy N N H O N C � M � � II) d 2U M M M M M M M ? z C z `O L C) M M M M F N E N E O Q O C (6 a. co d N O U 0 d W,tw'Z J U a ¢R o 0 0 U« m c o C. M. OJ y -2 m � > d d s c If � ���� o c y a zz a m 0 E LL 44 02 ° d Cl) W C � I I ✓ I N � U � Q z � N (6 yp Z Py Or W W Or fir" Py Psi U z Z W- N o N C LL °X d C O C uJ N a b O W Z C N a; m E U W N Cx '" 3 ce aCi aCi 0 O N RS L7 b ad Ec � = Fy 3 a� H 6 E « i H H c > Q d y 4 R C C :C.� U O v O Y' F' O O C U U zz w w 3 z w w z5 U c7HU a .. a-._� Q NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION §77.7 Form and time of notice. (3) 25 to 1 for a horizontal distance of (a) If you are required to file notice under§77.9, 5,000 ft.from the nearest point of the nearest you must submit to the FAA a completed FAA landing and takeoff area of each heliport Form 7460-1, Notice of Proposed Construction described in paragraph (d) of this section. or Alteration. FAA Form 7460-1 is available at FAA regional offices and on the Internet. (c)Any highway, railroad, or other traverse way for mobile objects,of a height which, if adjusted (b)You must submit this form at least 45 days upward 17 feet for an Interstate Highway that is before the start date of the proposed construction part of the National System of Military and or alteration or the date an application for a Interstate Highways where overcrossings are construction permit is filed,whichever is earliest. designed for a minimum of 17 feet vertical (c) If you propose construction or alteration that is distance, 15 feet for any other public roadway, 10 also subject to the licensing requirements of the feet or the height of the highest mobile object that Federal Communications Commission (FCC), would normally traverse the road,whichever is you must submit notice to the FAA on or before greater, for a private road, 23 feet for a railroad, the date that the application is filed with the FCC. and for a waterway or any other traverse way not previously mentioned, an amount equal to the (d) If you propose construction or alteration to an height of the highest mobile object that would existing structure that exceeds 2,000 ft. in height normally traverse it,would exceed a standard of above ground level (AGL),the FAA presumes it paragraph (a)or(b)of this section. to be a hazard to air navigation that results in an (d)Any construction or alteration on any of the inefficient use of airspace.You must include following airports and heliports: details explaining both why the proposal would (1) A public use airport listed in the not constitute a hazard to air navigation and why Airport/Facility Directory, Alaska Supplement,or it would not cause an inefficient use of airspace. Pacific Chart Supplement of the U.S. (e)The 45-day advance notice requirement is Government Flight Information Publications; waived if immediate construction or alteration is (2)A military airport under construction, required because of an emergency involving or an airport under construction that will be essential public services, public health, or public available for public use; safety. You may provide notice to the FAA by any (3)An airport operated by a Federal available, expeditious means. You must file a agency or the DOD. completed FAA Form 7460-1 within 5 days of the (4)An airport or heliport with at least initial notice to the FAA. Outside normal business one FAA-approved instrument approach hours,the nearest flight service station will procedure. accept emergency notices. (e)You do not need to file notice for construction §77.9 Construction or alteration requiring or alteration of: notice. (1)Any object that will be shielded by If requested by the FAA,or if you propose any of existing structures of a permanent and the following types of construction or alteration, substantial nature or by natural terrain or you must file notice with the FAA of: topographic features of equal or greater height, and will be located in the congested area of a (a)Any construction or alteration that is more city,town, or settlement where the shielded than 200 ft. AGL at its site. structure will not adversely affect safety in air (b)Any construction or alteration that exceeds an navigation; imaginary surface extending outward and upward (2)Any air navigation facility, airport at any of the following slopes: visual approach or landing aid, aircraft arresting (1) 100 to 1 for a horizontal distance of device, or meteorological device meeting FAA- 20,000 ft. from the nearest point of the nearest approved siting criteria or an appropriate military runway of each airport described in paragraph (d) service siting criteria on military airports, the of this section with its longest runway more than location and height of which are fixed by its 3,200 ft. in actual length, excluding heliports. functional purpose; (2) 50 to 1 for a horizontal distance of 10,000 ft. from the nearest point of the nearest (3)Any construction or alteration for runway of each airport described in paragraph (d) which notice is required by any other FAA of this section with its longest runway no more regulation. than 3,200 ft. in actual length, excluding heliports. (4)Any antenna structure of 20 feet or less in height, except one that would increase the height of another antenna structure. Mail Processing Center Federal Aviation Administration Southwest Regional Office Obstruction Evaluation Group 10101 Hillwood Parkway Fort Worth, TX 76177 Fax: (817)222-5920 Website: https:Hoeaaa.faa.gov INSTRUCTIONS FOR COMPLETING FAA FORM 7460-1 PLEASE TYPE or PRINT ITEM#1. Please include the name, address and phone number of a personal contact point as well as the company name. ITEM#2. Please include the name, address and phone number of a personal contact point as well as the company name. ITEM#3. New Construction would be a structure that has not yet been built. Alteration is a change to an existing structure such as the addition of a side mounted antenna, a change to the marking and lighting, a change to power and/or frequency, or a change to the height. The nature of the alteration shall be included in ITEM #21 "Complete Description of Proposal". Existing would be a correction to the latitude and/or longitude,a correction to the height,or if filing on an existing structure which has never been studied by the FAA. The reason for the notice shall be included in ITEM#21 "Complete Description of Proposal". ITEM #4. If Permanent, so indicate. If Temporary, such as a crane or drilling derrick, enters the estimated length of time the temporary structure will be up. ITEM#5. Enter the date that construction is expected to start and the date that construction should be completed. ITEM#6. Please indicate the type of structure. DO NOT LEAVE BLANK. ITEM #7. In the event that obstruction marking and lighting is required, please indicate type desired. If no preference, check `other" and indicate"no preference" DO NOT LEAVE BLANK. NOTE: High Intensity lighting shall be used only for structures over 500'AGL. In the absence of high intensity lighting for structures over 500'AGL,marking is also required. ITEM#8. If this is an existing tower that has been registered with the FCC,enter the FCC Antenna Structure Registration number here. ITEM #9 and #10. Latitude and longitude must be geographic coordinates, accurate to within the nearest second or to the nearest hundredth of a second if known. Latitude and longitude derived solely from a hand-held G P S instrument is NOT acceptable. A hand-held GPS is only accurate to within 100 meters (328 feet) 95 percent of the time. This data, when plotted, should match the site depiction submitted under ITEM#20. ITEM#11. NAD 83 is preferred;however, latitude and longitude may be submitted in NAD 27. Also, in some geographic areas where NAD 27 and NAD 83 are not available other datum may be used. It is important to know which datum is used. DO NOT LEAVE BLANK. ITEM#12. Enter the name of the nearest city and state to the site. If the structure is or will be in a city,enter the name of that city and state. ITEM#13. Enter the full name of the nearest public-use(not private-use) airport or heliport or military airport or heliport to the site. ITEM#14. Enter the distance from the airport or heliport listed in#13 to the structure. ITEM#15. Enter the direction from the airport or heliport listed in#13 to the structure. ITEM#16. Enter the site elevation above mean sea level and expressed in whole feet rounded to the nearest foot(e.g. 17'3"rounds to 17', 17'6"rounds to 18'). This data should match the ground contour elevations for site depiction submitted under ITEM#20. ITEM#17. Enter the total structure height above ground level in whole feet rounded to the next highest foot (e.g. 17'3" rounds to 18'). The total structure height shall include anything mounted on top of the structure, such as antennas, obstruction lights, lightning rods, etc. ITEM#18. Enter the overall height above mean sea level and expressed in whole feet. This will be the total of ITEM#16+ITEM#17. ITEM#19. If an FAA aeronautical study was previously conducted,enter the previous study number. ITEM #20. Enter the relationship of the structure to roads, airports, prominent terrain, existing structures, etc. Attach an 8-1/2" x 11" non-reduced copy of the appropriate 7.5 minute U.S. Geological Survey(USGS)Quadrangle Map MARKED WITH A PRECISE INDICATION OF THE SITE LOCATION. To obtain maps, contact USGS at 1-888-275-8747 or via internet at "http://store.usgs.gov". If available, attach a copy of a documented site survey with the surveyor's certification stating the amount of vertical and horizontal accuracy in feet. ITEM#21. - For transmitting stations,include maximum effective radiated power(ERP)and all frequencies. - For antennas,include the type of antenna and center of radiation(Attach the antenna pattern,if available). - For microwave,include azimuth relative to true north. - For overhead wires or transmission lines,include size and configuration of wires and their supporting structures(Attach depiction). - For each pole/support,include coordinates,site elevation,and structure height above ground level or water. - For buildings,include site orientation,coordinates of each corner,dimensions,and construction materials. - For alterations,explain the alteration thoroughly. - For existing structures,thoroughly explain the reason for notifying the FAA(e.g.corrections,no record or previous study,etc.). Filing this information with the FAA does not relieve the sponsor of this construction or alteration from complying with any other federal, state or local rules or regulations. If you are not sure what other rules or regulations apply to your proposal,contact local/state aviation's and zoning authorities. Paperwork Reduction Work Act Statement:A fed era I agency may not conduct a sponsor,and a person is not required to respond to,nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection displays a currently va lid OMB Control Number.The OMB control number for this information collection is 2120-0001.Public reporting for this collection of information is estimated to be approximately 19 minutes per response,Including the time for reviewing instructions,searching existing data sources,gathering and maintaining the data needed,completing and reviewing the collection of Information. All responses to this collection of information are mandatory for anyone proposing construction or alteration that meets the criteria contained in 14 CFR 77.This information is collected to evaluate the effect of proposed construction or alteration on air navigation and is not confidential.Send comments regarding this burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden to:Information Collection Clearance Officer, Federal Aviation Administration,10101 Hillwood Parkway,Fort Worth,TX 76177-1524. Form 7460-1(04/20)Superseded Previous Edition Electronic Version(Adobe) NSN: 0052-00-012-0009 Privacy Act Statement(5 U.S.C.§552a,as amended):AUTHORITY:The FAA is responsible for issuing a determination based on extensive analysis completed in accordance with 49 United States Code(USG)Sections 44718.Title 14 of the Code of Federal Regulations(14 CFR),part 77 authorizes FAA to collect this information.PURPOSES):FAA will use the information provided to administer the Aeronautical Study Process.ROUTINE USE(S):I in accordance with DOT's system of records notice, DOT/ALL 16 Mailing Management System and DOT/FAA 826 Petitions for Exemption,Other than Medical Exemption-Public Dockets,the information provided may be disclosed to officials within the Federal government and the public in general. Form Approved OMB No,2120-0001 Please Type or Print on This Form Expiration Date:04/30/2023 �+ Failure To Provide All Requested Information May Delay Processing of Your Notice FOR FAA USE ONLY Aeronautical Study Number U.S.Department of Transportation Notice of Proposed Construction or Alteration Federal Aviation Administration 1. Sponsor(person,company, etc.proposing this action): o 9. Latitude: Attn.of a Name: 10. Longitude: Address: 11. Datum: ❑ NAD 83 ❑NAD 27 ❑Other 12. Nearest: City: State City: State: Zip: 13. Nearest Public-use(not private-use)or Military Airport or Heliport: Telephone: Fax: 14. Distance from#13.to Structure: 2. Sponsor's Representative(if other than#1): 15. Direction from#13.to Structure: Attn.of 16. Site Elevation(AMSL): ft. Name: 17. Total Structure Height(AGL): ft. Address: 18. Overall Height(#16+#17)(aMSL): ft. 19. Previous FAA Aeronautical Study Number(ifapplicable): City: State: Zip: -OE Telephone: Fax: 20. Description of Location: (Attach a USGS 7.5 minute Quadrangle Map with the 3. Notice of: ❑ New Construction ❑ Alteration ❑ Existing precise site marked and any certified survey) 4. Duration: ❑ Permanent ❑Temporary( months, days) 5. Work Schedule: Beginning End 6. Type: ❑ Antenna Tower ❑ Crane ❑ Building ❑ Power Line ❑ Landfill ❑Water Tank ❑ Other 7. Marking/Painting and/or Lighting Preferred: ❑ Red Lights and Paint ❑ Dual-Red and Medium Intensity ❑ White-Medium Intensity ❑ Dual-Red and high Intensity ❑ White-High Intensity ❑ Other 8. FCC Antenna Structure Registration Number(if applicable): 21. Complete Description of Proposal: Frequency/Power(kW) Notice is required by 14 Code of Federal Regulations,part 77 pursuant to 49 U.S.C.,Section 44718. Persons who knowingly and willingly violate the notice requirements of part 77 are subject to a civil penalty of$1,000 per day until the notice is received,pursuant to 49 U.S.C.,Section 46301(a) hereby certify that all of the above statements made by me are true,complete,and correct to the best of my knowledge. In addition,I agree to mark and/or light the structure in accordance with established marking&lighting standards as necessary. Date Typed or Printed Name and Title of Person Filing Notice Signature FAA Form 7460-1 (04/20)Supersedes Previous Edition NSN: 0052-00-012-0009 NASCC DEAAG Security Fence Geotechnical Engineering Report June 2, 2025 1 Terracon Project No. CD255019 Prepared for: Munoz Engineering. 1608 S. Brownlee Blvd. Corpus Christi, Texas ferracon Explore with us Nationwide ■ Facilities ■ Environmental ■ Geotechnical Terracon.com ■ Materials Ifrerracon 3606 WOW Rd. Corpus Christi, TX 78413 P (361) 420-6000 Terracon.com June 2, 2025 Munoz Engineering. 1608 S. Brownlee Blvd. Corpus Christi, Texas Attn: Mr. Ramiro Munoz, P.E. P: 361-946-4848 E: Ram@munozengrg.com Re: Geotechnical Engineering Report NASCC DEAAG Security Fence Corpus Christi, Texas Terracon Project No. CD255019 Dear Mr. Munoz: We have completed the scope of Geotechnical Engineering services for the above referenced project in general accordance with Terracon Proposal No. CD255019, dated March 27, 2025. We appreciate the opportunity to work with you on this project and look forward to contributing to the ongoing success of this project with Materials Testing services during construction. Should there be any questions, please do not hesitate to contact our office. Sincerely, Terracon (TBPELS FIRM F3272) -��of � G fotJo . Soto Luke E. Kingsbury i C..).." �'•9i1' �� Alfonso A. Soto, P.E., BC. GE, F.ASCE Senior Project Manager /I*::• *��, Senior Consultant /...:.......................... j•• ALFONSO A. SOTO j ................... 94153 .:��i� di `0NAL 06/02/2025 Facilities Environmental Geotechnical Materials Geotechnical Engineering Report NASCC DEAAG Security Fence I Corpus Christi, Texas ,, ierracon June 2, 2025 1 Terracon Project No. CD255019 Table of Contents Introduction.................................................................................................... 1 ProjectDescription.......................................................................................... 1 SiteConditions................................................................................................ 2 Geotechnical Characterization ......................................................................... 2 Groundwater................................................................................................... 3 SiteGeology.................................................................................................... 4 GeotechnicalOverview .................................................................................... 4 ShallowFoundations ....................................................................................... 4 Design Parameters - Spread/Spot Footings................................................... 5 Foundation Construction Considerations ....................................................... 5 Foundation Construction Monitoring ............................................................. 6 General Comments .......................................................................................... 6 Attachments Exploration and Testing Procedures Site Location and Exploration Plans Exploration and Laboratory Results Supporting Information Facilities i Environmental i Geotechnical i Materials i Geotechnical Engineering Report NASCC DEAAG Security Fence I Corpus Christi, Texas ,, Terracon June 2, 2025 1 Terracon Project No. CD255019 Introduction This report presents the results of our subsurface exploration and Geotechnical Engineering services performed for the proposed improvements at the Naval Air Station Corpus Christi in Corpus Christi, Texas. The purpose of these services was to provide information and geotechnical engineering recommendations relative to the project scope performed in general accordance with the scope of work outlined in our proposal dated March 27, 2025. The geotechnical engineering scope of services for this project included the advancement of twelve (12) test borings to depths ranging from approximately 10 to 15 feet below existing site grades. Two borings, B-2 and B-3, were removed from the scope prior to completion of our field program by the Navy due to an interference of the active landing strip. Drawings showing the site and boring locations are shown on the Site Location and °xploration Plan, respectively. The results of the laboratory testing performed on soil samples obtained from the site during our field exploration are included on the boring logs in the Exploration Results section. Project Description Our initial understanding of the project was provided in our proposal and was discussed during project planning. A period of collaboration has transpired since the project was initiated, and our final understanding of the project conditions is as follows: Item Description Information This report was developed based on the following information Provided provided by Mr. Munoz on February 25, 2025. with Munoz Engineering. Project The project site is located at various sections along the perimeter Description of the NAS in Corpus Christi, Texas. Proposed Structures associated with the project include a security fence Structures providing a physical security barrier and gate that will be supported on shallow foundations. Terracon should be notified if any of the above information is inconsistent with the planned construction, especially the grading limits, as modifications to our recommendations may be necessary. Facilities i Environmental i Geotechnical i Materials Geotechnical Engineering Report NASCC DEAAG Security Fence i Corpus Christi, Texas ,, ierracon June 2, 2025 i Terracon Project No. CD255019 Site Conditions The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item Description Parcel The project site is located at various sections along the perimeter Information for the NAS-CC in Corpus Christi, Texas See Site Location Existing The site is an active Navy base with daily operations throughout Improvements the facility. Current Ground Soil, grass, pavements and some brush. Cover Existing Topography The site is relatively flat. Geotechnical Characterization We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting, and our understanding of the project. This characterization, termed GeoModel, forms the basis of our geotechnical calculations and evaluation of the site. Conditions observed at each exploration point are indicated on the individual logs. The individual logs can be found in the Exploration Results and the GeoModel can be found in the Figure attachment of this report. As part of our analyses, we identified the following model layers within the subsurface profile. For a more detailed view of the model layer depths at each boring location, refer to the GeoModel. Model Layer Name General Description Layer/Stratum Poorly Graded Sand (SP), Poorly Graded 1 Sand with Silt (SP- Gray to light gray, tan; very loose to medium SM)and Silty Sand (SM) dense and Poorl1 Z Silty Clayey Sand (SC- Light gray, tan; loose to medium dense SM), Clayey Sand (SC) Facilities I Environmental I Geotechnical I Materials 2 Geotechnical Engineering Report NASCC DEAAG Security Fence I Corpus Christi, Texas ,, ierracon June 2, 2025 1 Terracon Project No. CD255019 Groundwater Groundwater generally appears as either a permanent or temporary water source. Permanent groundwater is generally present year-round, which may or may not be influenced by seasonal and climatic changes. Temporary groundwater water is also referred to as a "perched" water source, which generally develops as a result of seasonal and climatic conditions. The borings were advanced using dry drilling techniques to their full depths in an attempt to observe for the presence of subsurface water. Groundwater was observed in all of the soil borings while drilling. Groundwater levels are influenced by seasonal and climatic conditions which generally result in fluctuations in the elevation of the groundwater level over time. Therefore, the foundation contractor should check the groundwater conditions just before foundation excavation activities. Approximate Depth to Water from Existing Grade Boring ID h (feet) IN While Drilling At Completion of Drilling B-1 9.0 -- B-4 6.0 -- B-5 8.0 -- B-6 8.5 -- B-7 9.0 --- B-8 10.0 --- B-9 8.0 --- B-10 8.5 --- B-11 8.0 --- B-12 8.5 --- Seasonal variations such as amount of rainfall and runoff, climatic conditions and other factors generally result in fluctuations of the groundwater level over time. Sand layers encountered at the borings can easily transmit water after a precipitation event. Therefore, groundwater levels during construction or at other times in the life of the structure may be higher or lower than the levels indicated on the boring logs. The foundation contractor should check the groundwater conditions just before foundation excavation activities. Facilities i Environmental i Geotechnical i Materials 3 Geotechnical Engineering Report NASCC DEAAG Security Fence I Corpus Christi, Texas ,, ierracon June 2, 2025 1 Terracon Project No. CD255019 Site Geology The Corpus Christi Sheet (1975) of the Geologic Atlas of Texas published by the Bureau of Economic Geology of the University of Texas at Austin has mapped the Beaumont Formation (Qbc) of Quaternary Geologic Age at this site. The Beaumont formation consists of light- to dark-gray and bluish- to greenish-gray clay and silt, intermixed and interbedded; contains beds and lenses of fine sand, decayed organic matter, and many buried organic-rich, oxidized soil zones that contain calcareous and ferruginous nodules. Very light. gray to v. light. yellowish-gray sediment cemented by calcium carbonate present in varied forms, veins, laminar zones, burrows, root casts, nodules. Locally, small gypsum crystals present. Includes plastic and compressible clay and mud deposited in flood basins, coastal lakes, and former stream channels on a deltaic plain. Geotechnical Overview The following recommendations are based upon the data obtained from our field and laboratory programs, project information provided to us and on our experience with similar subsurface and site conditions. The recommendations, comments and suggestions in this report are provided so project drawings, documents, and specifications can be prepared and to make certain the intent of our design recommendations are achieved. Details regarding excavation, dewatering, selection of equipment/machinery, trafficability, project site safety, shoring, and other similar construction techniques requiring "means and methods" to accomplish the work is the sole responsibility of the project contractor. The contractor is responsible for development of an excavation plan, which will meet all state and federal requirements with regard to trench safety. Our comments and opinions do not relieve the contractor's responsibility to establish and maintain all aspects of site safety. The recommendations contained in this report are based upon the results of field and laboratory testing (presented in the iExploration Results), engineering analyses, and our current understanding of the proposed project. The General Comments section provides an understanding of the report limitations. Shallow Foundations The security gate may be supported on shallow foundations; however, they will need to have sufficient weight and embedment to resist the uplift and lateral loads. Facilities i Environmental i Geotechnical i Materials 4 Geotechnical Engineering Report NASCC DEAAG Security Fence I Corpus Christi, Texas ,, ierracon June 2, 2025 1 Terracon Project No. CD255019 Design Parameters - Spread/Spot Footings Item Description Bearing Stratum Undisturbed Native Soils Net Allowable Bearing Pressure 1 2,000 psf Minimum Foundation Width 12 inches Minimum embedment 3 feet below existing grades Approximate heave or total settlement About 1 inch Allowable passive pressure (FOS of 2) 120 pcf, equivalent fluid density Allowable coefficient of sliding friction (FOS 0.4 of 2) Estimated Differential Settlement About 75 percent of total settlement 1. The maximum net allowable bearing pressure is the pressure in excess of the minimum surrounding overburden pressure at the footing base elevation. The net allowable bearing pressure provided above include a factor of safety of at least 3. 2. Use of passive earth resistance require the side of the excavation for the spread footing foundation to be nearly vertical and the concrete should be placed neat against these vertical faces for the passive earth pressure values to be valid. If the loaded side is sloped or benched, and then backfilled, the allowable passive pressure will be significantly reduced. Passive resistance in the upper 12 inches of the soil profile should be neglected. The spread/spot footings can provide some uplift resistance for those structures subjected to wind or other induced structural loading. The uplift resistance of a spread footing may be computed using the effective weight of the soil above the spread footing along with the weight of the spread footing and structure. A soil unit weight of 120 pcf may be assumed for the soils placed above the footing, provided the fill is properly compacted. Foundation Construction Considerations The footing excavations should be evaluated under the observation of the Geotechnical Engineer. The base of all foundation excavations should be free of water and loose soil, prior to placing concrete. Concrete should be placed soon after excavating to reduce bearing soil disturbance. Care should be taken to prevent wetting or drying of the bearing materials during construction. Excessively wet or dry material or any loose/disturbed material in the bottom of the footing excavations should be removed/reconditioned before foundation concrete is placed. Sensitive soils exposed at the surface of footing excavations may require surficial compaction with hand-held dynamic compaction equipment prior to placing structural fill, steel, and/or concrete, as needed. Should surficial compaction not be adequate, Facilities i Environmental i Geotechnical i Materials Geotechnical Engineering Report NASCC DEAAG Security Fence I Corpus Christi, Texas r Terracon June 2, 2025 1 Terracon Project No. CD255019 construction of a working surface consisting of either crushed stone or a lean concrete mud mat may be required prior to the placement of reinforcing steel and construction of foundations. If unsuitable bearing soils are observed at the base of the planned footing excavation, the excavation should be extended deeper to suitable soils, and the footings could bear directly on these soils at the lower level or on lean concrete backfill placed in the excavations. The lean concrete replacement zone is illustrated on the sketch below. w DESIGN FOOTING LIV_L LEAN CONCRETE RECOMMENDED - EXCAVATION LEVEL iTIII IJ�: =ITI=1 I I LEAN CONCRETE BACKFILL NOTE:EXCAVATIONS ARE SHOWN VERTICAL;HOWEVER,THE SIDEWALLS SHOULD BE SLOPED AS NECESSARY FOR SAFETY Foundation Construction Monitoring The performance of the foundation system for the proposed structure will be highly dependent upon the quality of construction. Thus, we recommend that fill pad compaction and foundation installation be monitored full time by an experienced Terracon soil technician under the direction of our Geotechnical Engineer. During foundation installation, the base should be monitored to evaluate the condition of the subgrade. We would be pleased to develop a plan for compaction and foundation installation monitoring to be incorporated in the overall quality control program. Concrete design and placement should comply with the American Concrete Institute Concrete, ACI 336.1 Standard Specification for the Construction of Drilled Piers, and ACI 336.3R entitled Suggested Design and Construction Procedures for Pier Foundations. General Comments Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during Facilities i Environmental i Geotechnical i Material; Geotechnical Engineering Report NASCC DEAAG Security Fence I Corpus Christi, Texas ,, Terracon June 2, 2025 1 Terracon Project No. CD255019 pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on-site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Our services and any correspondence are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third-party beneficiaries intended. Any third-party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly effect excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety and cost estimating including excavation support and dewatering requirements/design are the responsibility of others. Construction and site development have the potential to affect adjacent properties. Such impacts can include damages due to vibration, modification of groundwater/surface water flow during construction, foundation movement due to undermining or subsidence from excavation, as well as noise or air quality concerns. Evaluation of these items on nearby properties are commonly associated with contractor means and methods and are not addressed in this report. The owner and contractor should consider a preconstruction/precondition survey of surrounding development. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. Facilities i Environmental i Geotechnical i Materials 7 Geotechnical Engineering Report erracon NASCC DEAAG Security Fence I Corpus Christi, Texas June 2, 2025 1 Terracon Project No. CD255019 Attachments Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report NASCC DEAAG Security Fence I Corpus Christi, Texas ,, Terracon June 2, 2025 1 Terracon Project No. CD255019 Exploration and Testing Procedures Field Exploration Approximate Boring Number of Borings Location Depth (feet) 8 10 Proposed Fence 2 15 Proposed Gate Location Boring Layout and Elevations: Terracon personnel provided the boring layout using handheld GPS equipment (estimated horizontal accuracy of about ±10 feet) and referencing existing site features. If elevations and a more precise boring layout are desired, we recommend borings be surveyed. Subsurface Exploration Procedures: We advance soil borings with a truck-mounted drill rig using continuous flight augers (solid stem and/or hollow stem, as necessary, depending on soil conditions). Five samples are obtained in the upper 10 feet of each boring and at intervals of 5 feet thereafter. Soil sampling is typically performed using thin-wall tube and/or split-barrel sampling procedures. In the thin-walled tube sampling procedure, a thin-walled, seamless steel tube with a sharp cutting edge is pushed hydraulically into the soil to obtain a relatively undisturbed sample. In the split barrel sampling procedure, a standard 2-inch outer diameter split barrel sampling spoon is driven into the ground by a 140-pound automatic hammer falling a distance of 30 inches. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18-inch penetration is recorded as the Standard Penetration Test (SPT) resistance value. The SPT resistance values, also referred to as N-values, are indicated on the boring logs at the test depths. The samples are placed in appropriate containers, taken to our soil laboratory for testing, and classified by a geotechnical engineer. In addition, we observe and record groundwater levels during drilling and sampling. For safety purposes, all borings were backfilled with auger cuttings and patched with asphalt after their completion. Our exploration team prepares field boring logs as part of standard drilling operations including sampling depths, penetration distances, and other relevant sampling information. Field logs include visual classifications of materials encountered during drilling, and our interpretation of subsurface conditions between samples. Final boring logs, prepared from field logs, represent the geotechnical engineer's interpretation, and include modifications based on observations and laboratory tests. Facilities i Environmental i Geotechnical i Materials Geotechnical Engineering Report �r �erracon NASCC DEAAG Security Fence I Corpus Christi, Texas June 2, 2025 1 Terracon Project No. CD255019 Site Location and Exploration Plans Contents: Site Location Plan Exploration Plan Note: All attachments are one page unless noted above. Geotechnical r I � I kcorpus 'hristi Corpus ChristiNaval Place Air Station �GUR--HLUFF .i r i mile - 19 2025 M1II icrosaft Ccxpara:ian L IF pr w f { rr - n o � a = 0 L U 7 � ` t 0 + o LL Z � w f F x y Z F I O V) oIleu_ u � o U N z a U R L L O Z p z O U a z oc u Q, _ C1 1 o C a o L J G1 C J Y u d C Z, m =u - u z a) a.) O N w W Lr) F U }i K R Q Ln O u LL N n tLu u � d U N K a+ Ufl' c� z W o Geotechnical Engineering Report �r �erracon NASCC DEAAG Security Fence I Corpus Christi, Texas June 2, 2025 1 Terracon Project No. CD255019 Exploration and Laboratory Results Contents: Boring Logs (10 pages) Note: All attachments are one page unless noted above. Geotechnical 2023-01-03 DEAAG Security Fence lFrerracon NAS-CC I Corpus Christi,TX 3606 Wow Rd Terracon Project No. CD255019 Corpus Christi,TX Boring Log No. B-1 6 Location: See Exploration Plan m Atterberg J _> a T o Limits u Latitude: 27.70710 Longitude: -97.29900 LL ccF v+� v s ro c a � � v � C7 a) m E o co U LL-PL PI a" O ,Depth Ft. POORLY GRADED SAND(SPA, dark gray to gray, dense 12-15-16 3.8 1.6 N=31 18-17-22 8.1 N=39 .4.0 POORLY GRADED SAND WITH SILT(SP-SM), gray to light gray, dense 5 11-9-5 10.5 5.3 N=14 8-9-10 21.5 NP 5.5 N=19 very loose at 8.5 feet 3-2-2 22.0 N=4 10.0 1 Boring Terminated at 10 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data(If any). 7 While drilling Buggy See Supporting Information for explanation of symbols and abbreviations. Hammer Type Automatic ZE Driller Roman Notes Advancement Method Logged by NP-Nonplastic Hollow Stem Auger Alex S. Boring Started 04-30-2025 Abandonment Method Completed g Co Boring backfilled with auger cuttings upon completion. Boring Cos Facilities I Environmental I Geotechnical I Materials 2023-01-03 DEAAG Security Fence lFrerracon NAS-CC I Corpus Christi,TX 3606 Wow Rd Terracon Project No. CD255019 Corpus Christi,TX Boring Log No. B-4 p, Location: See Exploration Plan m ,.., Atterberg J _> a T o Limits u Latitude: 27.69520 Longitude: -97.25080 LL ccF v+� v s ro c a � � v � C7 a) �m E U LL-PL PI a" O ,Depth Ft. SILTY SAND(SM), dark gray to gray, very loose to loose 1-2-3 10.4 N=5 4=N 22.6 NP 13.3 4.0 POORLY GRADED SAND(SP), dark bluish gray to gray,very loose to loose 5 1 1 1 40.8 N=2 3-4-4 24.9 NP 3.6 N=8 2-1-1 30.9 N=2 •••:•10.0 1 Boring Terminated at 10 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data(If any). 7 While drilling Buggy See Supporting Information for explanation of symbols and abbreviations. � At completion of drilling Hammer Type Automatic Driller Roman Notes Advancement Method Logged by NP-Nonplastic Hollow Stem Auger Alex S. Boring Started 04-30-2025 Abandonment Method Completed g Co Boring backfilled with auger cuttings upon completion. Boring Cos Facilities I Environmental I Geotechnical I Materials 2023-01-03 DEAAG Security Fence lFrerracon NAS-CC I Corpus Christi,TX 3606 Wow Rd Terracon Project No. CD255019 Corpus Christi,TX Boring Log No. B-5 p, Location: See Exploration Plan m ,.., Atterberg J _> a T o Limits u Latitude: 27.69350 Longitude:-97.24610 LL ccF v+� v s ro c a � � v � C7 a) m E o co U LL-PL PI a" O Depth Ft. POORLY GRADED SAND WITH SILT(SP-SM), dark gray to gray, loose to medium dense 2-3-5 9.5 23-19-4 8.4 N=8 6-9-9 10.4 N=18 5 6-9-8 2 N=17 1.9 6-5-2 24.1 NP 8.9 maxN=7 V very loose at 8.5 2-2-2 25.0 N=4 10.0 1 Boring Terminated at 10 Feet 0-- X See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data(If any). 7 While drilling Buggy See Supporting Information for explanation of symbols and abbreviations. Hammer Type Automatic ZE Driller Roman Notes Advancement Method Logged by NP-Nonplastic Hollow Stem Auger Alex S. Boring Started 04-30-2025 Abandonment Method Completed g Co Boring backfilled with auger cuttings upon completion. Boring Cos Facilities I Environmental I Geotechnical I Materials 2023-01-03 DEAAG Security Fence lFrerracon NAS-CC I Corpus Christi,TX 3606 Wow Rd Terracon Project No. CD255019 Corpus Christi,TX Boring Log No. B-6 p, Location: See Exploration Plan m ,.., Atterberg J _> a T o Limits u Latitude: 27.68950 Longitude:-97.24410 LL ccF v+� v s ro c a � � v � C7 a) m E o co U LL-PL PI a" O ,Depth Ft. SILTY SAND(SM), gray to light gray, loose to medium dense 2-2-7 4.3 N=9 8-7-7 N=14 9.3 NP 15.6 5 5-5-6 9.0 N=11 6.0 POORLY GRADED SAND WITH SILT(SP-SM), light gray to brown, loose 5-5-4 7.2 N=9 3-3-4 19.8 NP 8.2 N=7 1 13.5 CLAYEY SAND(SC), dark gray, loose,with shell fragments 2-2-4 25.5 ZS-18 7 19.9 15.0 15-- X N=6 Boring Terminated at 15 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data(If any). 7 While drilling Buggy See Supporting Information for explanation of symbols and abbreviations. Hammer Type Automatic ZE Driller Roman Notes Advancement Method Logged by NP-Nonplastic Hollow Stem Auger Alex S. Boring Started 04-30-2025 Abandonment Method Completed g Co Boring backfilled with auger cuttings upon completion. Boring Cos Facilities I Environmental I Geotechnical I Materials 2023-01-03 DEAAG Security Fence lFrerracon NAS-CC I Corpus Christi,TX 3606 Wow Rd Terracon Project No. CD255019 Corpus Christi,TX Boring Log No. B-7 6 Location: See Exploration Plan m Atterberg J _> a T o Limits u Latitude: 27.69180 Longitude:-97.24910 LL ccF v+� v s ro c a � � v � C7 a) m E o co U LL-PL PI a" O ,Depth Ft. POORLY GRADED SAND(SP), light gray to tan, loose to medium dense 1-2-4 4.4 NP 4.5 N=6 4-5-5 5.9 N=10 .4.0 POORLY GRADED SAND WITH SILT(SP-SM), light gray to tan, loose to medium dense 5 355 10.7 NP 16.7 N=10 1-2-2 15.2 N=4 with shell fragments at 8.5 2-3-3 20.7 NP 16.0 N=6 10.0 1 Boring Terminated at 10 Feet 0__ X See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data(If any). 7 While drilling Buggy See Supporting Information for explanation of symbols and abbreviations. Hammer Type Automatic ZE Driller Roman Notes Advancement Method Logged by NP-Nonplastic Hollow Stem Auger Alex S. Boring Started 04-30-2025 Abandonment Method Completed g Co Boring backfilled with auger cuttings upon completion. Boring Cos Facilities I Environmental I Geotechnical I Materials 2023-01-03 DEAAG Security Fence lFrerracon NAS-CC I Corpus Christi,TX 3606 Wow Rd Terracon Project No. CD255019 Corpus Christi,TX Boring Log No. B-8 p, Location: See Exploration Plan m ,.., Atterberg J _> a T o Limits u Latitude: 27.69320 Longitude: -97.25330 LL ccF v+� v s ro c a � � v � C7 a) m E o co U LL-PL PI a" O ,Depth Ft. SILTY CLAYEY SAND(SC-SM), brown to tan, loose 3-3-4 13.8 N=7 4-4-4 12.2 22-16-6 18.5 N=8 •'�•4.0 SILTY SAND(SM),tan to light gray, medium dense X 5 3-5-7 4.9 N=12 13=N 14.1 NP 14.3 13 loose at 8.5 feet 6-3-4 24.2 =X N=7 10.0 1 Boring Terminated at 10 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data(If any). 7 While drilling Buggy See Supporting Information for explanation of symbols and abbreviations. � At completion of drilling Hammer Type Automatic Driller Roman Notes Advancement Method Logged by NP-Nonplastic Hollow Stem Auger Alex S. Boring Started 04-29-2025 Abandonment Method Completed g Co Boring backfilled with auger cuttings upon completion. Boring Cos Facilities I Environmental I Geotechnical I Materials 2023-01-03 DEAAG Security Fence lFrerracon NAS-CC I Corpus Christi,TX 3606 Wow Rd Terracon Project No. CD255019 Corpus Christi,TX Boring Log No. B-9 p, Location: See Exploration Plan m ,.., Atterberg J _> a T o Limits u Latitude: 27.68320 Longitude: -97.26010 LL ccF v+� v s ro c a � � v � C7 a) m E o co U LL-PL PI a" O Depth Ft. POORLY GRADED SAND WITH SILT(SP-SM), gray to light gray, loose to medium dense 2-3-3 8.1 N=6 5-10-12 10.3 6.0 N=22 5 10 10 11 1 N=21 9.6 max7-12-13 22.7 NP 6.4 N=25 465 22.9 NP 7.1 N=11 10.0 1 Boring Terminated at 10 Feet 0-- X See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data(If any). 7 While drilling Buggy See Supporting Information for explanation of symbols and abbreviations. Hammer Type Automatic ZE Driller Roman Notes Advancement Method Logged by NP-Nonplastic Hollow Stem Auger Alex S. Boring Started 04-29-2025 Abandonment Method Completed g Co Boring backfilled with auger cuttings upon completion. Boring Cos Facilities I Environmental I Geotechnical I Materials 2023-01-03 DEAAG Security Fence lFrerracon NAS-CC I Corpus Christi,TX 3606 Wow Rd Terracon Project No. CD255019 Corpus Christi,TX Boring Log No. B-10 p, Location: See Exploration Plan m ,.., Atterberg J _> a T o Limits u Latitude: 27.68150 Longitude: -97.26090 LL ccF v+� v s ro c a � � v � C7 a) m E o co U LL-PL PI a" O ,Depth Ft. POORLY GRADED SAND(SP), light brown to gray, loose 1-3-3 4.1 N=6 2-4-5 5.0 4.3 N=9 .4.0 POORLY GRADED SAND WITH SILT(SP-SM),tan to light gray, medium dense 5 4-5-9 15.3 N=14 477 21.1 NP 10.6 N=14 7-9-9 22.3 N=18 1 loose at 13.5 334 23.1 NP 8.1 N=7 15.0 1 Boring Terminated at 15 Feet 5-- X See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data(If any). 7 While drilling Buggy See Supporting Information for explanation of symbols and abbreviations. Hammer Type Automatic ZE Driller Roman Notes Advancement Method Logged by NP-Nonplastic Hollow Stem Auger Alex S. Boring Started 04-29-2025 Abandonment Method Completed g Co Boring backfilled with auger cuttings upon completion. Boring Cos Facilities I Environmental I Geotechnical I Materials 2023-01-03 DEAAG Security Fence lFrerracon NAS-CC I Corpus Christi,TX 3606 Wow Rd Terracon Project No. CD255019 Corpus Christi,TX Boring Log No. B-11 6 Location: See Exploration Plan m Atterberg J _> a T o Limits u Latitude: 27.68010 Longitude: -97.2630° � F v+� v LL rov � c C7 0 co U LL-PL PI a" O Depth Ft. POORLY GRADED SAND WITH SILT(SP-SM), light brown,very loose 1-2-2 8.5 NP 6.6 N=4 2.0 POORLY GRADED SAND(SP), loose to medium dense 1-4-4 N=8 16.2 5 5-5-5 N=10 5.7 NP 2.0 :'.6.0 POORLY GRADED SAND WITH SILT(SP-SM), light brown, very loose M�x1-2-2 23.9 N=4 1 1 1 22.4 8.8 N=2 10.0 1 Boring Terminated at 10 Feet 0-- X See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data(If any). 7 While drilling Buggy See Supporting Information for explanation of symbols and abbreviations. At completion of drilling Hammer Type Automatic im Driller Roman Notes Advancement Method Logged by NP-Nonplastic Hollow Stem Auger Alex S. Boring Started 04-29-2025 Abandonment Method Completed g Co Boring backfilled with auger cuttings upon completion. Boring Cos Facilities I Environmental I Geotechnical I Materials 2023-01-03 DEAAG Security Fence lFrerracon NAS-CC I Corpus Christi,TX 3606 Wow Rd Terracon Project No. CD255019 Corpus Christi,TX Boring Log No. B-12 p, Location: See Exploration Plan m ,.., Atterberg J _> a T o Limits u Latitude: 27.70490 Longitude: -97.30140 LL ccF v+� v s ro c a � � v � C7 a) m E o co U LL-PL PI a" O Depth Ft. CLAYEY SAND(SQ,tan to gray, loose to medium dense 5-4-6 3.3 N=10 3-3-3 16.5 29-13-16 34.3 N=6 -fat clay seams at 4 feet X 5 3-3-3 27.0 58-23-35 54.7 N=6 • 6.0 CLAYEY SAND(SQ, light gray, loose 3-3-3 26.7 N=6 3-4-3 23.1 25-17-8 15.4 N=7 10.0 1 Boring Terminated at 10 Feet 0-- X See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data(If any). 7 While drilling Buggy See Supporting Information for explanation of symbols and abbreviations. At completion of drilling Hammer Type Automatic im Driller Roman Notes Advancement Method Logged by NP-Nonplastic Hollow Stem Auger Alex S. Boring Started 04-30-2025 Abandonment Method Completed g Co Boring backfilled with auger cuttings upon completion. Boring Cos Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report �erracon NASCC DEAAG Security Fence I Corpus Christi, Texas June 2, 2025 1 Terracon Project No. CD255019 Supporting Information Contents: General Notes Unified Soil Classification System Note: All attachments are one page unless noted above. Facilities I Environmental I Geotechnical I Materials w rerracon 3606 Wow Rd Corpus Christi,TX General Notes Sampling Water Level T Field Tests N Standard Penetration Test Water Initially Resistance(Blows/Ft.) Encountered 'Shelby ®S litS Spoon (HP) Hand Penetrometer Tube p p Water Level After a Specified Period of Time Water Level After (T) Torvane V a Specified Period of Time gm Cave In (DCP) Dynamic Cone Penetrometer Encountered Water levels indicated on the soil boring logs are the UC Unconfined Compressive Strength levels measured in the borehole at the times indicated. Groundwater level variations will occur over (PID) Photo-Ionization Detector time. In low permeability soils, accurate determination of groundwater levels is not possible with short term water level observations. (OVA) Organic Vapor Analyzer Descriptive Soil Classification Soil classification as noted on the soil boring logs is based Unified Soil Classification System. Where sufficient laboratory data exist to classify the soils consistent with ASTM D2487"Classification of Soils for Engineering Purposes"this procedure is used.ASTM D2488"Description and Identification of Soils(Visual-Manual Procedure)" is also used to classify the soils, particularly where insufficient laboratory data exist to classify the soils in accordance with ASTM D2487. In addition to USCS classification, coarse grained soils are classified on the basis of their in-place relative density, and fine-grained soils are classified on the basis of their consistency. See"Strength Terms"table below for details. The ASTM standards noted above are for reference to methodology in general. In some cases, variations to methods are applied as a result of local practice or professional judgment. ■ Location And Elevation Notes Exploration point locations as shown on the Exploration Plan and as noted on the soil boring logs in the form of Latitude and Longitude are approximate. See Exploration and Testing Procedures in the report for the methods used to locate the exploration points for this project. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead,the surface elevation was approximately determined from topographic maps of the area. Strength Terms Relative Density of Coarse-Grained Soils Consistency of Fine-Grained Soils (More than 50% retained on No. 200 sieve.) (50%or more passing the No. 200 sieve.) Density determined by Standard Penetration Consistency determined by laboratory shear strength testing,field visual-manual Resistance procedures or standard penetration resistance Standard Penetration or Unconfined Compressive Strength Standard Penetration or Relative Density N-Value Consistency Qu(tsf) N-Value (Blows/Ft.) (Blows/Ft.) Very Loose 0-3 Very Soft less than 0.25 0- 1 Loose 4-9 Soft 0.25 to 0.50 2-4 Medium Dense 10-29 Medium Stiff 0.50 to 1.00 4-8 Dense 30-50 Stiff 1.00 to 2.00 8- 15 Very Dense > 50 Very Stiff 2.00 to 4.00 15- 30 Hard > 4.00 > 30 Relevance of Exploration and Laboratory Test Results Exploration/field results and/or laboratory test data contained within this document are intended for application to the project as described in this document. Use of such exploration/field results and/or laboratory test data should not be used independently of this document. Facilities I Environmental I Geotechnical 1 mazeriais Geotechnical Engineering Report kierracon NASCC DEAAG Security Fence I Corpus Christi, Texas June 2, 2025 1 Terracon Project No. CD255019 Unified Soil Classification System Criteria for Assigning Group Symbols and Group Names Using Soil Classification Laboratory Tests A Symbol Group Name s Gravels: Clean Gravels: Cu>_4 and 1<_Cc<_3 E GW Well-graded gravel F More than 50% of Less than 5% fines c Cu<4 and/or [Cc<1 or Cc>3.0] E GP Poorly graded gravel F coarse fraction Fines classify as ML or MH GM Silty gravel retained on No. 4 F,c," Gravels with Fines: Coarse-Grained Soils: sieve More than 12% fines c Fines classify as CL or CH GC Clayey gravel F,G,H More than 50% retained on No. 200 sieve Cu>_6 and 1<_Cc<_3 E SW Well-graded sand I Sands: Clean Sands: 50% or more of Less than 5% fines ° Cu<6 and/or [Cc<1 or Cc>3.0] E Sp Poorly graded sand I coarse fraction Fines classify as ML or MH SM Silty sand c,",I passes No. 4 sieve Sands with Fines: More than 12% fines D Fines classify as CL or CH Sc Clayey sand G,",I PI > 7 and plots above"A" line ' CL Lean clay K,L,M Silts and Clays: Inorganic: PI < 4 or plots below"A" line ' ML Silt K,L,M Liquid limit less than LL oven dried organic clay K,L,M," 50 Organic: <0.75 OL Organic silt K,L,M,o Fine-Grained Soils: LL not dried 50% or more passes the No. 200 sieve PI plots on or above"A"line CH Fat clay K,L,M Silts and Clays: Inorganic: PI plots below"A" line MH Elastic silt K,�,M Liquid limit 50 or more Organic: LL oven dried Organic clay K,L,M,P <0.75 OH LLnotdried Organic silt K,L,M,Q Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat A Based on the material passing the 3-inch (75-mm) sieve. "If fines are organic, add "with organic fines"to group name. B If field sample contained cobbles or boulders, or both, add "with I If soil contains >_ 15% gravel, add"with gravel"to group name. cobbles or boulders, or both"to group name. ' If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. c Gravels with 5 to 12% fines require dual symbols: GW-GM well- K If soil contains 15 to 29% plus No. 200, add"with sand"or"with graded gravel with silt, GW-GC well-graded gravel with clay, GP-GM gravel,"whichever is predominant. poorly graded gravel with silt, GP-GC poorly graded gravel with clay. I If soil contains >_ 30% plus No. 200 predominantly sand, add D Sands with 5 to 12%fines require dual symbols: SW-SM well-graded "sandy"to group name. sand with silt, SW-SC well-graded sand with clay, SP-SM poorly M If soil contains >_ 30% plus No. 200, predominantly gravel, add graded sand with silt, SP-SC poorly graded sand with clay. Igravelly"to group name. E Cu = Deo/Dio Cc = (Dgp)2 "PI >_ 4 and plots on or above"A"line. °PI < 4 or plots below"A" line. D,,x D. P PI plots on or above"A"line. r If soil contains >_ 15% sand, add"with sand"to group name. Q PI plots below"A" line. If fines classify as CL-ML, use dual symbol GC-GM, or SC-SM. 60 1 —1 1 , For classification of fine-grained soils and fine-grained fraction 50 of coarse-grained soils vie r Equation of"A"-line o- , w Horizontal at PI=4 to LL=25.5. X 40 then PI=0.73(LL-20) pEquation of"U"-line Z Vertical at LL=16 to PI=7, >- 30 then PI=0.9(LL-8) c 20 Q MH or OH 10 7 L-ML 4 - ML or OL 0 0 10 16 20 30 40 50 60 70 80 90 100 11 LIQUID LIMIT(LL) Facilities Environmental Geotechnical I Materials . . JOB SUMMARY REPORT Order Number: Work Order#762584 job Date: Mar 20,2025 12:59:00 PM Customer: 150421 MUNOZ Billing Address: MUNOZ ENGINEERING ENGINEERING 1608 S. Brownlee Blvd corpus christi TX 78404 United States JOB DETAILS Jobsite Location NAS-CORPUS CHRISTI, CORPUS CHRISTI,Texas Work Order Number Work Order#762584 Job Number PO Number GPRS Project Manager: Brandon Fox Thank you for using GPRS on your project.We appreciate the opportunity to work with you.If you have questions regarding the results of this scanning, please contact the lead GPRS project manager on this project. EQUIPMENT USED The following equipment was used on this project: • Underground GPR Antenna: This GPR Antenna uses frequencies ranging from 250 MHz to 450 MHz and is mounted in a stroller frame that rolls over the surface. Data is displayed on a screen and marked in the field in real time.The surface needs to be reasonably smooth and unobstructed to obtain readable scans. Obstructions such as curbs, landscaping, and vegetation will limit the efficacy of GPR.The total effective scan depth can be as much as 8'or more with this antenna but can vary widely depending on the soil conditions and compposition. Some soil types, such as clay, may limit maximum depths to 3' or less.As depth increases, targets must be larger to be detected, and non-metallic targets can be challenging to locate.The depths provided should always be treated as estimates as their accuracy can be affected by multiple factors. For more information, please visit: Link • EM Pipe Locator: Electromagnetic Pipe and Cable Locator. Detects electromagnetic fields. Used to actively trace conductive pipes and tracer wires, or passively detect power and radio signals traveling along conductive pipes and utilities. For more information, please visit: Link • GPS: This handheld unit offers accuracy down to 4 inches; however, the accuracy achieved will depend on the satellite environment at the time of collection and is not considered survey-grade. Features can be collected as points, lines, or areas and then exported as a KML/KMZ or overlaid on a CAD drawing. For more information, please visit:link 1 of 22 . . JOB SUMMARY REPORT WORK PERFORMED UNDERGROUND UTILITY Client Provided Drawings Yes Client completed 811 locate request No Scope of Work NAS Corpus Christi-scanned multiple areas throughout the facility for a new fence to be installed. GPRS scanned 10'each side of the proposed fence path where possible,and in many areas only interior side of the fence could be accessed and scanned. GPR scan path was 20 ft wide starting from the fence working inwards.Scanned recorded and marked all underground utilities and lines. Trenching/Linear Scan(ft) 13,500 Approximate GPR Effective Depth(ft) 2.5 Utilities Located - Electric -Communication -Storm Sewer -Unknown Utilities NOT Located -Water - Fiber Optic Details on Non-locatable Utilities GPRS could not locate water lines due to limitations: no tracer wire available, pvc plastic like material which were non conductive lines, and radar depth being limited lines likely deeper than radar max capability. Limitations Encountered - Restricted access -Area not accessible to be scanned -Overgrown vegetation - RF interference Limitations Encountered-Other Some sections of exterior fence not accessible.Some sections of fence/base had heavily restricted access.In some instances only one side of the fence could be scanned. Old,cut,and/or abandoned utility features present around scope. Marking Medium Spray Paint - Flags Results Notes Used EM/GPR to scan areas outlined by client. Scope was to scan 13,500 ft of fence area, marking out any underground utilities or lines found and recording the findings with GPS. Note: GPRS is not a replacement for One Call/811 as we are private locate company. 811 had not been called/used prior, please use 811 /One Call to locate all public in conjunction to GPRS,especially for any potential fiber optic lines and water. **WATER CROSSES FENCE AT SOME POINT IN THE PRIORITY 1 AREA-GPRS could not verify 811 marks or locate water dude to the limits listed above.Advise to hand dig or hydro to find water before construction begins***. Scan area was 20 ft wide, interior side of property from the fence inwards.Areas in which both sides of the fence were reasonably accessible it was scanned on both sides. 2 of 22 . . JOB SUMMARY REPORT Grounding- multiple grounding wires were found in scope.These did not trace outwards due to proximity limits-marked no trace. grounding wires in close proximity to fence.(Typically grounding is not a utility/feature located during our scans however the ones found on this project were recorded for client by their request.) Limits: GPR was limited to 2-3 ft on average.Some areas allowed for deeper penetration up to 4.5 ft however GPR data was very poor in some areas where visibility was 1 ft or less. This significantly low visibility/poor data was due to site conditions(high soil dielectric)and other factors(overgrown vegetation/terrain,tight spaces etc.) Fence can cause a high degreee of interference when scanning passive with EM in close proximity.Space within 2 feet of fence line will cause significant reactions/ interference when passive scanning with EM. Restricted access at the North West gate gate.The runway section of fence line was accessed from interior and scanned inside the base and outside on the public side-however one portion of the red line scope showed a north and south section of fence that includes the large GATE and goes to to the water.This CLOSED guarded and barricaded on both side and secondary gate further in the military side restricts access from inside.The gate also restricts access from outside. Not able to enter obtain access. Electric feature for old site light found near fence was not directly traced as it was other side however GPRS was able to locate where it crosses fence using passive induction. Old cut conduits outside scope are not active but used to have this old line run across fence to it at 1 ft-this line crosses fence and then TURNS to follow fence line to the pole/box area about 20 ft away. GPRS was not able to paint mark access this directly due to site restriction but was able to mark where the line actually crossed the fence.(Old light pole/electric box area marked/recorded as NO TRACE due to being non active and have limiting access). Non-conductive lines that could not be traced with EM were not able to be seen with radar in some areas. Concrete storm lines that my deeper than radar can see seen visually around scope may not be traceable due to conductivity issues. GPRS advises to hand dig around any features that couldn't be traced,such as water,to find where line crosses fence before construction begins(if needed). Findings: Some old electrical site lighting found at 0-1 ft near fence.Additional lines found crossing fence in multiple areas at 2-3 ft Storm lines and features were found and traced crossing fence in multiple areas. GPR, surface features and line of sight used to mark lines, in some instances these were beyond depth capability and GPR has noted those on the ground and on the map Communication line found outside fence at 2-3 ft old ATT lines on public site going to manhole pedestal area-pedestal was cut and lines appeared to be non-active. Not found to cross the fence however the unknown line marked could also be cable or internet related 3 of 22 . . JOB SUMMARY REPORT Unknown lines were marked in pink when scanning passively and marked out with EM and GPR at various depths.Some passive lines found at 0-1 ft cross fence other lines found at 1-3 ft marked pink paint and flagged. No depth found on multiple lines due to locate method Some unknown lines were traced until ended abruptly. Recorded/Marked as EOI- EOI mark———>?An arrow+question mark-used where a trace ends or is lost. (*EOI points are areas the trace of a line was lost,where it ended.This was marked on ground with an arrow and question mark and recorded on the map with an X icon) Some lines were only partially located or trace ended abruptly due to limitations: an EOI point was used to mark where these lines stopped. Recorded on map X icon/on ground with arrow and question mark. LT marked on ground to indicate "lost trace".Surface features that did not trace marked NT. No trace. Not found: Some utility features could not be located due to limitations listed above. Material of these lines that may be plastic/PVC-not conductive lines-can only be found with GPR.Water hydrants,and manholes included. Fiber optic related lines in proximity to scope with no tracer wires for example could not be directly traced. Advise to hand dig 360 degrees around these or hydro scan area to verify where they enter fence before work begins. Any potential fiber optic lines in area likely would not be traced due to GPR limits and low conductivity-GPR highly advised using 811 /One Call to locate. Particularly for any potential water or fiber optic lines as they are not conductive and are mainly traced out by the 811 markers. Old abandoned cut not lines and utility features found around scope-traced where possible but any old abandoned cut or non active lines may not be able to be traced. *NT marked on ground for features that were recorded as"No Trace". Note:Any poly, plastic, PVC,fiber optic non-conductive type lines in area without tracer wires, no surface features beyond GPR ability may be at risk of not being located due to these site Limitations. ***Restricted fence area northwest gate***ACCESS was obtain to scan connecting to the electrical features on that side-the guards let me scan until 5pm and then closed the gate. Electrical line found crossing fence at 0-1 ft depth connecting to other line found. Site light no trace... not able to be clamped and proximity to fence and other features did not allow for induction. Not active line did not allow for passive.I social box not traced Goes recommends to hand dig this see if necessary due to limitations with the locate both restricted access and the features themselves not all tracing-some are old and abandoned. 4 of 22 . . JOB SUMMARY REPORT Please call 811 to have the base mark any pertinent lines in this area as well. Passive scans with GPR and EM completed around area- no additional findings. Paint and flags used to mark lines found-note: RUNWAY AREA flags are prohibited, only paint was used. All findings collected and recorded with GPS.See photos and site map for more details. CAD will be sent separately upon completion, please allow 4-5 business days for processing. Advise to read this report in conjunction with the site map. 5 of 22 JOB SUMMARY REPORT SUPPLEMENTAL INFORMATION COMMON 1LIMITATIONS There are many limitations . locating with several more common examples ed OF {fit, r MARKINGS: GPR IS NOT FULLY Single Line = Utility center EFFECTIVE WITHIN 2' OF: Double Lines = Possible duct bank, wide line, or margin •Curbs added (Note: the edges of a duct bank are not indicated) •Buildings Always dig with care, and pothole findings before •Dense Foliage digging within 2'. •Other Obstructions . . JOB SUMMARY REPORT JOBSITE IMAGES r Jobsite Photo#1 Jobsite Photo#2 7 of 22 . . JOB SUMMARY REPORT m f } r. a. r ref t �a VF' : ,✓ � .-+� "'i ai Jobsite Photo#3 / f r a+ Jobsite Photo#4 8 of 22 . . JOB SUMMARY REPORT vtr d 1} � k • S �. j Jobsite Photo#5 Ilk�4&31. t:Ti '' t3t 'Kj Jobsite Photo#6 9 of 22 . . JOB SUMMARY REPORT pill 4d^ rYA ;� Jobsite Photo#7 Jobsite Photo#8 10 of 22 . . JOB SUMMARY REPORT t ,•• r Y Jobsite Photo#9 3 � d - Y # Jobsite Photo#10 11 of 22 . . JOB SUMMARY REPORT �s Jobsite Photo#11 ° s" t `m Jobsite Photo#12 12 of 22 . . JOB SUMMARY REPORT 41 r m-, it �� �'� � ..• �`i�_�.r. � a Jobsite Photo#13 l ,fir `�'✓� a �_"�y y��:� � d*�iay�'�re'tR, f.* „,���,�ti;. �` �; Jobsite Photo#14 13 of 22 . . JOB SUMMARY REPORT �1 1 � II '�{{�i'3y .'^^.lit, �F� �•s` ` '- � - � Jobsite Photo#15 t P N F- 1A > a € Jobsite Photo#16 14 of 22 GPRS _ E ` f. 7 � 1 •• 9 • • P � , y GPRS IWO y q,� vf------i w; ww7U= �a r a :ea" GPRS Ago 0 JAW" via ON LAI OWN AA 9-1 MGM magg q� �+is®;i•+ :d+++++i+++++�e�°rig, z �� a 4 s Rv c GPRS — a ^, i �it��jr�B� �A -�' �•�i' �'�����rOr was w all ., 'lStii r144i�M♦ J 4�e�4�it�G�i,IIIII�L:1' t ---_ tea,.,,urY• GPRS +� �� � ,�� ,,�.r ysm aeh,o+ � yA �+��♦i®�m'��11111♦♦ 00 o trtd v Y,PA � i a t l�rotg,•s+,pilvya��pw �yp;¢,�� 1 � ,,�.s�<7-� e . S` Wyk 00, 41 4 75, ofjj� ,I • • •• • • • GPRS c��e !�T♦�iti�i�iiii�i1i1i1G1i1i������1�1♦♦i1i11111111111 ♦ �1j♦1 �Ci •NN•��>r.�� ,+� F�•♦.♦.♦..♦.♦.♦.1.1.1.1.1111♦1♦11111♦11111♦1111111�111 f� � 1 MIN-VII&FROM���� NI' . . JOB SUMMARY REPORT a GATE CLOSED Jobsite Photo#29 Jobsite Photo#30 21 of 22 . . JOB SUMMARY REPORT CONTACT/ SIGNATURE INFORMATION Contact Information Contact Name Ramiro Munoz Email ram@munozengrg.com TERMS & CONDITIONS http://www.gprsinc.com/termsandconditions.htmi 22 of 22 2 x 2 co CO z - 0 C-) 0 => I �zooz Z owo 8 z Ile-2� 0 EOIME]06*6;� i 'f7 ME PFI r. liq N00=3 06, C/) 13 ID ID o 0 o C(o co Iz rn� '�5L, CO z Lf 0 I I z -, F , UJ .... .... Eol ME O ol 1-3 El El 0 0 o: ir. NOOM3 2 06, :.` ` - ° ` ` \ / \ ` � \ \ \ \ \ \ § \ } f > © ®a( ) : 13 ID ID o 0 o C(o co lz L, z 2 Lf CO 0 I I z -, F 0 , , 2 } \\ / . , 0 0 0 0 �. . / \ /^^ \ \ � \ . . \ \ \ � \ ` �/ \ �® . � � � . � \ \ \ \d �\\�1 � � \\ \� ���`�* \\�C\ �/\/ . . - � �/ } ` : ( . 55 /� . . \ �\/ 3 .�. . � . . NOU=3 c 0 li► mma© i r i f o o°N w a w <�w w� <I j f.. za ��LL aa oNz N 2 LL o mg LLa t w Y o �w � ------------------ ----- _ •�ry I w l -- �= I ;, ��� yam �w ,• �. I Qua I I • o�aowwm : , I I o�zm Y+ f. o . j' i7•� ate? � � w•' • Ogw°z I I a°pwt • Y�. Q 1Ww � v°/It°i1 I e/ c 0 li► mma©x . 1 1 a I 1 + I I 1 I , I I ' 1 1 I I ' 1 1 I I 1 1 - - 1 I I 1 i I ¢ 1 1 I � Y • - y 1 I _ • '+ Y• "i I I .F ova 1 I _ . .• ,*' .,,,, -,_ + Qom I I I t�x Cf: t•� 4. .�FN 1 1' 1 4 �:. i •.tom ��,:. 2 06, x W C/) 13 ID ID o 0 o C(o co Iz CO z 2 Lf 0 0 I I z -, F , , UJ Wz 0 .... .... Eol ME O ol 1-3 El El 0 0 "Ar 00 NOU=3 c 0 li► ®mom ®o® CL ca • mnamma©x . < c _ st,• ♦ \ w \ \ \ \ iogte\ \ Mw �!. .\ � ♦ coo°' . \ b / / Y (( a iy �`� �� � _ - wok � / � � - • :A r i 06, ID ID ID o m o C(o co wzMo CO z Lf I I z UJ 0 0 0 0 . . . I 4.it a , A.- ,C)O aAlU0ENO\U3EIS EOAU8\SdESnV0 2 06, :.` ` �- ° ` ` \ / \ ` � \ \ \ \ \ \ � § \ } f > © ®a( ) : C/) co Iz L, z 2 Lf CO 0 0 2 I I z -, F , , } \\ / � , 0 .... .... Eol MO Eol 1-3 El El 0 0 NOU=3 VNM�UVO�AMLSIOEM�&SUdO aAlUUENO\U3EIS EOAU8\SdESnV0 06, P, C/) co W -- 0 - 0 .I -Z 6 CO z UJ z 0 0 0 t. EIMEI A c 0 li► ®mom ®o® CL ca • mnamma© _ . .a op �1♦ /r / ^ 4. •� // • - // // � 1. • . , j • .�•/.!// ^ . � • t �' �y yam' ,• - n 2 06, x W P, C/) co Iz CO z 2 Lf 0 0 I I z -, F , , UJ Wz 0 .... .... Eol ME O ol 1-3 El El 0 0 '' may' � �`` dt NOU=3 2 06, x W P, C/) co -W 0= Iz CO z 2 Lf 0 0 I I z -, F , , UJ Wz 0 .... .... Eol ME O ol 1-3 El El 0 0 i. le NOU=3 2 06, x W P, C/) co -W 0= Iz CO z 2 Lf 0 0 I I z -, F , , UJ Wz 0 .... .... Eol ME O ol 1-3 El El 0 0 NOU=3 2 06, x W co Iz CO z 2 Lf 0 0 I I z -, F , , UJ Wz 0 000 0 . . . I r7l M rl tF W Wrw cl NOU=3 2 06, x W P, C/) co Iz CO z 2 Lf 0 0 I I z -, F , , UJ Wz 0 .... .... Col ME O ol C-3 El El 0 0 At Y MIT" NOU=3 2 06, x W P, C/) co -W 0= Iz CO z 2 Lf 0 0 I I z -, F , , UJ Wz 0 .... .... Eol ME O ol 1-3 El El 0 0 Aikiv NOU=3 2 06, x W P, C/) co 0 g-W . w�Mo CO z 2 5 0— I I z IWz '2� z boa 0 ol Oo �ol .... .... E M El 13 El ol El 0 0 19 L NOU=3 aAlU0ENO\U3EIS EOAU8\SdESnV0 c 0 li► mma©x . • I o t o � a I' j r ' xx�x LLz I c��rcoo�o a 5o�dc��c�i 3waN� \� Lo o� _ •g� q I ,.jjANA i�od jS L; 0 ir .�,•• s; •j j Boa �. j ' 4 � h 14 40 O'l � v j 06, C/) P, co '�5L, Lf CO z I I z -, 0 F , 0 .... .... Eol MO Eol 1-3 El El 0 0 . §� ^ \ \ f � IL 4k fill tr 41 2 5 06, x W 13 ID ID o 0 o G(o co C/) Iz CO z 2 Lf 0 C-) 0 Oz I I z 0 .... .... III EME ol O ol 13 El El y . ler ' . dW NOU=3 s-, ... . omooil HN S I I I CI) PH A, Fz to H'i 0—z �u 4 NOU OX3 VNMZ UV01AMLSI0E M&SUdO aAlUG E NMU3EIS EOAU 8\SdE SM 0 UFC 4-022-03 1 October 2013 UNIFIED FACILITIES CRITERIA (UFC) SECURITY FENCES AND GATES APPROVED FOR PUBLIC RELEASE; DISTRIBUTION UNLIMITED UFC 4-022-03 1 October 2013 UNIFIED FACILITIES CRITERIA (UFC) SECURITY FENCES AND GATES Any copyrighted material included in this UFC is identified at its point of use. Use of the copyrighted material apart from this UFC must have the permission of the copyright holder. U.S. ARMY CORPS OF ENGINEERS NAVAL FACILITIES ENGINEERING COMMAND (Preparing Activity) AIR FORCE CIVIL ENGINEER CENTER Record of Changes (changes are indicated by\1\ ... /1/) Change No. Date Location This UFC supersedes NAVFAC Military Handbook 1013/10, Design Guidelines for Security Fencing, Gates, Barriers, and Guard Facilities. UFC 4-022-03 1 October 2013 FOREWORD The Unified Facilities Criteria (UFC) system is prescribed by MIL-STD 3007 and provides planning, design, construction, sustainment, restoration, and modernization criteria, and applies to the Military Departments, the Defense Agencies, and the DoD Field Activities in accordance with USD (AT&L) Memorandum dated 29 May 2002. UFC will be used for all DoD projects and work for other customers where appropriate. All construction outside of the United States is also governed by Status of Forces Agreements (SOFA), Host Nation Funded Construction Agreements (HNFA), and in some instances, Bilateral Infrastructure Agreements (BIA.) Therefore, the acquisition team must ensure compliance with the most stringent of the UFC, the SOFA, the HNFA, and the BIA, as applicable. UFC are living documents and will be periodically reviewed, updated, and made available to users as part of the Services' responsibility for providing technical criteria for military construction. Headquarters, U.S. Army Corps of Engineers (HQUSACE), Naval Facilities Engineering Command (NAVFAC), and Air Force Civil Engineer Center (AFCEC) are responsible for administration of the UFC system. Defense agencies should contact the preparing service for document interpretation and improvements. Technical content of UFC is the responsibility of the cognizant DoD working group. Recommended changes with supporting rationale should be sent to the respective service proponent office by the following electronic form: Criteria Change Request. The form is also accessible from the Internet sites listed below. UFC are effective upon issuance and are distributed only in electronic media from the following source: • Whole Building Design Guide web site http://dod.wbdg.org . Refer to UFC 1-200-01, General Building Requirements, for implementation of new issuances on projects. AUTHORIZED BY: JAMES C. DALTON, P.E. JOSEPH E. GOTT, P.E. Chief, Engineering and Construction Chief Engineer U.S. Army Corps of Engineers Naval Facilities Engineering Command JOE SCIABICA, SES MICHAEL McANDREW Director Director, Facilities Investment and Management Air Force Civil Engineer Center Office of the Deputy Under Secretary of Defense (Installations and Environment) UFC 4-022-03 1 October 2013 Unified Facilities Criteria (UFC) New Document Summary Sheet Document: UFC 4-022-03, Security Fences and Gates. Superseding: NAVFAC Military Handbook 1013/10, Design Guidelines for Security Fencing, Gates, Barriers, and Guard Facilities. Document Description and Need: Purpose: This document is to provide a unified approach for the design, selection, and installation of security fences and gates. The examples provided in the UFC are for illustration only and must be modified and adapted to satisfy service and installation specific constraints. This document is not intended to address procedural issues such as threat level determination and security operations or to provide specific design criteria such as impact forces. This UFC was developed by consolidating and refining criteria from USACE Protective Design Center, Naval Facilities Engineering Command (NAVFACENGCOM), and available military, government, and commercial sources that are listed in Appendix A of this document. Application and Use: Commanders, security personnel, planners, designers, architects, and engineers must use this UFC when evaluating existing and providing new security fences and gates. Need: Fences and gates are primarily used to define perimeters; however, Department of Defense (DoD) and Service regulations require fencing to be provided for certain protected/restricted areas. DoD and Service policies address certain fencing requirements. This UFC focuses on the requirements for security fences, however, the information and design details presented within may also be used for general or perimeter fencing. Modifications to existing fencing are not required to meet this new UFC. Impact: The following direct benefits will result: • This document does not set the requirement for security operations at the installation perimeter. • No additional cost impacts are anticipated by the publication of this document. • This document does not have any adverse impacts on environmental, sustainability, or constructability policies or practices. Unification Issues There are no unification issues. UFC 4-022-03 1 October 2013 TABLE OF CONTENTS CHAPTER 1 INTRODUCTION ....................................................................................... 5 1-1 PURPOSE .................................................................................................5 1-2 APPLICABILITY........................................................................................5 1-3 SECURITY FENCES AND GATES...........................................................5 1-4 SCOPE AND GUIDANCE .........................................................................5 1-4.1 Drawings................................................................................................ 5 1-5 GENERAL BUILDING REQUIREMENTS .................................................5 1-5.1 UFC Application..................................................................................... 6 1-5.2 Requirements Determination ................................................................. 6 1-5.3 Integration With Other Requirements .................................................... 6 1-6 VULNERABILITY AND RISK ASSESSMENT..........................................7 1-7 POLICY REQUIREMENTS........................................................................8 1-7.1 Department of Defense (DoD)............................................................... 8 1-7.2 Geographic Combatant Commander (GCC) Requirements .................. 9 1-7.3 Service Requirements ........................................................................... 9 1-7.4 Installation Specific Requirements....................................................... 11 1-7.5 Airfield Requirements .......................................................................... 11 1-8 PHYSICAL SECURITY ........................................................................... 11 1-8.1 Physical Security System .................................................................... 11 1-9 EMERGENCY ACCESS.......................................................................... 12 1-10 CORROSION PREVENTION CONTROL................................................ 12 1-10.1 Material Selection and Coatings.......................................................... 12 1-11 REFERENCES ........................................................................................ 13 1-12 GLOSSARY............................................................................................. 13 CHAPTER 2 FENCING................................................................................................. 15 2-1 FUNCTION .............................................................................................. 15 2-2 CHAIN LINK FENCING........................................................................... 15 2-2.1 Chain Link Fencing Fabric................................................................... 15 2-3 ORNAMENTAL FENCES........................................................................ 19 2-4 WELDED WIRE MESH FABRIC FENCING............................................ 19 2-4.1 Fence Components, Fittings, and Accessories.................................... 19 2-5 EXPANDED METAL FENCING ..............................................................20 i UFC 4-022-03 1 October 2013 2-5.1 Retrofit Existing Fence......................................................................... 21 2-5.2 Fence Components, Fittings, and Accessories.................................... 21 2-6 FARM STYLE FENCES ..........................................................................21 2-7 EXPEDITIONARY PERIMETER FENCING.............................................21 2-8 FENCE FABRIC HEIGHT........................................................................22 2-9 TOP GUARDS.........................................................................................22 2-9.1 Outrigger/Barbed Wire Arm Material Specifications............................. 22 2-9.2 Barbed Wire and Barbed Tape Concertina.......................................... 22 2-10 GROUNDING ..........................................................................................24 2-11 REINFORCEMENT FOR FENCING........................................................24 2-11.1 Deadman Anchor................................................................................. 25 2-12 SPECIAL SECURITY FEATURES..........................................................26 2-12.1 Clear Zones......................................................................................... 26 2-12.2 Double Fence Lines............................................................................. 26 2-12.3 Fence Line Electronic Security Systems.............................................. 29 2-12.4 Security Lighting .................................................................................. 29 2-12.5 Patrol Roads........................................................................................ 29 2-12.6 Drainage Culverts and Utility Openings............................................... 30 2-12.7 Drainage Crossing............................................................................... 33 2-12.8 Tunneling Prevention........................................................................... 34 CHAPTER 3 GATES ....................................................................................................39 3-1 GATES OVERVIEW................................................................................39 3-1.1 Access Control..................................................................................... 39 3-2 PERSONNEL GATES.............................................................................39 3-2.1 Single Swing Gates ............................................................................. 39 3-2.2 Turnstile (Rotational) Gates.................................................................40 3-3 VEHICULAR GATES ..............................................................................41 3-3.1 Sliding Gates .......................................................................................41 3-3.2 Cantilevered Gates..............................................................................42 3-3.3 Double Swing Gates............................................................................42 3-3.4 Vertical Pivot Gate...............................................................................44 3-3.5 Overhead (Sliding) Gates ....................................................................44 3-3.6 Vertical Lift Gate ..................................................................................45 ii UFC 4-022-03 1 October 2013 3-4 GATE REINFORCEMENT.......................................................................45 3-5 LATCHES AND HINGES ........................................................................47 3-6 LOCKING SYSTEM ................................................................................47 3-7 GATE POWER OPERATORS.................................................................48 3-7.1 Sliding Gate Power Operators.............................................................48 3-7.2 Swing Gate Power Operators..............................................................48 3-7.3 Linear Induction Gate Operators..........................................................48 APPENDIX A REFERENCES.......................................................................................49 APPENDIX B GLOSSARY........................................................................................... 57 B-1 DEFINITION OF TERMS......................................................................... 57 APPENDIX C FENCE AND GATE DESIGN DETAILS ................................................ 61 TABLES Table 2-1 Fence Type Components..............................................................................28 Table 3-1: Gate Post Foundations ................................................................................43 FIGURES Figure 1-1 Security and Antiterrorism UFC Application...................................................7 Figure 1-2 Diagram of Physical Security System Functions.......................................... 12 Figure 2-1: General Chain-Link Fence Components..................................................... 17 Figure2-2 Selvage........................................................................................................ 18 Figure 2-3: Welded Wire Mesh Fence...........................................................................20 Figure 2-4: Expanded Metal Fence...............................................................................21 Figure 2-5 Steel Cable-Reinforced Chain Link Fence...................................................25 Figure 2-6: Deadman Anchor Detail..............................................................................26 Figure 2-7a: Double Fence Line....................................................................................28 Figure 2-7b: Double Fence Line....................................................................................29 Figure 2-8: Large Culvert with Short Pipes.................................................................... 30 Figure 2-9: Steel Culvert Grill ........................................................................................ 31 Figure 2-10: Concrete Culvert Grill................................................................................ 31 Figure 2-11a: Utility Openings....................................................................................... 32 Figure 2-11 b: Utility Openings....................................................................................... 33 Figure 2-12: Swale Crossing with Ground Stakes......................................................... 34 Figure 2-13: Swale Crossing Embedded in Concrete ................................................... 35 Figure 2-14a: Bar Grill Embedded in Concrete ............................................................. 35 Figure 2-14b: Bar Grill Embedded in Concrete ............................................................. 36 Figure 2-14c: Bar Grill Embedded in Concrete.............................................................. 36 Figure 2-15- Chain Link Fence over Ditch..................................................................... 37 Figure 3-1: Single Swing Gate ......................................................................................40 iii UFC 4-022-03 1 October 2013 Figure 3-2: Turnstile/Turnstile with Barbed Wire ...........................................................41 Figure 3-3: Single Cantilevered Gate...........................................................................43 Figure 3-4: Double Cantilevered Gate...........................................................................43 Figure 3-5: Double Swing Gate.....................................................................................44 Figure 3-6: Locking Assembly for Reinforced Swing Gate ............................................46 Figure 3-7: Locking Assembly for Reinforced Sliding Gate ...........................................46 Figure 3-8: Locking Assembly for Reinforced Vertical Lift Gate ....................................47 iv UFC 4-022-03 1 October 2013 CHAPTER 1 INTRODUCTION 1-1 PURPOSE This document provides a unified approach for the design, selection, and installation of security fences and gates for Department of Defense (DoD). 1-2 APPLICABILITY This document applies to all construction, renovation, and repair projects including expeditionary or temporary construction that include security fencing and gates for DoD. Consult with current Service policies, location of facility, and threat level for specific requirements. 1-3 SECURITY FENCES AND GATES Security fences and gates are installed and used primarily to define the perimeter of protected areas, such as restricted areas, controlled areas, entry control/access control points, installation perimeters, and to provide a physical and psychological deterrent to entry and preventing unauthorized personnel from entering a protected area. 1-4 SCOPE AND GUIDANCE Commanders, security personnel, planners, designers, architects, and engineers must use this UFC when evaluating existing and providing new security fences and gates. Technical information considered generally known to security professionals and engineers, or readily available in technical references (Unified Facility Criteria, Military Handbooks, Technical Manuals, etc.) has not been included. This document is not intended to address procedural issues such as threat levels or to provide specific design criteria such as vehicle impact forces. 1-4.1 Drawings The notional examples provided in the body of this UFC are for illustration and must be modified for the specific application, environmental conditions, and local constraints. The details and drawings identified in Appendix C provide the minimum mandatory requirements and must be modified for the specific application, environmental conditions, and local/project constraints. See paragraph titled `Integration With Other Requirements' for additional direction. 1-5 GENERAL BUILDING REQUIREMENTS Comply with UFC 1-200-01, General Building Requirements. UFC 1-200-01 provides applicability of model building codes and government unique criteria for typical design disciplines and building systems, as well as for accessibility, antiterrorism, security, high performance and sustainability requirements, and safety. Use this UFC in addition to UFC 1-200-01 and the UFCs and government criteria referenced therein. 5 UFC 4-022-03 1 October 2013 This UFC is one of a series of unified facilities criteria documents that cover minimum standards, planning, preliminary design, and detailed design for security and antiterrorism. The manuals in this series are designed to be used by a diverse audience to facilitate development of projects throughout the design cycle. 1-5.1 UFC Application The application of the security and antiterrorism UFCs is illustrated in Figure 1-1. UFC 4-020-01 is intended to be the starting point for any project that is likely to have security or antiterrorism requirements. By beginning with UFC 4-020-01, DoD Security Engineering Facilities Planning Manual, the design criteria will be developed that establishes which of the other UFCs in the series will need to be applied. The design criteria may indicate that only the minimum standards need to be incorporated, or it may include additional requirements, resulting in the need for application of additional UFCs. Applying this series of UFCs in the manner illustrated in Figure 1-1 will result in the most efficient use of resources for protecting assets against security and antiterrorism related threats. 1-5.2 Requirements Determination UFC 4-020-01 includes a process for defining the design criteria for a protective system that protects important assets associated with a permanent facility or one in an expeditionary environment. The design criteria will consist of the assets to be protected, the threats to those assets, the degree to which those assets will be protected against the threat, and any constraints that might be imposed on a design. The design criteria may be limited to that defined in minimum standards or it may go beyond those requirements. Establishing the design criteria for security and antiterrorism is not something that can be done effectively by any one person. It requires a team of people to ensure that the varied interests relating to a project are considered appropriately. The specific membership of a planning team will be based on local considerations, but in general, the following functions should be represented - Facility User, Antiterrorism, Intelligence, Operations, Security, Logistics, Engineering, and Resource Management. Based on local considerations, there may be others who should be consulted for input into the design criteria. They might include Fire Marshals, communications people, environmental people, and historic preservation officers. 1-5.3 Integration With Other Requirements Security and antiterrorism requirements will never be the only requirements associated with a project. Even where a project is specifically for security and antiterrorism upgrades, there will still be other requirements that must be considered. There will be times where one criterion is more stringent than another, in which case the more stringent one must be applied. In some cases, criteria may conflict. In those cases, those conflicts must be resolved, which may require compromise or adjustment to one or the other criteria. Many security regulations specify protective measures, policies, and operations related to security. This UFC is intended to complement those existing 6 UFC 4-022-03 1 October 2013 regulations, not to contradict or supersede them. Regulatory requirements must be accommodated and coordinated. Figure 1-1 Security and Antiterrorism UFC Application DEFINE DESIGN CRITER A USING DOE)U FC 4-02"1, SECURRY ENGINEERING PLANNING MANUAL � r ONLY DOD APPLY UFC4-010-01,DOD MINIMUM YES MINIMUM ANTITERRORISM INCORPORATE DESIGN STANDARDS STANDARDS FOR REQUIREMENTS INTO REQUIRED? BUILDINGS PLANNING DOCUMENTS � z NO ESTABLISH DESIGN STRATEGIES IN ACCORDANCE WITH UFC 4-M-01;DOD SECURITY ENGINEERING FACILITIES PLANNING MANUAL ONLY❑OD YES MINIMUM STANDARDS REQUIRED? APPLY UFC 4-010-1)1.DOD NO VALIDATE MINIMUM ANTITERRORISM PLANNING m STANDARDS FOR REQUIREMENTS cn BUILDINGS (;) z DESIGN PROTECTIVE DETERMINE PROTECTIVE INCORPORATE MEASURES IN MEASURES IN PROTECTIVE MEASURES ACCORDANCE WITH r ACCORDANCE WITH INTO DESIGN DOCUMENTS SECURITY ENGINEERING UFC 4-D20-02,DOD SUPPORT MANUALS SECURITY ENGINEERING 4 DESIGN MANUAL i k 1-6 VULNERABILITY AND RISK ASSESSMENT In accordance with DoD 0-2OOO.12H Antiterrorism Handbook, a vulnerability and risk assessment must be conducted prior to beginning any security project. Upon identifying facility or asset vulnerabilities to threats, physical security measures such as security fences, gates, and Electronic Security Systems (ESS) may be deployed to reduce vulnerabilities. In summary, this UFC assumes the pre-design phases, including the risk analysis, are complete prior to beginning design. For information on Security 7 UFC 4-022-03 1 October 2013 Engineering Planning and Design process, refer to UFC 4-020-01 and UFC 4-020-02. The engineering risk analysis conducted as part of UFC 4-020-01 must be consistent with the terrorism risk analysis conducted by the installation security/AT staff. 1-7 POLICY REQUIREMENTS The requirement to protect installation assets comes from DoD Instruction/Directives, Geographic Combatant Commander (GCC) Instructions, Service Instruction/Directives, and Regional or Installation requirements. Consult Headquarters, Major Command, Regional, and Installation personnel to established installation asset protection requirements. 1-7.1 Department of Defense (DoD) There are several instructions and publications within the Department of Defense that establish requirements for access control and physical security for installation perimeter, restricted access areas and other secure areas. 1-7.1.1 DoD Physical Security Program DoD 5200.8-R: Requires DOD Components to determine the necessary access control based on the requirements of a developed physical security program. Emergency planning is specified to include establishment of a system for positive identification of personnel and equipment authorized to enter and exit the installation and maintenance of adequate physical barriers (i.e. security fences and gates) that will be employed to control access to the installation. 1-7.1.2 Physical Security of Sensitive Conventional Arms, Ammunition, and Explosives (AA&E) DoD 5100.76-M prescribes minimum standards and criteria for the physical security of DoD sensitive conventional AA&E. This Manual establishes the requirements to protect sensitive AA&E including perimeters, openings, and security fences. 1-7.1.3 Nuclear Facilities DoD S-5210.41-M Vols. 1-3, AFMAN 31-108, OPNAVINST 5210.16, and AR 190-54 prescribe policy, responsibilities, procedures, and minimum standards for the security and safeguarding of DoD nuclear reactors, special nuclear materials and weapons including perimeters, openings, and security fences. 1-7.1.4 DoD Antiterrorism Program DoDI 2000.12: Provides DoD policies for ATFP and assigns responsibilities for implementing physical security systems as part of the DoD ATFP Program. It authorized the publication of DODI 2000.16 Antiterrorism Standards as the DoD standards for ATFP and DoD 0-2000.12-H DoD Antiterrorism Handbook as guidance for the DoD standards. 8 UFC 4-022-03 1 October 2013 1-7.1.5 DoD Antiterrorism Handbook DoD 0-2000.12H: Defines the DoD Force Protection Condition (FPCON) System, which describes the potential threat levels and the applicable FPCON measures to be enacted for each level. FPCON measures in the 12-H were modified in DoD1 2000.16, Change 2 of 08 Dec 2006. DoD 0-2000.12H also requires Commanders to develop and implement Random Antiterrorism Measures (RAM) as an integral part of their AT Program. This handbook provides a detailed discussion on physical security functional requirements of which physical barriers (security fences and gates) are integral. 1-7.1.6 DoD Antiterrorism Standards DoD 1 2000.16: This instruction requires the installation or activity Commanding Officer to define the access control measures at installations. Additionally, DoD1 2000.16 requires Commanders at all levels to develop as part of the physical security program and implement a comprehensive Antiterrorism (AT) Program, which must define the necessary action sets, including identification and inspection procedures, barrier requirements at each of the potential Force Protection Condition (FPCON) levels and lists the most current approved FPCONS. 1-7.2 Geographic Combatant Commander (GCC) Requirements GCC issue requirements for Antiterrorism and physical security for installations within their area of responsibility. Ensure any such requirements are incorporated in addition to the requirements found in DoD and Service Directives/Instructions. Resolve any differences in the requirements for the design of perimeter security by applying the most stringent requirement. 1-7.3 Service Requirements 1-7.3.1 Department of Air Force 1-7.3.1.1 AFI 31-101 — Integrated Defense (ID)(FOUO) This Instruction provides the tools to plan and execute ID. It guides personnel through a familiar 7-step risk assessment process. Furthermore, working groups that are focused on mutually-supporting components of ID, such as the antiterrorism (AT) program and resource protection program (RPP), may be combined and streamlined. This Instruction provides flexible planning and execution opportunities that allow owners/users of various Air Force assets to become actively involved in the defense of their areas; however, some assets must remain secured in accordance with higher headquarters (HHQ) directives, such as nuclear weapons; arms, ammunition and explosives (AA&E); classified information and Defense Critical Infrastructure Program (DCIP) assets. 9 UFC 4-022-03 1 October 2013 1-7.3.1.2 AFMAN 32-1084 Civil Engineering: Facility Requirements This Manual is a tool to assist commanders, their management, and technical staff in programming the acquisition of facilities and in managing the inventory of real property facilities and provides additional guidance for fencing/barrier requirements. 1-7.3.2 Department of the Army 1-7.3.2.1 AR 190-13 The Army Physical Security Program Implements DOD 5200.08—R. It prescribes policies, procedures, and guidance to plan and implement the Department of the Army Physical Security Program. 1-7.3.2.2 AR 190-16 Physical Security Establishes standard policies on physical security systems planning, threat statements, control of access to installations, security of aircraft, bulk petroleum assets, and critical communications facilities. 1-7.3.2.3 AR 190-11 Physical Security of Arms, Ammunition and Explosives Refer to AR 190-11 for physical security criteria for conventional arms, ammunition, and explosives (AA&E) for additional guidance on fencing requirements. 1-7.3.2.4 ATTP 3-39.32 Physical Security: Army Tactics, Techniques, and Procedures (ATTP) Provides doctrinal guidance for personnel who are responsible for planning and executing physical security programs. It is the basic reference for training security personnel and is intended to be used in conjunction with the Army Regulation (AR) 190 series (Military Police), Security and Antiterrorism Unified Facilities Criteria (UFC) publications, Department of Defense (DOD) directives, and other Department of the Army (DA) publications. 1-7.3.3 Department of the Navy including Marine Corps 1-7.3.3.1 OPNAVINST 5530.14 Navy Physical Security and Law Enforcement The intent of this instruction is to identify responsibilities and provide guidance for the protection of people and assets throughout the Navy. 1-7.3.3.2 Physical Security of Arms, Ammunition and Explosives Refer to OPNAVINST 5530.13 for physical security criteria for conventional arms, ammunition, and explosives (AA&E) and additional fencing requirements. 1-7.3.3.3 NTTP 3-07.2.3 Law Enforcement and Physical Security Provides guidance for the physical security for Naval Installations to include perimeter security and restricted areas. 10 UFC 4-022-03 1 October 2013 1-7.3.3.4 MCO 5530.14 Marine Corps Physical Security Program Manual Provides requirements for physical security for Marine Corps installations and organizations including additional barrier/security fence requirements. 1-7.4 Installation Specific Requirements As required by DODI 2000.16 and service directives, each installation must have an Antiterrorism Plan. The plan provides procedures and recommendations for reducing risk and vulnerability of DOD personnel, their family members, facilities, and assets from acts of terrorism. As such, the installation AT plan reflects the foundation for requirements determination. Installation specific requirements need to be factored into all capital improvement initiatives. 1-7.5 Airfield Requirements For Air National Guard (ANG) and Air Force Reserve Command (AFRC) units that are co-located with civilian airports, the airfield side of the restricted areas does not require fencing installation as it is prohibited by the Federal Aviation Agency (FAA) safety requirements. Fencing requirements for airports and heliports are provided in UFC 4- 141-10N and UFC 3-260-01. 1-8 PHYSICAL SECURITY That part of security concerned with physical measures designed to safeguard personnel; to prevent or delay unauthorized access to equipment, installations, material, and documents; and to safeguard them against espionage, sabotage, damage, and theft. 1-8.1 Physical Security System A system comprised of people, equipment, and operational procedures that control access to critical facilities or assets. Fences are but one of many elements that comprise the equipment component of a physical security system. Figure 1-2 diagrams some of the additional components of a physical security system. From Figure 1-2, fencing is considered part of the delay function of the overall Physical Security System. However, standard chain-link fencing provides approximately 7- 15 seconds of delay. 11 UFC 4-022-03 1 October 2013 Figure 1-2 Diagram of Physical Security System Functions PHYSICAL SECURITY SYSTEM FUNCTIONS rli DETECT DELAY RESPOND • Intrusion Detection/Alarm •Obstacles •Communicate Threat Comm unicationlAlarm *Security Patrols + Deploy response Assessment/Access • Barriers capability Control • Fences +Time to engage threat • Electronic Security •Walls •Threat neutralized by System (ESS) •Gates response capability • Electronic Harbor • Locks Security System (EHSS) + Distances •Security Forces + Procedures • DoD Personnel • Military Working Dogs •Security Lighting 1-9 EMERGENCY ACCESS Locate security fence as to not impede emergency vehicle or emergency personnel access to fire hydrants or other fire protection features. Coordinate with installation fire department regarding security fence location as it applies to fire hydrants and other fire protection features. See UFC 3-600-01, Fire Protection Engineering for Facilities for additional information. 1-10 CORROSION PREVENTION CONTROL Design strategies for installation security structures and equipment must consider corrosion prevention and control (CPC) preservation techniques for long term maintainability throughout their life cycle. Trade-off decisions involving cost, useful service life, and effectiveness must address corrosion prevention and mitigation. 1-10.1 Material Selection and Coatings Local environments must be considered during the selection of material for the fencing components as well as the required coatings to provide protection against corrosion. Color polymer and other coatings on fencing fabric, fittings, framework, and gates must 12 UFC 4-022-03 1 October 2013 be applied to enhance visibility and provide greater corrosion resistance, especially in corrosive or salt laden environment. Appendix B defines this environment. Coating on any fasteners or ties must be electrolytically compatible with fencing fabric to inhibit corrosion. All security fence fittings must be electrolytically compatible with all fence components. Regarding drainage openings (ditches, culverts, vents, metal ducts/pipes, and other opening) consideration must be given to the materials used (smaller metal pipe, metal/steel grillage) in securing such openings. One of the most important corrosion issues is the chemical reaction between dissimilar metals. When dissimilar metals are in contact with one another in the presence of an electrolyte, galvanic action occurs, resulting in the deterioration. The electrolyte may be rain water running from one surface to another, or moisture from the air containing enough acid to cause it to act as an electrolyte. See Appendix A for material specifications. 1-11 REFERENCES Appendix A contains a list of references used in this document. The publication date of the code or standard is not included in this document. In general, the latest available issuance of the reference is used. 1-12 GLOSSARY Appendix B contains definitions of terms. 13 UFC 4-022-03 1 October 2013 This Page Intentionally Left Blank 14 UFC 4-022-03 1 October 2013 CHAPTER 2 FENCING 2-1 FUNCTION The physical security barrier provided by a security fence provides one or more of the following functions: • Gives notice of legal boundary of the outermost limits of the protected area. • Assists in controlling and screening authorized entries into secured/protected areas by channeling vehicles and personnel to access control points. • Supports surveillance, detection, assessment, and other security functions by providing a platform for installing intrusion detection equipment. • Deters casual intruders from penetrating a secured/protected area by presenting a barrier that requires an overt action to enter. • Causes a delay to obtain access to a installation/facility, thereby increasing the probability of detection. 2-2 CHAIN LINK FENCING Chain link fence is a fencing material made from wire helically wound and interwoven in such a manner as to provide a continuous mesh without knots or ties. See Figure 2-1 below for standard chain link fence details identifying all of the components. Chain link fences and gates must comply with specification requirements in UFGS 32 31 13, Chain Link Fences and Gates and UFGS 32 31 13.53, High-Security Chain Link Fences and Gates. Consult with ASTM F2611 and ASTM F1712 for additional guidance (fabric, post, framework, fittings, and other accessories) regarding chain link fencing. Refer also to the Chain Link Manufacturers Institute's Security Fencing Recommendations (CLF-SFR0111) and Product Manual (CLFOPM0610) for additional information. 2-2.1 Chain Link Fencing Fabric Fencing fabric must be minimum 9-gage wire mesh and mesh openings must be not be greater than 2-inches (51 mm) per side. Fence fabric material will be galvanized steel, PVC coated steel fabric (use PVC coated if located in corrosive environment or where aesthetics are of prime importance), or aluminum coated steel fabric (use aluminum coated if located in corrosive environment). See Corrosion Prevention Control for additional information regarding material selection. 2-2.1.1 Additional Fencing Fabric Requirements The fencing fabric must be extended to within 2 inches (51 mm) of firm ground and anchored, if required by service requirements, using horizontal bottom rails, tension wires, concrete curbs, sills, sheet piling, piping, or other inexpensive materials. For additional security burying the fabric 12 inches (305 mm) may also be considered; however, corrosion of the buried fabric must be monitored. This anchoring will prevent 15 UFC 4-022-03 1 October 2013 the fencing fabric from being able to be lifted by hand more than 5 inches (125 mm) in height. Horizontal bottom rails, concrete curbs, or sills can assist in mitigating an intruder from lifting the fence fabric beyond the requirement above. Mesh openings in chain link fencing are intended to not be covered, blocked, or laced with material which would prevent a clear view of personnel, vehicles, or material in outer clear zones. Locate all posts, rails, bracing and tension wires on the secure/protected side, i.e. inner side, of the fencing fabric. Select the framework components and material from ASTM F626, ASTM F1043, and ASTM F1083. 16 UFC 4-022-03 1 October 2013 Figure 2-1: General Chain-Link Fence Components 5 5 4 1 2 \ 2 6 7 10 3 8 12 1 2 w: ►r 13 1 Fabric 2 Selvage 3 Corner Post 4 Barbed Wire/Barbed Tape 5 Outrigger/Barbed Wire Arm 6 Tension Wire (Top and Bottom) 7 Hog Ring 8 Truss Rod 9 Line Post 10 Tie Wire 11 Tension Bar 12 Tension Clip 13 Concrete Footing 17 UFC 4-022-03 1 October 2013 2-2.1.2 Top and Bottom Selvages Selvage is the edge finish on woven chain link fabric joining pairs of pickets. The selvage may be knuckled or twisted depending on application. Knuckled selvage is defined as the type of selvage obtained by interlocking adjacent pairs of wire ends and bending the wire back into a loop. Twisted is obtained by twisting adjacent pairs of wire ends together in a close helix of 112 machine turns, which is equivalent to three full twists. See Figure 2-2 for selvage examples. Twisted selvage must be provided on the top of the fence fabric to deter climbing. Twisted selvage must be provided at the bottom of the fence fabric to deter borrowing unless the fence has a bottom rail, is buried, or encased in concrete. In these applications the selvage may be knuckled. Figure 2-2 Selvage (8 (D KNUCKLED TWISTED 2-2.1.3 Fence Posts Fencing fabric must be mounted on steel posts that are set in concrete with additional bracing at corners and gate openings, as necessary. If steel posts are not available, reinforced concrete posts will be used. Posts, bracing, and all other structural members must be placed on the secure-side of the fencing fabric. Posts must be vertical within plus or minus 2 degrees in each direction. Determine the embedment depth of the fence posts and associated footings considering wind load, local soil conditions, and the potential for wind and water erosion. Posts for security fencing must be embedded and encased in concrete according to the design details in Appendix C. 2-2.1.4 Fence Bracing Steel truss rods used for bracing must have a minimum nominal diameter of 5/16 inch (8 mm) and provided with turnbuckles for tensioning. Provide bracing for each gate, terminal and end post. Install truss rods diagonally from near ground level of the gate, terminal or end post to within 6 inches (152 mm) from the top of the fabric at the adjacent line post. Fencing fabric can be securely fastened to tension wires on the top and bottom with 9 gage (3.76 mm) galvanized tie wires incorporating at least three full twists, 9 gage (3.76 mm) round wire galvanized hog rings, or in a manner that provides a tensile strength equal to or greater than the strength of the fencing fabric. Consider securing all fastening and hinge hardware by peening or welding to prevent disassembly of fencing and gate components where warranted by the required level of protection. 18 UFC 4-022-03 1 October 2013 See Appendix C for design details of chain link fencing posts, rails, braces, and tension wires. 2-3 ORNAMENTAL FENCES Ornamental (also known as tubular) fencing provides a greater resistance to climbing as well as providing aesthetic qualities in comparison to chain link fencing. Ornamental fencing systems are constructed of either steel or aluminum components. Install ornamental fence pickets plumb and provide a minimum of 2 inches (51 mm) or maximum of 6 inches (152 mm) between the fence and the ground. See ASTM F2408 for additional guidance for ornamental fence systems. See Appendix C for design details of ornamental fence. 2-4 WELDED WIRE MESH FABRIC FENCING Welded wire mesh fabric fencing material is composed of a series of longitudinal and transverse steel wires arranged substantially at right angles to each other, and welded together. In comparison to chain link fencing has a greater deterrence to intrusion by climbing and cutting. Welded wire mesh fabric fence openings are relatively small to prevent toe or finger hold. Although the mesh sizes are small, visibility through the fence may be higher than chain link fencing even at sight angles near parallel to the fence line. See ASTM F2453/F2453M for material requirements. Maximum vertical/horizontal opening dimension must be 2 inches (51 mm). Minimum thickness — 9 gage (3.76 mm). Welded wire mesh fabric fencing construction costs in non-urban environments may be approximately one half of ornamental security grade fencing. See Figure 2-3 for an example of a welded wire mesh fence. 2-4.1 Fence Components, Fittings, and Accessories Provide welded wire mesh posts in accordance with ASTM F626, ASTM F1083, ASTM F1043, or ASTM A500/A500M. Posts and rails must be designed to resist specified loading and be spaced per manufacturer's guidance. Connect fencing fabric with a minimum of 9 gage (3.76 mm) tie wires or other connection per manufacturer providing equal or greater capacity and resistance to tampering. If using welded wire mesh fence panels, attach to line and terminal posts and gate frames with post brackets. 19 UFC 4-022-03 1 October 2013 Figure 2-3: Welded Wire Mesh Fence 2-5 EXPANDED METAL FENCING Similar to welded wire mesh fabric fencing, expanded metal fencing is ideal for medium and high security applications. The diamond shaped mesh's small openings and wide strands deter climbing, cutting, and tunneling. Panels are constructed of steel sheets, simultaneously slit, and stretched into a rigid, open mesh design making continuous sheets that prohibit unraveling at the strands. Maximum vertical/horizontal opening dimension must be 2 inches (51 mm). Minimum strand width must be 0.150 inches (9 gage) (3.81 mm). • In lieu of installing a fence topping, an expended metal fabric cap sheet can be installed at a 45-degree angle extending outside of the secured perimeter and terminating with a turned up vertical section. If additional protection measures are required, barbed tape can be applied to the back of the vertical portion of the cap sheet. See ASTM F2548 and ASTM F2780 for design, construction, and application of expanded metal fencing systems. Available fence patterns can provide the architectural aesthetics of ornamental fencing. See Figure 2-4 for an example of an expanded metal fence. 20 UFC 4-022-03 1 October 2013 2-5.1 Retrofit Existing Fence Expanded metal fencing can be applied as a retrofit to existing chain link fencing and gates to provide additional protection, strength, and durability. Expanded metal fencing should be installed directly to the existing fence utilizing the installed chain link fence fabric and framework. 2-5.2 Fence Components, Fittings, and Accessories Line and terminal posts must be hot-dip galvanized in accordance with ASTM F626, ASTM F1043, and ASTM F1083. The manufacturer's recommendation must be considered when spacing line posts. Top, middle, and bottom rails must be hot-dip galvanized. Rails can be fastened to posts using clamps. Standard weight piping must be used for the posts and rails of expanded metal fencing. Fittings such as line rail clamps, post caps, tension bands, and panel clamps must be galvanized, heavy pressed steel or malleable iron. Figure 2-4: Expanded Metal Fence i rr J� 2-6 FARM STYLE FENCES Farm style fences are constructed of wood and/or metal posts and wire. Farm style fences, barb wire, and woven wire must comply with specification requirements in UFGS 32 31 26, Wire Fences and Gates and the drawings in Appendix C. Pressure treat all wood posts and metal posts must be zinc coated and conform to ASTM A702. Steel post conforming to ASTM F1043 must be used in conjunction with T-section or U- section line post. The gates are constructed of 1 5/8 inch (41.3 mm) minimum diameter tubular steel, and secured with a chain and padlock. See Appendix C for design details of farm-style fence. 2-7 EXPEDITIONARY PERIMETER FENCING Refer to GTA 90-01-011, Joint Forward Operations Base (JFOB) Survivability and Protective Construction Handbook for perimeter security requirements. 21 UFC 4-022-03 1 October 2013 2-8 FENCE FABRIC HEIGHT Unless otherwise directed all security and perimeter fencing must have a minimum fence fabric height of 7 feet (2.13m), excluding the top guard. Fence height including outriggers must be a minimum of 8 feet (2.44m). Modifications to existing fences are not required to meet this new UFC. Consult with current Service policies on specific requirements regarding fence height and assets that may require a higher level of protection. 2-9 TOP GUARDS When required, install outriggers (support arms) at 45-degree angles in a single arm (towards the threat side) or "Y"/"V" configuration, constructed of a single or double outrigger consisting of 18-inch (457 mm) arm(s), each having three strands of barbed wire at regular intervals along the top of the fence. The outriggers must provide a minimum of an additional 12 inches (305 mm) to the fence height. The top guard fencing adjoining gates may range from a vertical height of 18 inches (457 mm) to the normal 45 degree outward protection, but for a limited distance along the fence line to adequately open the gates. Outriggers must be permanently affixed to the fence posts with screws or by spot welding. Screws used to affix outriggers to posts must be made tamper-proof either by design, peening, or welding. 2-9.1 Outrigger/Barbed Wire Arm Material Specifications Top guards must be constructed of the same material as the other fencing components in accordance to ASTM F626. See Appendix C for details. 2-9.2 Barbed Wire and Barbed Tape Concertina Barbed wire is a fabricated wire product consisting of two line wires twisted to form a two-wire strand, into which 2—point or 4—point barbs are tightly wrapped and locked into place at specific intervals. Barbed tape concertina is a strip of metal, machined to produce clusters of sharp points. Provide three strands of barbed wire, equally spaced, on outrigger/support arms where barbed tape/concertina is mounted. 2-9.2.1 Barbed Wire Fences requiring barbed wire must use a minimum of 3 strands of barbed wire equally spaced. Additional strands may be added as required. Barbed wire must consist of two 12.5 -gage /0.099-inch (2.5 mm) (+0. 005- inch (.127 mm)) twisted line wires with 15- gage /0.080- inch (2 mm)(+0, 005-inch (.127 mm)) round barbs. Barbed wire must be zinc-coated steel, aluminum coated steel, aluminum alloy, or PVC over zinc-coated steel as specified. All barbs must consist of four points and spacing of barbs must be at 5- inch (127 mm) (+1- inch (25.4 mm)) centers. 22 UFC 4-022-03 1 October 2013 2-9.2.1.1 Barbed Wire Material Specifications Barbed wire must be in accordance to ASTM A121 and ASTM F1665. See Appendix C for barbed wire support configurations. 2-9.2.2 Barbed Tape/Concertina Barbed-tape concertina is a commercially manufactured wire coil constructed of high- strength-steel barbed wire that is clipped together at intervals to form a single coil or double coil. The single coil must be a minimum of 2 feet (610 mm) in diameter and extend at least 50 feet (15.2 m) without permanent distortion. Double coil must be 24/30 inch (610 mm/762 mm) and extend at least 50 feet (15.2 m) without permanent distortion. Barbed tape concertina may be added to the top and, in some cases, to the bottom to increase the level of protection. Barbed tape concertina must be secured at a minimum interval of 18 inches (457 mm) along the fence fabric to the top barbed wire strand and a maximum gap of 2 inches (51 mm) must be maintained between the bottom barbed wire and the top of the chain-link fabric. After use, barbed tape concertina may be recoiled and reused without distortion. For additional protection, barbed tape concertina may be installed between the "Y" configuration of the outriggers. 2-9.2.2.1 Barbed Tape/Concertina Material Specifications Barbed tape concertina must be in accordance to ASTM F1911 and ASTM F1910. See Appendix C barbed tape configurations. 2-9.2.3 Specific Barb Requirements 2-9.2.3.1 Farm Style Fence Any barbs used with farm fencing must be a minimum of 15.5 gage wire. Barbed clusters must have a minimum width of 1.2 inches (30.7 mm). The distance between these strands is intended not to exceed 6 inches (152 mm) and at least one wire must be interlaced vertically and midway between posts. The ends of the barbed wire strands may be staggered or fastened together, and the base wire may be picketed to the ground. See Appendix C for barbed wire details. 2-9.2.3.2 Barb Wire Fencing 3, 4, or 5-strand barbed wire fencing, 4 feet (1.2 m) high, should be used for extensions of flight-line area barriers, perimeter boundary for isolated portions of installations, livestock barrier, and area boundary for on-base bulk material storage areas. Barbed wire fastened on wooden posts may use a minimum of 1.5 inch (38 mm) staples made from the same metal as the wire for fastening. See Appendix C for barbed wire details. 2-9.2.3.3 Temporary Usage When used for temporary purposes (not used as fence topper), concertina wire should be used in multiple stacked coils. Stacked concertina wire on perimeter barriers may be 23 UFC 4-022-03 1 October 2013 laid between poles with one roll on top of another or in a pyramid arrangement (minimum of 3 rolls). Concertina blades must have a minimum length of 1.2 inches (30.7 mm). Barbed tape concertina as an expedient measure for short-term use, pending the erection of permanent fencing, can be non-reinforced. Reinforce all barbed tape concertina used for permanent security applications. 2-10 GROUNDING Grounding and bonding of the perimeter systems must be in accordance with the National Electric Safety Code (NESC) - IEEE C2. Fences that are required to be grounded by NESC must be designed to limit touch, step, and transferred voltages in accordance with industry practices. IEEE Std 80TM-2000 - IEEE Guide for Safety in AC Substation Grounding is one source that may be utilized to provide guidance in meeting these requirements. The grounding connections must be made either to the grounding system of the enclosed equipment or to a separate ground. 1. Fences must be grounded at each side of a gate or other opening. 2. Gates must be bonded to the grounding conductor, jumper, or fence. 3. A buried bonding jumper must be used to bond across a gate or other opening in the fence, unless a nonconducting fence section is used. 4. If barbed wire strands are used above the fence fabric, the barbed wire strands must be bonded to the grounding conductor, jumper, or fence. 5. When fence posts are of conducting material, the grounding conductor must be connected to the fence post or posts, as required, with suitable connecting means 6. When fence posts are of nonconducting material, suitable bonding connection must be made to the fence mesh strands and the barbed wire strands at each grounding conductor point. 2-11 REINFORCEMENT FOR FENCING Refer to UFC 4-022-01 and 4-022-02 for additional guidance and requirements (number and size of cables) on fence reinforcement for identified moving vehicle threat. For fabric type fences install fence reinforcement between fence fabric and fence post. For both fabric type and ornamental fences reinforcement must be installed on exterior side of fence post. If located in a corrosive environment, coated or sheathed cable may be used; however, the sheathing must be removed at the connections. See Figures 2-5/2- 6 and Appendix C for design details of fence reinforcement. See Appendix A for material specifications. 24 UFC 4-022-03 1 October 2013 Figure 2-5 Steel Cable-Reinforced Chain Link Fence CABLE ANCHOR POST PULL POST CABLE ANCHOR LINE POST LINE POST POST BRACER L TRUSSJR n CABLE in 'A' CABLE ARRIER (T .) 'B' CABLES o � %!/i:/r.•/ WELDED BRAC CONCRETE RAILS DEADMAN 'B' - I I DEADMANE'A' 7 -6'±� ELEVATION 7 "6.+� r� 2-11.1 Deadman Anchor Reinforcing cables must be terminated to concrete deadman anchors. Anchors are to be placed at intervals of 200 feet (61 m) on the secure/protected side of the perimeter fencing. Offset deadman anchors from fence at the minimum distance required to avoid interference with post and to allow maintenance access to the turnbuckles, clamps, and other accessories. The anchoring system: deadman dimensions or other anchoring systems and burial depth, eyebolt embedment depth, etc. must be designed for local soil conditions and the anticipated impact force established by the threat parameters defined in UFC 4-022-02. See Appendix C for design details of deadman anchors. 2-11.1.1 Cable Connection Eyebolts embedded in the concrete deadman anchors may have either a welded "T" or "L" end. The eyebolt can either be in-line with the attached cable or flush against the deadman surface. When used, eyebolts should be welded and galvanized to the anchor rods. The top side of the deadman can either be placed flush with or below the ground surface with the eye of the eyebolt above ground. Threaded rods may also be used as an alternative to the eye bolt when securing the cables to the deadman anchor. When using threaded rods, the threaded rod and wire rope connection must be visible above ground like the eyebolt previously described. Figure 2-6 and details in Appendix C show the deadman position using a cable clamp and turnbuckle to secure the cable rather than a swaged on clamp. This turnbuckle adds the advantage of being able to adjust the tension of the cable. 25 UFC 4-022-03 1 October 2013 Figure 2-6: Deadman Anchor Detail 4' DIA. CABLE ANCHOR POST---_ SWAGED EYE END 1 1/4' TURNBUCKLE U-BOLT W/ JAW END PULL 3/4• CABLE BARRIER 1 1/4' THREADED ROD (GALVANIZED) 4'x4'x'/4' ANCHOR PLATES (THREADED OR WELDED) 16'DIA. \\\\\\\\�/ // i //\�/\\�/:\\///i/ v 3'x3'xl'-6' CONCRETE DEADMAN \/ UNDISTURBED SOIL 3'-0' DEADMAN DETAIL N.T.S. 2-12 SPECIAL SECURITY FEATURES 2-12.1 Clear Zones Clear zones are areas established around the fence to provide and unobstructed view to enhance detection and assessment around fences. When required, dimensions of clears zones vary depending on asset being protected and level of protection. For example, outer clear zones may be 30 feet (9 m) wide and inner clear zones may be 20 feet (6 m) wide. Consult with Service policies for assets being protected to determine if clear zones are required and what dimensions are required. 2-12.2 Double Fence Lines Assets that require Electronic Security Systems (ESS) for perimeter security may require a double fence line. Perimeter ESS and double fence lines typically associated with assets that require a high level of protection for the force or covert entry tactic. This system is intended to increase the probability of detection, decrease nuisance alarms, and prevent access to ESS. The typical configuration is outer clear zone, outer fence, isolation zone, inner fence, and inner clear zone. See Figure 2-7a/b below. 2-12.2.1 Outer Fence Line Outer fence line acts to reduce the Nuisance Alarm Rate (NAR) by keeping animals, people, vehicles, and windblown debris out of the isolation zone. No sensors should be placed on the outer fence of a double fence line system. In some instances the outer fence line may define a protected or restricted area boundary. In the case where the 26 UFC 4-022-03 1 October 2013 outer fence line defines a protected or restricted area boundary, the outer fence must meet the minimum requirements as set forth in this UFC. 2-12.2.2 Isolation Zone The isolation zone is the area between the inner and outer fence lines sometimes referred to as the detection zone and must meet clear zone requirements indicated above. The area must be free of all vegetation and above ground obstructions except for the ESS and its supporting infrastructure. The isolation zone is typically light colored gravel or crushed stone bed sloped to prevent standing water. This reduces maintenance, increases probability of detection, and enhances the assessment capability within the fence lines. 2-12.2.3 Inner Fence Line The Inner fence line provides the inner boundary for the isolation zone and defines the protected or restricted area boundary. It may be used for mounting of fence line detection systems such as taut wire, Time Domain Reflectometry (TDR), or fiber-optic strain-sensitive cable systems, refer to UFC 4-021-02 for sensor types and applications. When used as a foundation for fence line detection systems, the fence meet the following minimum requirements. 2-12.2.3.1 Inner Fence Fabric Fence fabric material must be in accordance with ASTM A491 and must comply with minimum requirements set forth in this UFC. 2-12.2.3.2 Inner Fence Components, Fittings, and Accessories Select the framework components and material from ASTM F626, ASTM F1043, ASTM F1083, and ASTM F1712 in addition to the following: 1. End, corner, and pull posts will be concrete filled. 2. Gateposts must be minimum of 4-inch (102 mm) outside diameter (O.D.) and be sized according to Table 2-1. 3. Three (3) tension bands must be used. Top tension wire must be 7.5-inches (191 mm) below top of fabric with the other two (2) bands located approximately 31(787) and 56.5 (1435) inches (mm) down respectively from the top of fence fabric. 27 UFC 4-022-03 1 October 2013 Table 2-1 Fence Type Components PIPE SIZE Bottom or Brace Rails 1 5/8 in 41 mm Line Posts 2 '/2 in 63.5mm Corner, end and pull posts) 4 in (102mm) Single Gate Posts — equal or less than 12ft 3.7m Width 4 in 102mm Double Gate Posts— equal or less than 24ft 7.3m Width 4 in 102mm Single Gate Posts — greater than 12ft (3.7m and less than 6 5/8 in (168 mm) 18ft (5.5m)Width Double Gate Posts— greater than 24ft (7.3m) and less 6 5/8 in (168 mm) than 36ft (11 m) Width Single Gate Posts— over 18ft 5.5m Width 8 5/8 in 219 mm Double Gate Posts— over 36ft 11 m Width 8 5/8 in 219 mm Figure 2-7a: Double Fence Line Outer Fence Inner Fence Public Area Protected Area Outer Clear Zone Isolation Zone Inner Clear Zone 28 UFC 4-022-03 1 October 2013 Figure 2-7b: Double Fence Line r i F T a r 2-12.3 Fence Line Electronic Security Systems Electronic Security Systems (ESS) may be used to increase the probability of detection and the assessment of intruders attempting to enter restricted areas. ESS includes Intrusion Detection Systems (IDS), Access Control Systems (ACS), and Closed Circuit Television (CCTV) for assessment of alarm conditions. The design of fences and gates must support the site specific design of the ESS as required. Further information on Electronic Security Systems can be found in UFC 4-021-02. 2-12.4 Security Lighting Security lighting or protective lighting provides illumination during periods of darkness or in areas of low visibility to aid in the detection, delay, and respond functions of a physical security system. Coordinate security lighting requirements with security personnel. Refer to UFC 3-530-01 for lighting design criteria. 2-12.5 Patrol Roads When required provide an interior, all-weather perimeter road in all areas not affected by impassable terrain features for security-patrol vehicles. Drainage ditches parallel to patrol roads should be designed to utilize shallow or low angle side slopes to prevent obscuring the observation from a 4-foot (1.2 m) high line of sight above the road surface. Where patrol roads pass through clear zones, precautions must be taken in roadway design to preclude concealment for intruders. 29 UFC 4-022-03 1 October 2013 2-12.6 Drainage Culverts and Utility Openings Provide protective measures for culverts, storm drains, sewers, air intakes, exhaust tunnels, and utility openings, that have a cross-section area of 96 square inches (61,939 square mm) or greater, with the smallest dimension being more than 6 inches (152.4 mm) and : 1. Pass through clear zones. 2. Traverse under or through security fences. Such openings and barrier penetrations will be protected by securely fastened grills, locked manhole covers, or equivalent means to prevent entry or provide forced entry penetration resistance equal that of the fence. Regarding material selection for securing openings/penetrations see Material Selection and Coatings. 2-12.6.1 Large Diameter Pipes — Multiple Pipes If drainage conditions require large diameter pipes, or if it is a more economical approach to provide security protection, drainage openings may be constructed of multiple pipes having individual diameters of 10 inches (250 mm) or less Extend multiple pipes through the entire conduit, secured to each other and to the large opening. As an economical alternative, reduce the pipe lengths to short segments approximately 6-inches (152 mm) long. Place the short segments at the attack side of the opening and secure them to the welded bar grill. See Figure 2-8. Figure 2-8: Large Culvert with Short Pipes 6 in 152.4mm ------------- 10 in 254mm StDPipe Pipes Welded At All Junctions ------------ 30 UFC 4-022-03 1 October 2013 2-12.6.2 Large Diameter Pipes — Grilled Configuration Steel pipes that pass under fences must have grills welded to the pipe as shown in Figure 2-9. For concrete pipes that pass under fences, the grill ends must be welded to a steel rim that fits snugly over the concrete pipe. The rim and grillwork will be fastened over the concrete pipe and bolted or pinned to the rim of the concrete pipe as shown in Figure 2-10. Grill ends may be embedded in a concrete headwall that encapsulates the concrete pipe. Grills must be placed on attack side of the fence. Care must be taken during design to assure that bars and grills across culverts are not susceptible to clogging. All utility openings are intended to be designed with a debris catcher to permit either rapid clearing or removal of grating for cleaning when required. Steel used for grill must be in accordance with ASTM A529 and the corrosion prevention control section of this UFC. Figure 2-9: Steel Culvert Grill Steel Pipe 3/8"(9.5mm) Round Bars Welded At All Junctions Figure 2-10: Concrete Culvert Grill Concrete Pipe a • 3/8" (9.5mm) Round Bolts or Power Bars Welded At All Driven Pins Junctions 31 UFC 4-022-03 1 October 2013 2-12.6.3 Utility Openings Inlets for utility openings that are outside of the fence line must have a debris catcher with grating. As shown in Figure 2-11 a/b below, inlets for utility openings that are outside of fence line must have a debris catcher (i.e. chain link fabric) with the grating on the inlet side. Caution must be taken when using debris catchers to ensure that plugging and flooding of the area surrounding the headwall do not occur. 2-12.6.4 Additional Considerations In lieu of installing a grill in the utility pipe itself, provide manhole covers, 10 inches (254 mm) or more in diameter, covering a utility which passes through security perimeter fencing of a restricted access area and secure with locks and hasps or by welding them shut or by bolting them to their frame, or by using keyed bolts. Hasps, locks, and bolts must all be made of materials that resist corrosion. Figure 2-1 la: Utility Openings Chain Link Fabric . Hasp With Padlock Or Plan Security Barrier ' Flow - a Welded Bar GrillIV . + . 32 UFC 4-022-03 1 October 2013 Figure 2-11b: Utility Openings 0TE; =LL MATERIALS SHALL BE HOT DIFHED GALVANIZED. ALL ELDS SHALL BE COATED WITH A REPAIR COATINC --9"{MA%) MATCHING ORIGINAL COATING. I i 2. SECURITY BAR GRATES AT OTHER DRAINAGE STRUCTURES SHALL BE INSTALLED IN A SIMILAR MANNER. PLAN 6"MIN.IMBEDMENT 2-1/4- PLAT HORIZ. BARS 09" O.C. W/7/S-0 HOLES®9"O.C. \ 3/4'o VERTICAL BARS A 9"O.C. • 9-(MAX ————— —————— 6-MIN. IMBEDMENT _-_ __ 9-(MAX) T. WELD VERTICAL BARS TO FLATI _ BARS AT ALL POINTS OF INTERSECTION. IMBED END OF I ! ALL BARS 6-(MIN) INTO CONIC.I SECTION I I I I L—————————————— A --------------J ELEVATION 2-12.7 Drainage Crossing Fencing passing over ditches or swales is intended to provide protection to prevent unauthorized entry. Ditches and swales that do not receive frequent water flow must provide additional fencing below, suspending from the lower rail of the main fence to the auxiliary frame and around the sides of the ditch. See Figure 2-15. The added fence must be attached every 2 inches (51 mm) along the intersection of the two fence sections and either attached to a series of ground stakes secured to the sides and bottom of the ditch, or embedded in a concrete sill in the ditch or swale as shown in Figures 2-12 and 2-13. Concrete curbing must be used to fill areas between fencing and ground surface. Provide a screen arrangement below fencing using vertical and/or horizontal steel bars or pipes for ditches and swales receiving frequent water flow. Provide a maximum spacing of 9 inches (229 mm) between either vertical or horizontal bars. Possible debris must be considered when designing the spacing between bars. Crossing bars must be welded at each intersection, with bars embedded 6 inches (152 mm) into concrete and fastened to the bottom rail of the crossing fence. See Figures 2-14a/b/c/. Analyze the hydraulic capacity of ditches, swales, and culverts to verify the bar grills will not decrease the channel flow capacity below the maximum expected design flow. 33 UFC 4-022-03 1 October 2013 Steel used for grill must be in accordance with ASTM A529 and the corrosion prevention control section of this UFC. 2-12.8 Tunneling Prevention Soil under fence must provide a minimum of 15 seconds of tunneling resistance using hand tools. Tunneling prevention must be used in areas containing "soft" soils. UFC 3- 220-10N describes "very soft" and "soft" soils as those that can be extruded between fingers when squeezed and/or molded by light finger pressure. Classification of soils must be in accordance with ASTM D2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System), and ASTM D2488, Standard Practice for Description and Identification of Soils (Visual-Manual Procedure). Areas with a soil analysis indicating that "soft" soils are present must embed fencing in a continuous concrete curb. The recommended depth of the curb will be determined from the soil analysis and the frost depth at the facility. The frost depth for the subject areas must be considered to assure that heaving of posts and curb cannot occur during the winter. If the soil analysis does not indicate tunneling may occur quickly, continuous concrete curbing may still be considered as an added protective measure. Nuclear sites with very sandy terrain are directed to have a soils engineering analysis to determine the recommended depth of the concrete curb. Restricted access facilities with a risk of tunneling may provide IDS for tunneling protection. Welded wire mesh fence systems may incorporate additional fence panels for burial on the secure-side of the perimeter and tie-wired to the vertical panels to deter tunneling. Figure 2-12: Swale Crossing with Ground Stakes Ir Fence Material Tied To Stakes Embedded in Earthen Ditch UFC 4-022-03 1 October 2013 Figure 2-13: Swale Crossing Embedded in Concrete ji- � r Fence Material Embedded in Concrete Ditch and Tied To Fence Figure 2-14a: Bar Grill Embedded in Concrete gtb 3/8" (9.5mm) Round Bars Welded At All Junctions And Embedded in Concrete 35 UFC 4-022-03 1 October 2013 Figure 2-14b: Bar Grill Embedded in Concrete L 1-1/2%1-1/2%3/16" A FFH 1/8" GREATER THAN BAR DIAMETER HOLES -FLAT BAR 2-1/4"XV5" 4; O.C. 4" ABD'VE 6"-9" O.C. W/ 1/8" GREATER BOTTOM OF FENCE FABRIC THAN BAR DIAMETER 0 8"-9" Q,C. CONTINUOUS BETWEEN FENCE POSTS_ BAR DIAMETERS BASED ON FENCE HEIGHT 0 6"-9" O.C_ 1 p f L - A FENCE SECURITY BARRIER NO SCALE Figure 2-14c: Bar Grill Embedded in Concrete 3/8" STEEL CLAMP 0 EACH POST WITH 1/4"0 HIGH BANK OF DITCH BOLT (PEEN THREADS AFTER INSTALLATION) FENCE POST_ FLAT BARS 2-1/4'x3/8" BAR DIAMETERS BASED ON ® 6"-9" O.C. W/ 1/8" FENCE HEIGHT 9 6"-9" O.C. GREATER THAN BAR WELD TO ANGLE & FLAT HARS DIAMETER HOLES ® 6°-9° O.C. 6" MAX. N I r I 2" CLEAR — cv I ai L� SECTION A—A NO SCALE 36 UFC 4-022-03 October Figure 2-15- Chain Link Fence over Ditch 4 i rliw IN 37 w t. UFC 4-022-03 1 October 2013 This Page Intentionally Left Blank 38 UFC 4-022-03 1 October 2013 CHAPTER 3 GATES 3-1 GATES OVERVIEW 3-1.1 Access Control Access Control is a primary design consideration for gate systems. The design of gates must consider and address the following items to ensure proper specification of power- operator accessories and controls. See Appendix C for details of standard gates. • Pedestrian traffic • Reversing devices to keep gates from closing on vehicles • Traffic flow • Number of open and close cycles • Type of vehicles • Operational site security plan • Provide lighting in accordance with UFC 3-530-01, Design: Interior and Exterior Lighting and Controls. Gates, as part of perimeter fences, must be as effective as their associated fence to provide an equivalent deterrent. Gates will normally require additional hardening features due to their location across entrance roads and the inherent vulnerability of their hinges and latches. Gates are known to be the weakest point in the perimeter security fence and as such, attention must be paid to their requirements when designing security fencing. Materials used in fabricating and erecting chain-link gates must be the same as the materials used for the associated chain-link fence. A primary concern for gate design associated with security fences is to assure that the bottom of the gate fabric extends within 2 inches (51 mm) of the roadbed or firm soil when closed. Where possible, pedestrian and vehicular gates should be clearly separated and defined. 3-2 PERSONNEL GATES Personnel gates are intended to be designed to permit only one person to approach the guard at any time. Turnstile gates may be considered to control personnel entry. Gates must conform to the Architectural Barrier Act (ABA) Accessibility Standard for Department of Defense Facilities as adopted by the Deputy Secretary of Defense memorandum dated October 31, 2008. 3-2.1 Single Swing Gates Design single swing gates to match fence fabric height, with an additional 1 ft (305 mm) of three strand barbed wire added to the height if barb wire is part of the fence structure. The gate opening should not exceed a width of 14 ft (4.3 m). See ASTM F900 for additional gate requirements. 39 UFC 4-022-03 1 October 2013 For pedestrian use, single swing gates may be considered as the second alternative to turnstile gates. See Figure 3-1 for a fixed and welded single swing gate example 3-2.2 Turnstile (Rotational) Gates Turnstile gates are manufactured as single or tandem and are available for ABA access. Tandem turnstile gates should be considered where high volumes of pedestrian traffic are exchanged from both sides of the perimeter such as shift work. Only full height turnstile gates are permitted for access through security fencing. Automated access control systems such as card readers, push button, and wireless remote can be incorporated to access turnstile gates. Metal detectors and counters are also available as accessories. Movement of travel can be set for clockwise, counterclockwise, or bi- directional. Arms and barrier tubing are 1-3/4 in (44.5) diameter, 14 gage. Overall exterior height is 91 in (2.31 m) with a pedestrian walk through height of 84 in (2.13 m). Provide canopy or barbed wire/barbed tape over top channel between adjacent fence posts. Provide Barbed wire/tape in accordance with Chapter 2. See Figure 3-2 for a turnstile gate example. See Appendix C for design details of turnstile (rotational) gates. Figure 3-1: Single Swing Gate Post Cap Three Frame Cap r Strand Barbed Hinge Gate Post Truss Rod JW Latch Turnbuckle f Gate Frame J ~JI Gate Opening 40 UFC 4-022-03 1 October 2013 Figure 3-2: Turnstile/Turnstile with Barbed Wire Three Strand Barbed Wire Gate Post Fabric Cover For Solenoid Control 3-3 VEHICULAR GATES Vehicular gates should limit opening sizes when possible to decrease open/close cycle time. There is no maximum height for vehicular gates. Coordinate gate height with surrounding/adjacent security fencing and the width will be at least as wide as the road entering the gate. The operational requirements for the gate must be evaluated to determine which gate type is most suitable. Analysis for all vehicular gates must consider daily peak of vehicular traffic and the operational access control requirements for the secured area to determine opening size, gate type, and whether an automatic operator is needed. Follow the requirements of ASTM F2200 for gates used for vehicular traffic that are to be automated. Cantilevered, sliding or wheel supported gates are considered the best selection for vehicle security gates followed by overhead sliding gates, swing gates, vertical tilt and overhead "guillotine" gates. Areas where snow and ice are prevalent may consider using cantilever or swing gates instead of tracked sliding gates. However, if sliding gates are used, consideration should be given to adding internal heating for gate mechanisms. Areas where real estate is tight vertical tilt gates are recommended. 3-3.1 Sliding Gates Sliding gates must have all entry-exit points secured with a heavy duty sliding steel, iron, or heavily braced chain link gate equipped with a heavy locking device. The cross- slope of the road surface must be sloped at a constant grade for the full length of the 41 UFC 4-022-03 1 October 2013 gate path to permit proper drainage while maintaining smooth operation of the gate opening and closing. Where a sliding gate is installed at an existing paved entrance, the pavement may be filled or leveled where the gate will be installed. Follow the requirement of ASTM F1184 for sliding gates. 3-3.1.1 Single Wheel-Supported (V-groove) Sliding Gate A guide rail or trough across the roadbed is utilized by this type of gate. The trough provides a smoother surface for vehicular traffic, but is not recommended due to debris buildup. Single wheel supported sliding gates do not have an opening distance restriction, but are limited by the power requirements of the gate operator. Wheel supported gates require 1/3 less straight level storage space along adjacent fence than cantilevered. 3-3.2 Cantilevered Gates 3-3.2.1 Single Cantilevered Gate All single cantilevered gates should use full support and suspension of gate frame by four rollers secured to two posts inside the restricted area. Single cantilevered gates are not recommended for openings exceeding 24 ft (7.3 m). When an opened gate rests parallel to existing fence, a straight and level fence line 1.5 times the size of the opening should be made to accommodate when the gate is fully open. See Figure 3-3 and Appendix C for an example of single cantilevered gates. 3-3.2.2 Double Cantilevered Gate Double cantilevered gates are not recommended for openings greater than 48 feet (14.6 m) and should be constructed in a similar manner as described for single cantilevered gates as shown in Figure 3-4. 3-3.3 Double Swing Gates All double swing vehicular gates must be designed to swing inward, toward secured area. A 2 inch (51 mm) maximum clearance must be maintained between the bottom of fence and the road surface when gate is in closed position. The road surface may be leveled or sloped downward in the direction the gate opens. Recommend gate openings for double swing gates are not greater than 28 feet (8.5 m). Table 3-1 provides recommended concrete foundation diameters for swing gate posts. A minimum of 3 feet (915 mm) deep concrete foundation must be used for swing gate posts. Gate swings greater than 90 degrees must be designed with a large arc space for proper operation. See Figure 3-5 for double swing gates. 42 UFC 4-022-03 1 October 2013 Table 3-1: Gate Post Foundations Steel Post Foundation Hole Gate Leaf Length Diameter Diameter 2.875 in (73 mm) 18 in (450 mm) 0 - 6 ft (0 - 1.8 m) 4.000 in (101.6 mm) 24 in (609.6 mm) 6 - 12 ft (1.8 - 3.7 m) 6.625 in (168.3 mm) 36 in (914.4 mm) 12 - 18ft (3.7 - 5.5m) 8.625 in (219 mm) 40in (1016mm) 18 - 24ft (5.5 - 7.3m) Figure 3-3: Single Cantilevered Gate Gate dpeenf ng Three Strand Barbed Wire 0,rfseL for Barbed Wire Latch Gate Post Frame Brace Pm i Gate Gate Frame 1 Gate Poet J�'� SAS: Roller ASSemb Figure 3-4: Double Cantilevered Gate Three 5tra Gote Oven f no Offset For ENV-bed W l r o Bar b od W f r o Brace f�I 1 Latch Gsia Pn02 pate Frown '\;}tip'-':�;? }• Get" Poet Center prop Gera Gate Poet Roller Assembly 43 UFC 4-022-03 1 October 2013 Figure 3-5: Double Swing Gate Three Strand Frame Cap Barbed WireAA - Post Cap Hinge Truss Rod Turnbuckle , Latch 1i:rf Center Drop Bar :ri3 t 3-3.4 Vertical Pivot Gate Vertical pivot gates can be manufactured with chain link fabric, expanded metal, ornamental, or similar materials as indicated within this document. A 2 inch (51 mm) maximum clearance must be maintained between the bottom of fence and the road surface when gate is in closed position. Recommend gate openings are not greater than 24 feet (7.3 m). For openings greater than 24 feet (7.3 m), consult with the manufacturer. See specific manufacturer requirements for gate foundation. 3-3.5 Overhead (Sliding) Gates An overhead gate is a horizontal slide gate supported by an I-beam or enclosed track that is suspended above the opening. The support must extend at least the full opening width on one side of the opening to support storing the gate parallel to the adjacent fence line when the gate is opened. The gate storage area must be in line with the gate opening and either be level or have a decreasing grade to accommodate the gate when it is fully opened. Gates may be suspended from the I-beam or enclosed track by rollers attached to posts extending upward from the leading and trailing edge of the gate. The overhead beam or track height is intended to allow room for the largest possible vehicle going through the gate. Gates should be suspended above ground from the overhead beam or track and supported laterally near the ground by vertical rollers. The I-beam may be applied to strengthen the gate for peak hour traffic, large opening sizes, and heavy gate construction. More posts extending upward from the center of the gate to the tracks may be added to carry heavier loads. Overhead gates must conform to ASTM F1184. 3-3.4.1 Single Overhead Supported Gate See Appendix C for design details of single overhead supported gates. 44 UFC 4-022-03 1 October 2013 3-3.4.2 Double Overhead Supported Gate (Biparting) Gate See Appendix C for design details of double overhead supported gates. 3-3.6 Vertical Lift Gate The vertical lift gate, or "guillotine" gate, should be used where the topography does not provide enough room to store the gate adjacent to the fence line. Vertical lift gates should have a counterweight with a continuous drive chain on each side. 3-4 GATE REINFORCEMENT The gates discussed under the `Vehicular Gates' paragraph above are non-reinforced gates and not considered to resist impact by vehicles. Standard non-reinforced gates can be fitted with cables, chains, and anchors to increase their resistance to penetration by vehicles. In addition, there are proprietary, rated active vehicle barrier gate systems that are designed to resist penetration by vehicles. See UFC 4-022-02 for additional information on active and passive vehicle barriers. Provide cables at a minimum 3/4 inch (19 mm) wire rope in accordance with ASTM Al023/A1023M. Welded alloy steel chains must be minimum 1/2 inch (13 mm) diameter. These wire ropes must then be chained together and fastened with padlocks to create a continuous barrier. Padlocks used with this system must be medium security padlocks. The wire ropes must be positioned as to not interfere with gate operations when the chain is removed. Figures 3-6 through 3-8 and details in the drawings of Appendix C provide illustrations for reinforced gates. Application of deadman anchors must be in accordance with the provisions of Chapter 2. See Appendix C for additional reinforcement details for gates. 3-4.1 Swing Gates For swing gates, the cable must be looped around the gatepost, the gate frame upright, and through the fence cable loop. Cable must be strung across the inside of the gate leaf and fastened around the vertical gate frame upright and fabric tension bar midway above the road surface. The cable must be terminated with a swaged loop or wire rope clamp around the gatepost to interconnect with the gate cable barrier system. All cable ends must be looped and terminated with either four wire rope clamps or hydraulically swaged wire rope fittings. Remove sheathing on covered cables at connections so that the connections can be properly made and rated. 45 UFC 4-022-03 1 October 2013 Figure 3-6: Locking Assembly for Reinforced Swing Gate Gate Frames 3/4 Inch ClS.1mmD wrro Plopa II swaged On Clamp Chain Padlock Canter Drop Bar Figure 3-7: Locking Assembly for Reinforced Sliding Gate C' La Frames FlnC! 50ct to C �! SlCt ion 3i♦ n C"19-'1mm� W\r!1 Bola! Swaped On Glanp WnN 1 Ilia YnO 1 y CF\e 1., Pad 1 ocic C-Channol FlnC¢ Po52 46 UFC 4-022-03 1 October 2013 Figure 3-8: Locking Assembly for Reinforced Vertical Lift Gate Vertical Li t Framework Farce Past Gate Frame Fence Section Gate sectlon 31 4 I ncrl CIO_IMMD wl r e dope chain awaoed 4n Clamp Padlock 3-4.2 Sliding Gates For sliding and vertical lift gates, the same materials must be used for reinforcement; however, the cable placement may vary. These gates must have the cable running along the length of the gate in the inside and looped around the frame in an appropriate place. The cable must be terminated and fastened as described previously in this section. There are times when a gate reinforcement cable barrier system is desired but a cable reinforcement system for the adjoining fence is not necessary since terrain, natural barriers, structures, or other passive barrier features provide vehicle crash protection adjacent to the gate. In such cases, the gate cable system can be terminated directly on each side of the gate with the deadman anchors. 3-5 LATCHES AND HINGES Hinge selection must consider size of the gate and frequency of use. Weld hinges to the gate post and gate frame if increased resistance against tampering is desirable. In addition, hinges may incorporate welded security top plates, reverse the direction of hinge pins, or have the hinge pins spot welded to provide increased tamper resistance and displacement during an incident. 3-6 LOCKING SYSTEM As a minimum any locking system must provide penetration resistance equal to an approved general field service padlock. Where sally-port gates include automatic latches and the gate provides access for emergency vehicles or other special situations, 47 UFC 4-022-03 1 October 2013 the gatehouse must have an emergency override. The padlocked bolt or plunger arrangement must not be easily accessible from outside the barrier. Padlocks used must be medium security padlocks. See Appendix C for design details of chain and wire rope locking systems. 3-7 GATE POWER OPERATORS Locate all gate operators to prevent tampering from outside the fence. Coordinate design of gate operating systems with the Command Safety Officer to ensure consideration of site particular operating accessories, warning devices, and safety systems. Coordinate gate operation safety with guidance provided in UFC 4-022-01, Security Engineering: Entry Control Facilities/Access Control Points. Provide powered gate operators for vertical lift gates unless use is infrequent and manual operation is reasonable. Powered gate operators with automatic latching systems must be provided at nuclear storage facilities. 3-7.1 Sliding Gate Power Operators Automated sliding gates at restricted areas should use positive drive rail gate power- operators. 3-7.2 Swing Gate Power Operators Swing gate power operators may be either positive drive or electromechanical swing. 3-7.3 Linear Induction Gate Operators A linear induction gate operator incorporates electromagnetic Linear Induction Motor (LIM) technology, eliminating moving drive components, hydraulic fluids and lubricants and their environmental risks. This technology combines unprecedented speed and reliability and without moving drive components, making it efficient in operation and less costly to maintain. This technology is compatible with existing access control devices and can be specified for new construction or easily retro-fitted to accommodate existing gates. No requirement for any connecting mechanisms such as chains, gear boxes, or belts. Can work in the most rugged environment and has flexible settings that allow for variable and differentiate speeds for open and close mode. LIM technology can reach gate operating speeds of up to 8 feet (2.44m) per second — a significant improvement over existing designs that operate at approximately 1 foot (0.305 meter) per second. 48 UFC 4-022-03 1 October 2013 APPENDIX A REFERENCES DEPARTMENT OF THE AIR FORCE httg://www.e-publishing.af.mil/ .ate AR 31-101, Integrated Defense (FOUO) AFMAN 31-108, The Air Force Nuclear Security Manual (FOLIO) AFMAN 32-1084, Civil Engineering: Facility Requirements DEPARTMENT OF ARMY http://armvpubs.army.miI/index.htmi AR 190-11, Physical Security of Arms, Ammunition, and Explosives AR 190-13, The Army Physical Security Program AR 190-16, Physical Security AR 190-54, Security of Nuclear Reactors and Special Nuclear Materials ATTP 3-39.32, Physical Security ASTM: SEE REFERENCE TABLE BELOW http://www.astm.org/ CHAIN LINK FENCE MANUFACTURERS INSTITUTE http://www.associationsites.com/main-pub.cfm?usr=clfma CLF-SFR0111, Security Fencing Recommendations CLF-PM0610, Product Manual DEPARTMENT OF DEFENSE http://www.dtic.mil/whs/directives/ DoD 1 2000.12, DoD Antiterrorism Program DoD 1 2000.16, DoD Antiterrorism Standards DoD 0-2000.12H, DoD Antiterrorism Handbook DoD 5100.76-M, Physical Security of Sensitive Conventional Arms, Ammunition, and Explosives 49 UFC 4-022-03 1 October 2013 DoD 5200.08-R, Physical Security Program DoD S-5210.41-M, Volumes 1-3, Nuclear Weapons Security Manual: The DoD Nuclear Weapon Security Program (FOLIO) GTA 90-01-011, Joint Forward Operations Base (JFOB) Survivability and Protective Construction Handbook- (For Official Use Only/FOLIO]) DEPARTMENT OF DEFENSE, UNIFIED FACILITIES PROGRAM http://dod.wbdg.org/ U FC 1-200-01, General Building Requirements UFC 3-220-10N, Soil Mechanics UFC 3-260-01, Airfield and Heliport Planning and Design U FC 3-530-01, Design: Interior and Exterior Lighting and Controls U FC 3-600-01, Fire Protection Engineering for Facilities U FC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings UFC 4-020-01, DoD Security Engineering Facilities Planning Manual UFC 4-020-02, DoD Security Engineering Facilities Design Manual (Draft) UFC 4-021-02, Electronic Security Systems UFC 4-022-01, Security Engineering: Entry Control Facilities/Access Control Points UFC 4-022-02, Security Engineering: Design and Selection of Vehicle Barriers UFC 4-141-1ON, Design:Aviation Operation and Support Facilities UFGS 32 31 13.53, High-Security Chain Link Fences and Gates UFGS 32 31 13, Chain Link Fences and Gates UFGS 32 31 26, Wire Fences and Gates IEEE http://www.ieeeusa.or-q/ IEEE C2, National Electric Safety Code IEEE Std 80TM-2000, IEEE Guide for Safety in AC Substation Grounding 50 UFC 4-022-03 1 October 2013 DEPARTMENT OF THE NAVY http://doni.daps.dIa.miI/defauIt.aspx OPNAVINST 5210.16, Security of Nuclear Reactors and Special Nuclear Material OPNAVINST 5530.13C, Physical Security Instruction for Conventional Arms, Ammunition, and Explosives (AA&E) OPNAVINST 5530.14E, Navy Physical Security and Law Enforcement Program NTTP 3-07.2.3, Law Enforcement and Physical Security MCO 5530.14A, Marine Corps Physical Security Program Manual, http.11www.marines.mil/Portals/59/Publications/MCO%205530 14A.pdf UNITED STATES ACCESS BOARD Accessibility Standard For Department of Defense Facilities, http://www.access- board.gov/quidelines-and-standards/buildings-and-sites/about-the-aba- standards/aba-standards ASTM httg://www.astm.org// ASTM FOR FENCING DOCUMENT NUMBER TITLE FENCE TYPE - COMPONENT ASTM F552 Standard Terminology Relating Chain Link/All to Chain Link Fencing ASTM F1553 Standard Guide for Specifying Chain Link/All Chain Link Fence Standard Guide for Design Chain Link/Design & *ASTM F2611 and Construction of Chain Construction Link Security Fencing Standard Specification for *ASTM F1712 Steel Chain Link Fencing Chain Link/All Materials Used for High Security Applications ASTM F567 Standard Practice for Installation Chain Link/installation of of Chain- Link Fence Standard Specification for Zinc- ASTM A392 Coated Steel Chain- Link Fence Chain Link/Fence Fabric Fabric Standard Specification for *ASTM A491 Aluminum- Coated Steel Chain Link/Fence Fabric Chain- Link Fence Fabric 51 UFC 4-022-03 1 October 2013 ASTM FOR FENCING DOCUMENT NUMBER TITLE FENCE TYPE - COMPONENT Standard Specification for Polyvinyl Chloride(PVC), ASTM F668 Polyolefin and Other Polymer Chain Link/Fence Fabric Coated Steel Chain Link Fence Fabric Standard Specification for Zinc- ASTM F1345 5%Aluminum-Mischmetal Alloy- Chain Link/Fence Fabric Coated Steel Chain- Link Fence Fabric Standard Specification for ASTM F1183 Aluminum Alloy Chain Link Chain Link/Fence Fabric Fence Fabric Standard Specification for Chain Link/Post & Line *ASTM F626 Fence Fittings Caps; Rail & Brace ends; Tie wires; Tension bars; Barbed Wire arms Standard Guide for Design and ASTM F2814 Construction of Ornamental Ornamental/Design & Steel Picket Fence Systems for Construction Security Purposes Standard Specification for *ASTM F2408 Ornamental Fences Ornamental/Pickets Employing Galvanized Steel Tubular Pickets Standard Specification for ASTM F2589 Ornamental Fences Employing Ornamental/Pickets Steel Tubular Pickets Standard Specification for ASTM B221 Aluminum and Aluminum-Alloy Ornamental/All Extruded Bars, Rods, Wire, Profiles, and Tubes Standard Specification for *ASTM A121 Metallic- Coated Carbon Steel All/Barbed Wire Barbed Wire ASTM F1379 Standard Terminology Relating All/Barbed Tape a.k.a to Barbed Tape Concertina *ASTM F1910 Standard Specification for All/Barbed Tape a.k.a Long Barbed Tape Obstacles Concertina *ASTM F1911 Standard Practice for All/Barbed Tape a.k.a Installation of Barbed Tape Concertina 52 UFC 4-022-03 1 October 2013 ASTM FOR FENCING DOCUMENT NUMBER TITLE FENCE TYPE - COMPONENT Standard Specification for Poly(Vinyl Chloride) (PVC) and *ASTM F1665 Other Conforming Organic Chain Link/Barbed Wire Polymer- Coated Steel Barbed Wire Used with Chain-Link Fence Standard Specification for *ASTM F1043 Strength and Protective Chain Link/Post; Rail Coatings on Steel Industrial Fence Framework Standard Specification for *ASTM A702 Steel Fence Posts and Taut Wire, Wood/Post Assemblies, Hot Wrought Standard Specification for *ASTM F1083 Pipe, Steel, Hot Dipped Zinc- Chain Link/Post; Rail Coated (Galvanized) Welded, for Fence Structures Standard Specification for Cold-Formed Welded and *ASTM A500/A500M Seamless Carbon Steel Chain Link; Structural Tubing in Rounds Ornamental/Post; Rail and Shapes Standard Specification for Hot- Chain Link; Ornamental/Post; ASTM A501 Formed Welded and Seamless Carbon Steel Structural Tubing Rail Standard Specification for Chain Link; Ornamental/Post; ASTM 13429/13429M Aluminum Alloy Extruded Structural Pipe and Tube Rail Standard Specification for Welded Wire Mesh Fence Fabric (Metallic-Coated or *ASTM F2453/F2453M Polymer Coated) for Meshes Welded Wire Mesh/Fabric of 6 in [3871mm2] or Less, in Panels or Rolls, with Uniform Meshes Standard Specification for Welded Wire Mesh Fence Fabric ASTM F2919/F2919M (Metallic-Coated or Polymer Welded Wire Mesh/Fabric Coated) with Variable Mesh Patterns or Meshes Greater than 6 in [3871mm2]in Panels ASTM F1267 Standard Specification for Metal, Expanded Metal/Design & Expanded, Steel Construction 53 UFC 4-022-03 1 October 2013 ASTM FOR FENCING DOCUMENT NUMBER TITLE FENCE TYPE - COMPONENT Standard Guide for Design *ASTM F2780 and Construction of Expanded Expanded Metal/Design & Metal Security Fences and Construction Barriers Standard Specification for *ASTM F2548 Expanded Metal Fence Expanded Metal/All Systems for Security Purposes Standard Specification for *ASTM F900 Industrial and Commercial All/Gate Steel Swing Gates Standard Specification for *ASTM F1184 Industrial and Commercial All/Gate Horizontal Slide Gates Standard Specification for *ASTM F2200 Automated Vehicular Gate All/Gate Construction Standard Specification for Design Fabrication, and ASTM F537 Installation of Fences Wood/All Constructed of Wood and Related Materials Standard Specification for *ASTM A1023/A1023M Stranded Carbon Steel Wire All/Reinforcing Ropes for General Purpose Standard Specification for ASTM F1145 Turnbuckles, Swaged, Welded, All/Reinforcing Forged NOTES: 1. This portion of the table, ASTM FOR FENCING, provides the ASTM Standard Specification/Standard Design and Construction specifications and requirements for the different fence systems indicated in this UFC. Not all are specifically referenced in this UFC. These specifications are provided for information and reference. Those specifically referenced in this UFC are indicated with an asterisk (*) and are in bold type. 54 UFC 4-022-03 1 October 2013 MISCELLANEOUS ASTM DOCMENT NUMBER TITLE FENCE TYPE - COMPONENT Standard Specification for *ASTM A529 High-Strength Carbon- Steel, Grill Manganese Steel of Structural Quality Standard Practice for Classification of Soils for *ASTM D2487 Engineering Purposes All/none (Unified Soil Classification System) Standard Practice for *ASTM D2488 Description and Identification All/none of Soils (Visual-Manual Procedure Note: Those specifically referenced in this UFC are indicated with an asterisk (*) and are in bold type. 55 UFC 4-022-03 1 October 2013 This Page Left Intentionally Blank 56 UFC 4-022-03 1 October 2013 APPENDIX B GLOSSARY B-1 DEFINITION OF TERMS Active Sensors: A sensor that can receive signals from either itself or other devices. Attack Side: The outer side of the perimeter fence for a protected area. The side from which to expect attacks or forced entry. Bollards: Reinforced concrete shapes or sleeves, or steel pipe filled with concrete, used to slow down vehicles and/or deny vehicle access. Clear Zone: Area free of obstacles, topographical features and vegetation which reduce the effectiveness of the physical barrier, impede observation or provide cover and concealment of an intruder. Color Polymer Coating: A coating on chain link fences to further protect and add color. Concrete Sill or Curb: A concrete section to create a non-passable connection between a fence and the existing ground. Corrosive or Salt Laden Environment/Atmosphere: Atmosphere which contains enough salt or corrosive elements to corrode a fence enough to decrease the intended strength. These areas are typically bordering oceans or other water bodies. For the application of coating requirements in this UFC, the corrosive atmosphere is considered 10 miles (16 kilometers) from coastal mean high water line. Deadman Anchor : An anchor for fence or gate reinforcement cables which transfer the force from the fencing or gate fabric/surface to the ground. Deadman anchors are typically concrete blocks buried in the ground. Electronic Security System (ESS): The integrated electronic system that encompasses interior and exterior Intrusion Detection Systems (IDS), Closed Circuit Television (CCTV) systems for assessment of alarm conditions, Automated Access Control Systems (ACS), Data Transmission Media (DTM) and alarm reporting systems for monitoring, control and display. Eye Ends: Center space created when looping a wire for termination or reinforcement. Fabric Diamonds: The opening formed by the woven wires in chain link fence fabric. Fabric Tension Bar: A bar that the fencing fabric is attached to and it serves to hold the fabric tight to decrease ability to deform. 57 UFC 4-022-03 1 October 2013 Fencing Accessories: Any fasteners, ties, wires or other objects used to attaching the fencing fabric, posts or top guards. Fence Fabric: As used in this document means (chain link, ornamental, welded wire mesh, expanded metal). Gate Leaf: A panel of a gate (There is one gate leaf for single fences and two for double fences). Gates Openings: In the barrier system to allow authorized entry and exit. Intrusion Detection System (IDS): A system consisting of interior and exterior sensors, surveillance devices, and associated communication subsystems that collectively detect an intrusion of a specified site, facility or perimeter and annunciate an alarm. Line Posts: intermediate posts spaced a maximum of 10 feet (3 m) apart and considered the backbone of the fence line. Mesh Openings: The opening formed by the woven wires. Moving Vehicle Bomb Tactic: A forced entry tactic to place an explosive or other damaging terrorist device in a moving vehicle to create a mobile vehicular weapon. Natural Boundaries: Natural formations such as bodies of water, rough terrain, or densely wooded areas that may act as a barrier to define and protect the restricted area's perimeter. Outriggers: Metal top guards which are placed on the top of the barrier and may consist of at least one vertical arm, angled arm facing inside, angles arm facing outside or two angles arms facing both inside and outside. In addition, there may be more than one arm on each side if desired. The number and direction of arms depends on the nature of the barrier. Passive Barriers: A passive barrier has no moving parts. Passive barrier effectiveness relies on its ability to absorb energy and transmit the energy to its foundation. Highway medians (Jersey), bollards or posts, tires, guardrails, ditches and reinforced fences are examples of passive barriers. Passive Sensors: A sensor that receives signals through light or radio waves. Protected Side: The inside of the fence that is being protected through various security measures. Sally Ports: Sally ports are used to control entry into highly protected and restricted areas and used as part of an entry control facility/access control point for vehicle inspection. 58 UFC 4-022-03 1 October 2013 Secure Side: The inside of the fence that is being protected through various security measures. Special Nuclear Material (SNM): Nuclear material that requires extensive protection. Swaged Loop: A loop created by looping a wire and fastening the loop with a swaged on clamp. Swing Gates: Gates for entrance or exit that swing open either manually or automatically when controlled either electronically or manually. Taut Wire: Wire that is continuously under tension through a series of spring connections. Tension Bar: The bar that is threaded through the last vertical link of fabric. It attaches the fabric to the terminal post. Top Guard: Additional protection of fences or other barriers that are placed on top of the barrier to prevent climbing or jumping. Possible top guards include, but are not limited to, outriggers with barbed wire, concertina wire, or barbed tape. Truss Rods: A rod used in brace assemblies to draw and hold the line post firmly to the brace rail. The truss rod uses an adjustable turnbuckle to maintain proper tension. Truss rod details can be seen in the "Non Reinforced Chain-Link Fence" drawings in Appendix C. Turnbuckles: A metal coupling device consisting of an oblong piece internally threaded at both ends into which the corresponding sections of two threaded rods are screwed in order to form a unit that can be adjusted for tension or length. Turnstile Gates: Pedestrian gates which rotate around a central pole to allow only one entrance at a time. Welded Bar Grill: A series of vertical and horizontal bars that are placed over an opening and welded at all bar crossing points. Additional Terms relating to fences are found in: • ASTM F552 - Standard Terminology Relating to Chain Link Fencing • ASTM F2814 - Standard Guide for Design and Construction of Ornamental Steel Picket Fence Systems for Security Purposes • ASTM F2780 - Standard Guide for Design and Construction of Expanded Metal Security Fences and Barriers • ASTM F1379 - Standard Terminology Relating to Barbed Tape 59 UFC 4-022-03 1 October 2013 • ASTM F537 - Standard Specification for Design, Fabrication, and Installation of Fences Constructed of Wood and Related Materials 60 UFC 4-022-03 1 October 2013 APPENDIX C FENCE AND GATE DESIGN DETAILS The details in this appendix illustrate general layouts for each type of fence or gate. These illustrations are not intended to depict the importance or size of each element. Sizes and dimensions indicated are the minimum requirement that must be modified per service policy and for the specific application, environmental conditions, and local constraints. DRAWINGS FOR SECURITY FENCING, GATES AND CABLING DRAWING DRAWING TITLE NUMBER UFC-700 Chain Link Fencing and Details UFC-701 Barbed Wire/Tape Arrangement Details UFC-702 Chain Link Swing Gate and Details UFC-703 Chain Link Cantilevered Gate Details UFC-704 Chain Link Overhead Roller Gate UFC-705 Typical Turnstile and Bollard Details UFC-710 Typical Cable Reinforced Chain Link UFC-711 Typical Cable Reinforced Chain Link Fence Deadman/Line Post UFC-712 Typical Cable Reinforced Chain Link Fence — Gates UFC-713 Cable Reinforcing Details UFC-714 Cable Reinforcing Details Cont'd UFC-720 Typical Cable Reinforced Ornamental Fence— End Post UFC-721 Typical Cable Reinforced Ornamental Fence Deadman/Line Post UFC-722 Ornamental Cantilevered and Swing Gates and Cabling Details UFC-730 Farm Style Fences UFC-731 Farm Style Gates UFC-732 Farm Style Gate and Fence Details UFC-733 Farm Style Fence Details 61 0 U m Q SW13a(INV 30N33 NNI-1 NIVHO o ON1-18V0(INV S31V!D'9N10N33),11af103S 803 SONIAWHO 3AWN1330 LL 53111-110V3 Quvn!D(INV S31VO'S3ON33 :JN1833N10N3 Aiiu 103S CO-ZZO-b VIa311a0 S3111310V3 43131Nn ?xxxx�,Y�'xxxx�iY�'xxxxxx w axr���xxxxr���xxxx � � J RiY�'xxxxiXXY�'xxxxiXXn - o U xxxxxxiYxxxxxxxiYx> - s dxxxrdxr��xxxxxxx �x> --------.� o� m Ln Q Q - CD O'i O m = _ U r iE _ Q a �< 0 aid m5 X o w W J Z m o w w cl J L _ W m w W Q = a— m Z Z cr Q � W LL Q om d d w o,R- 1 5 a �� w ao = a� z w LD wLU N win c 3 io w z a z w w ~ w [[ J N W C— J W C) J W W co cr d m z Q U) Q LL Non du 0 H - m d N W w U -m Er Ir LU Lu J a w U _ wnNINiw a-t 4 aidin03d sv C� m Q -I'll 11"'.'e I—11-1 —1 amry 1 nie 0 o m < ql Iv DO IN3N30N wa gda GDOU 8 0 ( eNna O ONV m�e'er 1ON�kIBn�S Bo s Nmd Og3 iNBgg \ s Um�dQa ne O�s e`mON� 3NBggg0ND u Bn�SCo 22#¥BgIBo s±gam wOg$Nn | g - \\ j \ \ o c § \§ : _ _ - z - I > \ \ \ $� d; ts\ \� \ \ - 2 0 \ « « \ © », § e , ±( ƒ z = g \ . mLU ± \\\ j / a \\ a _- w } - . < �^ \ \ z / Lu \ LLJ _ _ o / \ 0 o m < 0 o m < q1lvggg��d gN7SANeNEHO C140 ( ONna O ONV miV e'er 1OND=1 kIBnoEi S Bo s Nmd Og3 iNBgg \ s Um�dQa ne O�s e`mON� 3NBggg0ND u Bn�SCo 22#¥BgIBo s±gam wOg$Nn | § / - / M \ \ LU 2 § \ / : \ ^ Cl- / \ LL \ \ ^y ^ \LU ± § 22 /L =o , �RP ^ \ / _ - / _ - § « } 0 « < / \ I - \ � � \ / --= ^ 2 / § \ < KA < r �/ �� \ \ r \ / =, - C \\ d Lj � .:1 .g / § _ jr ! f\ \ - : § / 2: w}\/ a $ \ LUo \ \ LU G 2 LLI \ \ j Lu\ z _ ~ _ --y- � ' _ \ \ \ \ LLJ \ � / \ / LLJ \ \ / 0 o m < 0 U m Q S-1IV134 31V9 0383n3-1I1NV0 ANll NIVHO Cl) ON1�8V0(INV S31V0'9N10N33),iiu 103S 803 SONIAWHO 3AWN1330 � 53111-110V3 ouvne(INV S31VO'S30N33 :JN1833N10N3 A11af103S CO-ZZO-b VIa311a0 S3111310V3 43131Nn Z) Ln Ln v � CL o U W U z Ln Es Sw 3 I'7 I`7 l � - a \ _ r Z Ib � (n Y N Q m N � N a _ a O S1H9121d f1 oN 3 Q 210 3mol — N 213MO1 o— W _ J 8S o W — Q z Z _ 0 _ J n 3 N m Q _ W KN W W Hill C-3 LLL s 4 Q 01 w z QJ J �J cn Q W U o m Q so -I'll 11 v I—a1-1 a 3— nrv»\3ai1le—1 1111 0 U m Q 3iVO 83-IIOH GVDHH3AO ANIl NIHHO ONI-19VO(INV S3iV!D'9NION33),1Iaf1O3S 8O3 S!DNIAAVU(I DAWNI334 LL S3IlI-1I0H3(iuvnJ 4NV S31V!D'S3ON33 :JNI833NIC)N3 Aiiu 1O3S CO-ZZO-b VIa3AHO S3IlI3I0b=l 43I3INn LU _- U)i n U Ln CL U _ fr Q O -- — Z Lu LU (3 — — j2 ¢ ---- `d Ztl01 LO W01109 Ol I 3WVilW 31tl9 JD d01 xvn,9LU - xVW.l NIW,,Z/l N oBs n m U cw du i >I }I m 0 -- -- '.b/I-I ----— U w Lu du --------- �' .:n �� I 0 s s O cn LU 0 LU (!3 G7 W co ! a w Lu a a L.L _ o o W a > ZD O 0 9 z ---- — Z LL o - o O > J - W o Q J z 06 W W o m Q wain-sill 11 v I—a1-1 a 3— nn»\3ai1\:e—1 1111 0 U m Q S-11`d13G dad-1-108(INV 3lI1SNUni-I/01dh1 LO 0 ONI-19VO(INV S31V!D'9N1ON3d),iiu 103S 80d SONIAWHO 3AWNId30 LL S3111-110Hd(iuvnJ 4NV S31VO'S3ON3d :JN1833N10N3 A11af103S CO-ZZO-b VIa311a0 S3111310V=l 431dINn LU Lo U - _ s -off Quo W Ln CL 0 - o s o g 3 - CL p Q B R - w H m ul -- J w a3ew3 LL a — Z w _ U U H ao — O ri rl zm ° - LL 9 cow z— i c e ° � p p - � o how cc co p z CD— w oa J o J W LL z w a- Z U - Z - Z i - Q mm3 0 < x U z Ll U W oar O 0-9 ¢ - W w z m� • g J U W Z [n p LU Y cc w LU _ o m z u � o m Q wad i-I'll 11 v I—a1-1 u l 3— 3 1 1111 0 U m Q ANll NIVHO a3OHOdN13a 3-19VO-IVOldhl � ON1-19VO(INV SDiV!D'9N1ON3d),11af1O3S aOd SONIAWHO 3N11NId34 LL 53111-1I0Hd(iuvnJ(INV S31VO'SDON3d :JN183DN10ND A11af1O3S CO-ZZO-b VIa3AHO S3111310V=1 431dINn Z) LU - a - - -- _ - - - P" Ln - - - J - - - -- m n - W - al— cc: cn Lu — �ntnc�nm O LL -- � me- o vvaldu S 9-Z a , _JI a - II i z II o I I li o I I LL I , < — p N N I �I p U) J a l J a d W 0 U Z p w — n J 21 d - V - W _ Z o Z ¢K 3 I a m ti Q w � o of mwowow iw �I owm J z 21 Q m/ Im a y _ z i H I Q I z ¢ +' Z LU Sm C1 Q N W\ O I I O � H _ 0 o Z C -m LWi O LU OLU III -------II - d w J J 0 0 � IL w --- a I LL LL z w w wc� �r-z 33 � s w o�ri om� w � zwm r o m Q i i I'll 11 —11 n-11111\11N.11 nrv»\3ainle awvn nu 0 U m Q 1SOd 3N1-1(INV NV1NGVDG-30N3J ANll NIVHO dNI3a 3-19VO-IVOld)xl ONI-19VO(INV S31V!D'9NION3d),1Iaf103S 80d SONIAWHO DAWNId30 LL S3IlI-1I0Vd Quvn!D(INV S31VO'SDON3d :JN183DN10ND Aiiu 1O3S CO-ZZO-b VIa3AHO S3IlI3I0Vd 43IdINn Z) LU � M J �i } -------------------- --- U Ln 3 BV = Ln CI-O _ O Er O Ir LL O dAl„b-,C dAl b-,£ ¢ I z N B J U —oenoMnN � m o'er \ \ -- I I I � I c .9 v I LL�`zza a I d�um z I E 0-£ I \ I ti ¢ _- N O <3 ew N w K m H O a d I � _ O w I — — r J 5N I CO Z t I m J I u H Q I z I O Q I i I a ¢ J I o zvi I •• it 1----__-__J�- LU LU LL Q Q O Q 3 a a _ o o m > w _ Lij Q IL C� m d waei I I'll 11 o l 1-11 W-d n-1111\s1rvl,.11 nn»\3a11\e a 1 1111 0 U m Q S31V!D-30N33 NNll NIVH0 030803N138 319VO-1V01dh1 a ON119VO aNV S3iV9'9N10N33 J\11af103S 80d S!DNIAAVU(I 3N11NId30 LL S3111110H3 ouvne(INV S31VO'S30N33 :JN183DN10ND A11af103S CO-ZZO-b VIa311a0 S3111110V=l 431dINn Z) �-r---- ----------------------------- - =I ----------------------------- w w ----------------- -------------- w a J� v o L Ali Ln -wli �, � Ln - z 4wY _ U Er I d z m Q Z Z O O I U U w w co - cn 5 w w I`m CS U \ o W V Q 0 Yz �R! � Z �o a w W a CS W F Z r Q - m Lj w -- __ -------- }} - F �w m o z o way, w w w o�Q o to o i 0 O Q W 7 J 7 cas `�w � w w wcw zz azw o awo LL > wwQ wz o a� ow w m i n o 4 - -------I III - LU 3 III Elk-I W _ W H o- H Q Q - C7 0 u W CJ N - _ N o z J U1 _ cr w - -- - ----- - ----j O w o J Z u CO Q U I O C7 — z U oc a U s [[ O w O z w LL - — - - z ¢� w ¢ o w w cc J W w- J z � m o W Q o � m U Q o�Qo r w ✓ ---- wa -� ------------- w w w w m a;zu a owz z� -w r- < - z - O Lu LU C� m Q zzi I'll 11 —11 n-1111\11N.11 nrv»\3ainle awvn nu 0 U m Q S-11VEI0 DNIOHOJN138 T19VO Cl) ONI-19VO(INV SDiV!D'9N10N33),iiu 1J3S 803 SONIAWHO 3N11N1334 LL S3111-1I0H3 ouvnJ 4NV S31V`9'SDON33 :JN183DN10ND A11af103S CO-ZZO-b VIa311a0 S3111310b'3 43131Nn � U r u `n -- W \ II II II II Q CD O U) 06 Ln C) CCD a o Q m d o w CE 0 m x b U Q z Ace=Al®s3DVds(d,4 �a�� w s a m O U �p II II II II II II II II -LLJ-�LI 1 ICJ-LEI L I� a U` II II II II II II II II z Z Z II II II II II II II II o Q LLI nz w� 2w2wo d3 z. O J d ,L�I Z„Z�l L„Z�I Z ��"A O w\ W Q - - o U Q me oC LU 12 - � J w o J a Q a O r - U cl - - - o - --o C LU a CE _ za LU LU U- m Q az-sill 11 v I—a1-1 a 3— nn»\3111\:e anon nip 0 U m Q (GiNOO)S-lId13G ON10803N138 3-19VO rONI-19VO(INV S3iV!D'9N1ON33)\11af103S 803 SCONIAWHO 3AWN1330 LL S3111-110H3(iuvnJ 4NV S31VO'S3ON33 :JNl833Nl0N3/111af1O3S CO-ZZO-b VIa3AHO S3111310V=l(13131Nn Z) N2oo w Ln w -- ----- -- Ln dLL aw =LL _ d o wLLJ m o Z 0 5 = m = CCD71 0 0 F _ Y . O - ' _ v �a m Maa 0 - LU cn a, cn 0 o(� O k„T�11r m _ CCD 5 - C'3 M Z _ - _ w3a LLo oa¢w 3ko „l og - - cn cz W W Sow � mo ❑ � L_J ❑ J ❑ ohm ElEl �, U � a�'a�zLL"�>=Y a w Z - ❑ _ - w 2 J� _ J Cl Lu \ LU Z �\ F El � F gf r \m LL x m d a ❑ = m CD w o w H e r Z 2 1 Q 0 0 U)El m m H c> w El uJ i x 5318VA wn WINIW Z � a) TT m J Y « az-.o �z/i z ,z U Tj C) - a/�a El = o3m- m O� El ❑ fr 1 _ c�LU a azJma z l w �YLLoa ° ¢ ------ cn N _ N EL Es a� �Q ----- m o= =o o J Q - - v LJ M� y U Q�e O - J - w d a - a ozLL✓ - w - w = - w n a= m U m m TT ai-FioZ cG v p ry 1-11 1—Al3mM 1noAn n-1111\11N.1n ENIA3111\1--1 1111 0 U m Q 1SOd GN3-30N3d-lViN3NVNa0(13080dN138 3-18H0 TdO1d)l1 N ONI-19VO aNV SDiV9'9N10N3d J,11af103S 80d SONIAWHO 3N11NId30 LL 53111-110Hd(iuvnJ(INV S31VO'S30N3d :JN183DN10ND Aiiu lO3S CO-ZZO-b VIa311a0 S3111310V=l 431dINn Z) �aQ - Qgo ocn -- - W - - - - _ �- - - - O - - - Ln LO 0 - - - - _ ®_ W - �3_� — _ _ _ cc - o - - - zgw a o}� ll 6 cn LU Ed O w�z 03 z ut� Q Q z�m _N - (� LLoQwv O ` gd���`"oogozw U ��owo U Q .e u i i H — O N N O H o<w U� M. O H W -Q O _Z aaa d I J W p Z Z Q z o'�Q Q 5 ___-- O W p - i d H p I Z - d w W o. 00 LL -- O O CIE-------- ------- J -- _ w d W Q a3 Q _ U a a U a < �w ay O m Q ezz-I'll 11 I ' o ry 13-1 0—'3mm 3nonn n-1111\11N.10 31rv3J\3111\1 3—nu 0 U m Q 1SOd 3N11(INV aNMOV34-3ON3d 1V1N3WVNHO 43O80dNIDU 319VO 1VO1dA1 c� ON118V0(INV S31V!D'9NION3d),iiunO3S 80d SCJNIMVU(I DAWNId30 LL S3IlIlI0Vd Quvn!D(INV S31VO'SDON3d :JNI83DNI0ND AiiunO3S CO-ZZO-b VIa31Ia0 S3IlIlI0Vd(I31dINn Z) LU _ a Ln 31ev�.v, U 2 -�<2- R cn d �O O Iv O a fr � l LL 1 1 \ Q �]w a o Q DFADMAN du,b—,C dU„b—,£ CL I N [3015 NOtlllV] 77 i o c d z I I m �7 U� a � zg N 0 N 0 a w J z O CLLLI is W a Z m� Q LL d LL U O - / 0 ,9,1 W - U aw a3 a�� icz rioz11 3-1 kkX—d'3mm inonn n—soozss�rvwvao nrv»\3ai1le awvn 3111 0 U m Q S-IlViD4 ONI-19VO aMd SDIVO ONIMS(INV 4383AEPUNVO-lViN3NVNHO N ON1-19VO aNV SDiV!D'9NION33),1Iaf1O3S 8O3 S!DNIAAVU(I DAWNI=130 LL S3IlI-1I0H3(iuvnJ 4NV S31V!D'S3ON33 :JNI833NIC)N3 Aiiu 1O3S CO-ZZO-b VIa3AHO S3IlI-1IOV=1 43I3INn Z) w U Ln LL _ Ln _ Er o U C3 � z Q o w wo x v N w u do = 0 O w (7 cn LLJ Q m � LU cr LU LL Z z ivtL -------] m LL w s m wz mLLd V L o 3 m ML— - r _ Z O J > w J w I zLL z y a a m w I c oa as � c mw o moo: J ________J ED J w O U _ U) a � Q - m w - n N - U N zx z Occ — C/) > 0 W - J LL W W W H - J Q m - w � - 0 - c O ^� c J 3 a cn U w [C - w Ll LL a� z w o — �- Y w Lis > m w - W J a - � J H o 1 ry m v m Q of - l U c - w d J ICI mod I �¢w I o ao um 4 3 J� - o Lu LU W o m Q ¢z I'll 11 —11 kkX-d'3mm inonn vzzc�n-soozss rvwvao nrv»\3ai�le awvn nu 0 U m Q S30N33 TIC S Way3 M ONI-19VO(INV SDiV!D'9N10N33),11af103S 803 S!DNIAAVU(I 3N11N1330 LL 53111-110H3(iuvnJ 4NV S31V!D'S30N33 :JNI833 3�1 NIC)N11af103S CO-Z b ZO- VIa311a0 S3111310V=l 43131Nn Z) 3� w W oGU m < Ln i cam- W _�'3¢ - ¢ _ U 3 Z - W - _ LU awavim N n W w m o ,,0-,e U w � zE J d w - w - o Q 7r, W o - - U w _ J � w _ Q0 I� J T I 4w Q � U_ - d .0 ,o=.�.A=.i°o=. Tir Z N rt �r N w oiE w o w a o w _ w w W = W W LL LL LL W W W m m m U - Cl - Cl W W W m m m m m BE m m o -u m - m ¢Z ¢Z a QZ L c+J _ el U m Q sa-I'll 11' x l—11-1 zoe-s 3— 3 1 1111 0 U m Q S31VO 3-1uS NHV3 ch ON1�8VO(INV S31V0'ON10N33),11af103S 803 SONIAWHO 3AWN1330 � 53111-110V3 ouvne 4NV S31VO'S30N33 :ONI833NION3 A11af O3S CO-ZZO-b VIa311a0 S3111310V3 43131Nn LU w J Q U Ln _U Ln 2 Q o C'3 _ o Er Jx/ Ai� 1�m-1 i DEE 4FF; Ing N LLU a N J W W ¢ Z _ O O a ¢ lrl O w w w _ ¢_ w Co W J fr W = ¢ _ Z m d J J N ueiu y� N LLLL aEL CL C� M Q -I'll 11'—l—11-1 zoo-s 3—�1. P«...——vlln—nrv»\3110¢1--1 1111 0 o m < q1lv IGDON�O� d uSna d \ ) ONna O ONV miV e'er rND=1 kIBnoEi S Bo s Nmd Og3 iNBgg \ s Um�dQa ne O�s e`mON� 3NBggg0ND u Bn�SCo 22#¥BgIBo s±gam wOg$Nn | , § ^ / c o = z } < $ Er : m ° \ 2 \ 0Lu ? ° \t \ \ < t LU o & - ` ca LU §) ° 2 > 0 j/ \ / / \\\ \\ ( \\\ \\ \ / \ e 9 (13 0 CO LU 0 f a L�Li__j 0 / § : « LU 6 \ § / LU 0 \ \\ cc : Cl ' °tr \ \ ~ Er 2 0LU j � j 2 \ LLLL \ / 0 o m < 0 U m Q S30N33 3�h S NHV3 Cl) ON1-18V0(INV S31V0'9N10N33),11af103S 803 SONIAWHO 3AWN1330 LL S3111-110V3 Quvn!D(INV S31VO'S3ON33 :JN1833N10N3 A11af103S CO-ZZO-b VIa311a0 S3111310V3 43131Nn Z) a w Ln - U Ln - d Er m= z O C7 - U w mm m=Z mZm� mw - -,9 - �ww �ww =Z=. �W I M n W 7 W rq LU _ Z- Z O Cc -- - LL � Z O eo-,c U Z Q z H U w O O w N U N u3 O d J W W U) Lu LU c�d U Z L, LU LU LU 00 00 T-7 Q Q yU - F 1 C� 0 m Q "I'z-90l 11 'oI—11-1 1.-1 3—9. Pn....n-So vllN.wa nrv»\3110¢1-3 1 1111 p� bdw nnw a.s CV MINUS6uiaaaui6u3jujuauauedad SdX31 133HS 83AOO '�.(o IlSWHn Snd'dOO to ulO y aay3, 3, na�sHoj w o L 1NV2iE)3ON3H '.0 ONIN33NI9N3 ZONf1W w om 2i313W12i3d OOSVN EJVV3a w t 0 0 0 0 0 0 0 0 0 0 - 00000000aa �- 0 0 0 0 0 0 0 0 0 0 a a a a a( a( a a a a w w z z z z z z z z M 3 w w > > > w w w 0 'o 0 'o 0 W O O O O O O O O O O a a a a a a a a a a v W W W W W W W 11 O O O J w � o 0 0 0 0 0 0 0 o w w w . . . . . . . o 0 0 F o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 = - _ - w � _ ° ° d ° ° ° ° ° � � � oo _ H w � d o0000000ozIz1. wwwwwwwwwwwww —L. h W fn = w o 0 0 0 0 0 0 0 0 o a F ,z Q 0300 - U) 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 'o 'o 'o 'o o a a i a a a a a a a a J o O O O O O z z o o z 5 3 3 5 5 3 3 3 5 5 a a a p ww H a o — — — — — m z z z z 0 u u 0 z z ff o 0 0 0 -- W wUs xwwwwww o000000000 � _ - W - LL LL LL LL LL LL LL w J o 0 0 0 0 0 3 3 Zw�WN= - — — — — — — — - - - - - - - — — — — — — — — - ° ° ° ' — — 'w o i� i� 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 0 0 0 0 0 w p w a a Y o 0 0 — — — — — — a 3 3 3 o 0 0 0 o — — m 'o a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a u u o u y o 000 0 0 0 U C� W ¢ a ¢ ¢ ¢ ¢ W > > 2 �T �T . 2 T,--.T-- --. —N-M Z ZOct LLJJ 7 7 z nRR R0 22 Ld Z z z eN LU w o w o > C CN N a p w W Z o Q m 0- CL coLL z LLI w N L Lid o w � �° w z b3 0 o dn3d�w 3n� � [HJ � z OOOrvnNYD OOOM%INtlI� Od ILLn05 2° Ntl9tlOry nNtltl Od 3¢N3N'W a 1310h W Q U OtlOtl LivO]filtl"� Lo — neu�w sn g U o r.n-i3 ne ansnm ,a o Hans aano„a.�ss _m.o.�i-e naei,a,ewoao�awn-_�wsxn�an�.acw ecw�or'oNm�NioNazoNnw p bdw nnw a.s sauwag 6uiaaaui6u3 j0 luau Ueda) N '4 ' o WdO13A3a� SVX31 S310NlVd3N3�J z aay,3, o Il909 Sf1da0�to W w o 1NV2d`J 3ONAJ U' `JN1.33N1`JN31..11. _— w o m # " 2i313W12i3d OOSVN EJVV3a w t nm 1 1 �< Q HUI 1IN g n3�s° 1! �aD UW ps� HIM -- in I i as ogw = Fpw _ Nh - - w = = is :gip - s3< - a IN _ Ru' -- "PH No whnf Q WIN 011, - eoY = oaf 5a - °za _2H Ell - 3€�-11, - MEN is sit -o, lip"� _ _ - - 00 _ z�°°a Ill �I - lal _ak:ww - a 9"zoo_ u -Q � Quo rc -_ 91 _W�.caz - _ o�_ Hymn __ ew -_ _ we um Zw - _ _ _ _ toy out LLOF- _ _> rc.its&p w --_ _ p>-_- - -_ - --_ - Ngrc- 6n - - ILI _ - - _ OO _ °x° - Qz _ _ a.-- _ Via__- F rc ou m� lm a4�3 _ _ 0000_p tz w NEW palm; F QCw _rcmr ru Ox_ aF o v�uz �_om3o I was to "IS its - r; _ Z4<1=5 9110 _ 1 - m® ' oz o < "i it - 1011 nil!" jil HE MOB So pwa op w x z ° no, l a w p 1 `Eill! q 3'w 221 _ O not_ _ ouzo _- 1 _ �E _ yaa _ W�a o35 r'Fc3paa� _ _ _ laws "into! zaa°w - of ¢Qu ai - aM IN; - _¢�u - -ildHogy m3Cz a3 - - -- w�r oQo�w -ozQu - zw _ ping, _ p3'~0z _ _ _ o�z _ °z4 - w�a _ _ _ _ z�co° ills _ 5'-0 UM, II, Q� 'z�v sqVi °az 1. RIM o _ w C � � m8 f w ��? oah " <i p"� OW oiw - �'= lm -- - - - - _ - - - - - � o� z�z - - - - _ k�I._w WOM MOT_ _ ME 1 of -- o_ � OH _ UHM mill _ Z LL _ aO za _ _ -_w o " too ng _ _ - HIM UN a � _ - v Q - s _ s - - - z - a _- - _ Z_ H- __ WEE: O � a4 u� _ _ may; _y _RIM _ Oo - _ - -- o�a Qr - a° _ _ - _ _ Almsa� _ �qz _ pliql1plin�z _ _ _ _ _ wow - - ��a oW Nil IN_ _ _ z. Big a o` 2 - 1ie r �: os 5 am m mmaan a oiJ '=qs - H_ -M OwNwill 12 - szo 016 -_ - sw - - o�s,s° __- - - - asp _ - _ _ , put got, -" HEN Gz _ qoz - - - - _ - - - _ _04 z4� 4x _ - z�opo��wo _ _ E51 in °4 rqs} _ _ 4N 03� _ __ _ -__'.fig __ _ -� W. _ - _ __ s� of °�o - - _ _ - _ _ rcs� - in - z3i - - i�rc - - - p4o - oGrcoxzzaw- o°zd - _ - - _� -_ pqo - ooarwoyF>r _ _ - 9m� - �Co - - °oo - _ v`r�V - - - 04 �4 _ wGr - _ _ _ zw - - - aq° - _ - in 2xi HIM p�axo�r'zo zip - _ m to _ - _ rc�ooYwo�' _ �6w3 - °d� - - - - - _ _ - _ i��opw - - _ - wio iz 3 __ J rc'�> -- _ 'a4LL _ _ 'p`�oa _ - gip.. _ - wz �z ¢zyx c tq o x o> sn- r zw-'[ row u�ra ¢w usm � .�3oz °mow i3p - _ - off? Eo _� - - ;3h Epp - _ - - ?��8zg - �3a _ - _ 101 . °�o -;gym mq` - __ - >x_ - - _ wt�mmc.> - t�o�w�i�awrcr _ �zd _ amd �w " -nappillm O o w42 _ Y.3 - _ - °3z - _ - o4o3`a awaurco -- _ lu _ - _ _ _ _ _ z3.`-�'ma�w�?w�?�zn _ _ __ ° 03._ _ - - - - _ _- _ a� _ - - _ - i3 0��_o6'w3amw£- - Mfg! �50 Orc - _ _ r'a� _ �$- _ °gym _ _ 1H CH _ -~Zh oho - o?� oZc o�rcoiwo'-'w nd��rca?o° - - Q'o - _ z�rowc oywoCworc'w�oywoormoiww _ �s�o�opopo,xn°_ gz a log oo - - aa era rox - y° - ma� r.n-ises a�snm t�,r�rvus3ivs3ioNmamaPutia��,�,..�.cm��e.ewuei,aiew��ao.��a�v-_�wsa��aa�wacw�ecw�or'oNm�NioNazoNnw t EUlJRUUlEU3 : m�#om @�am maw @ /)/ / 1pdHOsnd m w Uo \\o ) _»� \ -- AAegom, : !I ! a«wma+oosNE)VVae -77 , , , _______ §j o) )§ §§ \ } - - - : a R. alu-i ))[|§ /\§)\ § ( } 8. _ \§\§FR'3 §!§!| \)§)) \}}j} ( | : \ .55!3 !h 5 ;7 I�(( §) , z do ; -! :, | | � § \\/( §.§) §(§�§§§;!! )! )_ !.-!r�! !!: k �);4 §(!§!l:�-!° §� e |!!!! ;E,!!!§!§!; , | § k ' (w}\ B ` ; ;, .,._! tu00 6 MINUS 6uiaaaui,6u3 ju juawuedad 4y" I dO13A3a tl l3N atlW l tlan Jna s l SVX31 1nOAtn lNIOd�OalNOO T NVId ADD i33POad . aay,3, o IlSWHO Snd'dOO to AlIO w o 1NV2i`J 3ON3J U' ONIN33NI9N3 ZONf1W m # " 2i313W12i3d OOSVN EJVV3a -77 i J114 a LU LU - :ugp Dgs w � LU m U F— O LL n Q s J 0 eNol N/x' o J z d O ss ° a 4 J t� Ag i ! z far I i. W �" e ` ► V o � r s oco 1i � s w fy v agLEE p -a4 R< t,n-13 he 3�snnf tb+b��1Nm31is oN.and;.�i.�%.-T..n3i-e�aiei iaiewi�eo�sseu aeeap-_�,pu�poaa�dtwl etw a��it'oNm�NioN3mNnw SVXII "JI liSIdHO s ..11 10 AilD - u ►I w� ► E Ln t 0 a, S V 0 m ' m g co f r � a, m r tWl4 �• m ,A•�. 4W Lit F 96, 40 � l Fry � r. n, , bdw nnw a.s MINUS 6uiaaaui6u3 ju juauauedad CV ,, wao,3�3aa� SVX31 S901 9NNOU LSWHO snda0O to All9 " y aay 3, 3, oar sHo' __ w o L 1NV2iE)3ONAJ '.C0 o m 9NIN33NI9N3 ZONf1W w " 2i313W12i3d OOSVN EJVV3a w t -77 6 _ $ s = s o [ 3 0 3 m � g { Ei 5 { tS { ¢ a2 ! —��mL t ! a zF £F £i ! ! ! ! ! c t 8 5F ioi !4 R5f i#i ! yi LPI UR z { ! r I{ I! o � Y 9 E � � 3F3 E m° 9 E i! f 94i# i i+i ! MINUS �Qg{ : qm m@m /)/ / +^/ j ® _= �pHOsndmwUo \\o ) _»� \ -- AAegom, : !I ! a«wma+oosNE)VVae -77 � ! | | \ § | ( i § | � � 2 | k ] � (£d0 0 N`dld OW30'8 o CV MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO13A3a°^ SNOURINOOONUSIX3 .CO o SVX31 L ALIHOIHd'l V3HV 5 y a� sao° IlSIHHO Snd'dOO to AlIO w 1NV2i`J 3ON3d ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN EJVV3a w t 7777 6 1 3 3 H S 01 U3 =13M -_ `d 3 N 1 -1 H O 1 V W - �a= 9. LL, o F�r cIS = CC rpme I _ r Ix I I W x o Iu Z Lu I I' Ifll�� I�IIII it III III III II �5 \\ In t.�-13 H83 isnni I��P'sNaliavo��vwisx3i���ass�i�..T;d-i-e�*�el+aiewueom utleeap-_�,psy��oas�vdadtw��r.¢��T'oNm�NION3z°Nnw (£d0 Z)N`dld OW30'8 o CV n, , bdw nnw a.s MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO1....aN SNOURINOOONUSIX3 .CO o SVX31 L ALIHOIHd'l V3HV 5 y a� sao° liSIHHn Snd'dOO to ulD w 1NV2i`J 3ON3d 9NIN33NI9N3 ZONIW w o m " 2i313W12i3d OOSVN EJVV3a w t 0 L 1 3 3 H S O 1 N 3 3 3 N 8 3NIl H31 `dW 3 3N1 -1 H 0 1 V W AL Lu x III i" ' III I � �� !• ` III > > +� o II o z z w w U � I x x I � III II III ' ■.�..�.■ ■.�..�..� �..�..�..fir..�..�..� V 3NIl H01VVY 8 3N1 -1 H31 `dW 8 1 3 3 H S O 1 U 3 3 3 U (£d0£)N`dld OW30'8 o CV n, , bdw nnw a.s MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO1....aN SNOURINOOONUSIX3 .CO o SVX31 L ALIHOIHd-L V3HV 5 y a� sao° IlSIHHO Snd'dOO to AlIO w 1NV2i`J 3ON3d 9NIN33NI9N3 ZONIW w o m " 2i313W12i3d OOSVN EJVV3aIR w t 7777 c 7-1 Q m y w qG w_ o gi r„iil W a i i a +. ,o „ NI �w", 0 3 N I l H 0 1 V W 6 1 3 3 H S O 1 N 3 3 3 N (£d0 0 N`dld OW30'8 o CV MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO13A3a°^ SNOURINOOONUSIX3 .CO o SVX31 L ALIliOlad'Z H3aV 5 63 y a� sao° IlSIdHO Snd'dOO to AlIO w 1NV2i`J 3ON3d ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN EJVV3a w t Z I 1 3 3 H S O 1 M 3 3 3 N 3 3 N I A H 0 1 V W a 3 N I l H a l `d W �..�..�..�..�./. f.� a JI ��I / o ig J _ -- II I I �'- I� � r I it rt I � �r I V ' �- i I � � I a 3 N I -1 H a 1 V W (£d0 Z)N`dld OW30'8 o CV n, , bdw nnw a.s MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO1....aN SNOURINOOONUSIX3 .CO o SVX31 L ALIliOlad'Z H3aV 5 63 y a� sao° IlSIdHO Snd'dOO to AlIO w 1NV2i`J 3ON3d 9NIN33NI9N3 ZONIW w o m " 2i313W12i3d OOSVN EJVV3a w t £ 6 1 3 3 H S O 1 M 3 3 3 N °J 3NIl H01 `dW �I I II / d 3 N I I H 3 1 V W s N U) EL i IL - \ o o 3 3 N I I H01 `dW 6 6 1 3 3 H S O 1 H 3 3 3 N / yz, f'9� 3 3 N I l H 3 1 V W (£d0£)N`dld OW30'8 o CV n, , bdw nnw a.s MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO1...... SNOURINOO ONIISIX3 .Co o SVX31 L ALIliOlad'Z H3aV 5 63 y a� sao° IlSIdHO Snd'dOO to AlIO w 1NV2i`J 3ON3d 9NIN33NI9N3 ZONIW w o m " 2i313W12i3d OOSVN EJVV3a w t 7777 a a m N 0 o. N o \ m d \ o u J 3NIl H 3 1 V VY Z 4 1 3 3 H S O 1 H 3 =1 3 M (Z d0 0 N`dld OW3a'8 o CV MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO13A3a°^ SNOURINOOONUSIX3 .CO o SVX31 Z AlldOldd-Z V3HV 5 y a� sao° IlSIdHO Snd'dOO to AlIO w 1NV2i`J 3ON3H ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN EJVV3a w t S 6 1 9 3 H S O 1 N 3 3 3 M H 3 N I l H O 1 `d W I 3 N I l H O l b W 1 _ 1 -1 w I 71 z I \ uw O �9 I sill � II 1i41/ IIIIII� ti � II jl 1\V� 1 j'I I 1 1 IIII `FIjG !`III �h IIIIII - IIvI \' I 4% I H 3NIl H 0 1 V VY (Z d0 Z)N`dld OW3a'8 o CV n, , bdw nnw a.s MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO1....aN SNOIIIONOOONUSIX3 CO o SVX31 Z A-LIHOIHd-Z V3HV 5 y a� sao° IlSIHHO Snd'dOO to AlIO w 1NV2i`J 3ON3H 9NIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN EJVV3a w t P 3NIl H01 `dIN I I I I I ■ R �. f�l I I I I III 1IA I _ 1AI 1 \ I I \ �I I J� W J Y,k „Ili t' W I u f 3 N I l H 3 1 `d W ' \ I "I " \ I �'j 1 � �11 1 3 N I I H31VIN til- 1 3 3 H S 01 M3d321 ( %JO 0,ewA2? MINUS »_ : sN temo O qg \\q j Qgl �u m@d-C w# : 5 ` ` \ \ 1p+g s m w Uo j AAe gom, a«wma+oosNE)VVae ! )I ( Z 1 3 3 H S 01 N3 =13a -1 3N1 -1 H31 ¥ m IT \ %\ N 3 N I I H01VUY - � � ° \ \\% } ` \( 0 , « - . /\ ( < \ _. � / to . z \»\ \\ OU : y � \ ( `§ ° § 7 may : °»7 M 3N1 -1 H01Vw (Z d0 Z)N`dld OW30'8 o CV n, , bdw nnw a.s MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO1....aN SNOURINOOONUSIX3 .CO o SVX31 L ALIHOIHd-C V3HV 5 y a� sao° IlSIHHO Snd'dOO to AlIO w 1NV2i`J 3ON3d 9NIN33NI9N3 ZONIW w o m " 2i313W12i3d OOSVN EJVV3a w t 7777 r U Y � I Q Y U d b � •• l• 9NIl H 3 1 V W •• 9 6 1 9 3 H S O 1 M 3 3 3 N SaowaS 6uiaaaui,6u3 ju juamueda4 �E d0 L)lflOJ.'d�30N3d °N 4y" I dO13A3a� SVX31 L A-LIHOIHd-I V3HV aay,3, o IlSWHO Snd'dOO to AlIO w o 1NV2iE)3ON3H ONIN33NI9N3 ZONnn m # " 2i313W12i3d OOSVN E)VV3a w t 0 0 + 4 6 b 1 S 3 N I l H 0 l `d W _ ..�..�,... .. .. .............� Is .o v — _ Z W g z C o 8}� w z LU O TTT +al I� } k\ X\ SaowaS 6uiaaaui,6u3 ju juamueda4 �E d0 Z)lflOJ.'d�3�N3d °N 4y" I dO13A3a� SVX31 L AlldOIad-L V3HV aay,3, o IlSWHn Snd'dOO to ulO w o 1NV2iE)3ON3H ONIN33NI9N3 ZONIW m # " 2i313W12i3d OOSVN E)VV3a w t 0 0 + 6 Z V 1 S 3 N 1 l H 0 1 V W w 0 0 + 6 £ V I S 3 N 1 l H 0 1 V W 811 l� f Fyyn N� 7 +KI W LU a W W U U O O - 8xj %I �tl �xx a7I oI xl '� I xl I I 81 _.._.._..ALL.._.._.._ 0 0 + fi t `d 1 S 3 N 1 l H 0 1 V W ■■�■■�■ a ■■�■■�■■� 0 0 + 6 Z V I S 3 N I I H 3 1 V W �.�-�3�a3�s„�, �,o��.�,�3,•a,.�,�,,,..T;�-.e�a,e,aew,aa��n��-_�u��a��d,w�����oNro�NoN3zoN� MINUS 6uiaaaui6u3 jo juamueda4 �E d0dinoAVl °N 4y" I dO13A3a� SVX31 30N3d L),LIHOIHd-1 VzIHV P ?� aay,3, o IlSIdHO Snd'dOO to AlIO w o 1NV2i`J 30N3d 0 ONIN33NI9N3 ZONmN m # " 2i313W12i3d OOSVN E)VV3a w t I r a 1 i ,oro x� a � 81 Z LL x Q W � O o- I ��� 1 00 + 6 £"� `d1S 3NIl H01VW �.�-�3�a3�s„�, ��,o��.�,�3,•a,.��,�,,,..T;�-�.e�a,e�,a�ew�,aa��n��-_��u��a��d,w������oNro�N�oN3zoN� SaowaS 6uiaaaui,6u3 ju juamueda4 �E d0 L)lflOJ.'d�30N3d °N 4y" I dO13A3a SVX31 L A-LIHOIHd-Z V3HV aay,3, o IlSWHO Snd'dOO to AlIO w o 1NV2iE)3ON3H ONIN33NI9N3 ZONIW m # " 2i313W12i3d OOSVN E)VV3a w t 0 5 + 6 Z V I S 3 N I H 3 1 V W N 0 0 + 0 L V 1 S 3 N I l H 3 1 V W �••�••�•'�■■�■■T■■� s / �I a _ H s2 N I� *40 ` 00 + 0 6 171S 3 N■I l H 0 1 V W �.�-�3�a3�s„�, ��,o��.�,�3,•a,.��,�,,,..T;�-�.e�a,e�,a�ew�,aa��n��-_��u��a��d,w������oNro�N�oN3zoN� Saowag 6uiaaaui,6u3 ju juamueda4 �E d0 Z)lflOJ.'d�30N3d °N 4y" I dO13A3a SVX31 L A-LIHOIHd-Z V3HV aay,3, o IlSIdHO Snd'dOO to AlIO w o 1NV2iE)3ON3H U' 9NIN33NI9N3 ZONf1W �� _— w o m # " 2i313W12i3d OOSVN E)VV3a w t 0 5 + 9 £ V 1 S 3 N l l H 0 1 V W �r g1 O S + 9 Z V 1 S 3 N I l H 3 1 V W I m � m N a� N N 7 7 _ 0. I _ _ 8 + n k 05 + 1 Z 71S 9NIl H 0 1 V W mm �opz zu� M1g I 0 5 + 9 Z ' V 1 S 3 Nil H O 1 V W �.�-�3�a3�s„�, �,o��.�,�3,•a,.�,�,,,..T;�-.e�a,e,aew,aa��n��-_�u��a��d,w�����oNro�NoN3zoN� SaowaS 6uiaaaui,6u3 ju juamueda4 �E d0 E)lflOJ.'d�30N3d °N 4y" I dO13A3a SVX31 L A-LIHOIHd-Z V3HV aay,3, o IlSWHO Snd'dOO to AlIO w o 1NV2iE)3ON3H U' ONIN33NI9N3 ZONf1W �� _— w o m # " 2i313W12i3d OOSVN E)VV3a w t a a m - 7 I O 0 5 + 9 £ V 1 S 3 N I l H 3 1 V W �.�-�3�a3�s„�, ��,o��.�,�3,•a,.��,�,,,..T;�-�.e�a,e�,a�ew�,aa��n��-_��u��a��d,w������oNro�N�oN3zoN� SaowaS 6uiaaaui,6u3 ju juamueda4 (Z d0 L)lflOJ.'d�30N3d °N 4y" I dO13A3a� SVX31 Z A-LIHOIHd-Z V3HV aay,3, o IlSWHO Snd'dOO to AlIO w o 1NV2iE)3ON3H ONIN33NI9N3 ZONIW m # " 2i313W12i3d OOSVN EJVV3a w t O O + O Z V I S 3 N I —1H 0 1 V W 0 0 + 0 6 V 1 S 3 N 1 —1H 0 1 V W �..�..�..�..�..�.. m} al fi W t 7 :ELL r I w U O e} - a� ttt II S 81 a _gym a�ow a^ m� a m =cx�d I - �v I, III K ul� t SL +% So _P� t spa 0 0 + 0 6 b' 1S 3 N I I H 3 1 V W �.�-�3�a3�s„�, ��,o��.�,�3,•a,.��,�,,,..T;�-�.e�a,e�,a�ew�,aa��n��-_��u��a��d,w������oNro�N,oN3zoN� MI NUS 6uiaaaui,6u3 ju juamueda4 (Z d0 Z)lflOJ.'d�30N3d °N 4y" I dO13A3a� SVX31 Z A-LIHOIHd-Z V3HV aay,3, o IlSIdHO Snd'dOO to AlIO w o 1NV2iE)3ON3H U' 9NIN33NI9N3 ZONf1W �� _— w o m # " 2i313W12i3d OOSVN EJVV3a w t 00 + 0 £ `d1S 3NIl H01VW _■■_■■_...ate■■_■■_■■_ ff LU I $f. 8 x I I j I �I g =� a rx 00 + 0 £ V1S 3 Nil H :D1tfW OO + OZ 71S 3NIl H31 `dW �.�-�3�a3�s„�, ��,o��.�,�3,•a,.��,�,,,..T;�-�.e�a,e�,a�ew�,aa��n��-_��u��a��d,w������oNro�N�oN3zoN� SaowaS 6uiaaaui,6u3 ju juamueda4 (Z d0 L)lflOJ.'d�30N3d °N 4y" I dO13A3a SVX31 L A-LIHOIHd-S V3HV aay,3, o IlSWHO Snd'dOO to AlIO w o 1NV2iE)3ON3H ONIN33NI9N3 ZONIW m # " 2i313W12i3d OOSVN EJVV3a w t 0 0 + 9 V 1 S 3 N I l H 0 1 V W st 0 0 + 9 V I S 3 N I I H 3 1 V W I a . + _ H _ I ,-P -77.. I° - � I I - I ELL � I as - 1 k 8 00 + 9 ' V I S 3 Nll H � lt/ W �.�-�3�a3�s„�, ��,o��.�,�3,•a,.��,�,,,..T;�-�.e�a,e�,a�ew�,aa��n��-_��u��a��d,w������oNro�N�oN3zoN� n,l3nlbdw I,n„�.��a.s I,I�u SaowaS 6uiaaaui,6u3 ju juamueda4 (Z d0 Z)lflOJ.'d�30N3d °N 4y" I dO13A3a SVX31 L A-LIHOIHd-S V3HV aay,3, o IlSWHO Snd'dOO to AlIO w o 1NV2iE)3ON3H U' ONIN33NI9N3 ZONf1W �� _— w o m # " 2i313W12i3d OOSVN EJVV3a w t r U Y _ wom.. i �o m g� r� hew I 1— zvi x - I 1 O 9 6 V 1 S 3 NCI l H 0 1 V W �.�-�3�a3�s„�, I�,o��.�,�3,•a,.��,�,,,..T;�-I.e�a,el,a�ew�,aa��n��-_��u��a��d,w������oNro�N�oN3zoN� (E d0 L) o co MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO13A3aa^ NVId NOIlN3A3Hd Noun-POd d3lvm WdOlS ' L hLIHOldd-L V3HV y a� sao° IlSWHO Snd'dOO to AlIO w o SVX31 1NVH`J 3ON3d ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN E)VV3a w t W w egos 6 Z 1 3 3 H S O 1 M 3 d 3 M LU `d 9NIl H01VVY I' c� w ozWko ® � 3 0 =_ Ix =o li I` Ix li I W jx Ixi z ji U I% O Ix I � "f b .tea J I r.�-i3 Hea isnm Iw p.�d:v.,a.mss._m.d i-e�A�ei,a,e���ao�,�a�v-_�wsxo�a��.acw ec�e�or'oNm�NioNazoNnw (E d0 z) o co MINUS 6uiaaaui6u3 ju juauauedad _3a4y�l+li N3WdO13A3a a^ NVId NOIlN3A3dd Noun-POd d3lvm WdOlS ' L ALIaOIdd-L V3dV y a� sao° IlSIdHO Snd'dOO to AlIO w o SVX31 lNV2i`J 3ON3d ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN E)VV3a w t 0 £ 1 3 3 H S O 1 N 3 d 3 M 8 3 N I H 3 1 V W 3 9 N I l H 0 1 V W 77 Z LuLU L W W � ix l; a Ixl LU IKi li f zxi z w I w Ix o tr I i I li li V 3 N I l H 3 1 V W 8 3 N'I'-IH 0 1 V W 8 Z 1 3 3 H S O 1 N 3 3 9 U (E HO E) o CV MINUS 6uiaaaui6u3 ju juaedad _3a4y"I+li N3WdO13A3aa^ NVId NOIlN3A3Hd Noun-POd d3lvm WdOlS CO uau L ALIHOIHd'l V3HV y a� sao° IlSWHO Snd'dOO to AlIO w o SVX31 lNV2i`J 3ON3H ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN E)VV3a w t 0 w n C7 w J LU U _ w RIF n a® � I EI W 0 Z a � I W o � I xl �XI � I xl 3 3 N I l H 0 1 V W 6 Z 1 3 3 H S O 1 N 3 3 9 21 (E d0 L) o co MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO13A3aa^ NVId NOIlN3A3dd Noun-POd d3lvm WdOlS ' SVX31 L ALIaOIdd'Z H3dV y a� sao° IlSWHO Snd'dOO to AlIO w o lNV2d`J 3ON3d ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN E)VV3a w t Z £ 1 3 3 H S O 1 21 3 3 3 21 3 3NIl H01 `dW _.._:.3 N: -1 H.: 1 VW_.._ p r W *�* ul II F - i% l 00 �j X �x I / Ix f I Ix /` Ix ' I ' II �� a 3 N 1 l H 0 1 V W (E d0 z) o co MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO13A3aa^ NVId NOIlN3A3dd Noun-POd d3lvm WdOlS ' SVX31 L ALIaOIdd'Z H3dV y a� sao° IlSWHO Snd'dOO to AlIO w o 1NV2i`J 3ON3d ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN E)VV3a w t £ £ 1 3 3 H S O 1 M 3 =1 3 N EJ 3N1 -1 H 0 1 V W 'I w 'I w Ix p II �I �I �I 'I ¢ �I m s� 3 3 N I I H 3 1 V W x �x / a I� I I IX m I= \\ N IX �} I /+ I e�/ _ I 3 3 N I l H O 1 b' W 3 3 N 1 l H O 1 `d W L £ 1 3 3 H S O 1 N 3 =1 3 N (E d0 E) o CV MINUS 6uiaaaui6u3 ju juaedad _3a4y"I+li N3WdO13A3aa^ NVId NOIlN3A3dd Noun-POd d3lvm WdOlS CO uau SVX31 L ALIaOIdd'Z H3dV y a� sao° IlSWHO Snd'dOO to AlIO w o lNV2i`J 3ON3d ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN E)VV3a w t 0 w n C7 w J LU U _ w a® a m z ax O ;I 6 1 �u -J 3NIl H01VW Z £ 1 3 3 H S O 1 N 3 =1 3 U (Z d0 L) o co MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO13A3aa^ NVId NOIlN3A3Hd Noun-POd d3lvm WHOlS ' Z AIIHOldd-Z V3HV y a� sao° IlSWHO Snd'dOO to AlIO w o SVX31 lNV2i`J 3ON3d ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN EJVV3a w t S £ 1 3 3 H S O 1 N 3 3 3 N W H 3 N 1 -1H 0 1 `d �..�L.�I -1 H �� W I ±� LLI I I -j U I I I 0 LLI Ell l� I I x� I : I II } w xl I� K II � II xl z a w II II I xl t NI I - X�I xl xl xl "� I �I xl �� I I I �I H 3 N I I H01 `dW (Z d0 Z) o co MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO13A3aa^ NVId NOIlN3A3Hd Noun-POd d3lvm WHOlS ' Z AIIHOldd-Z V3HV y a� sao° IlSWHO Snd'dOO to AlIO w o SVX31 lNV2i`J 3ON3d ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN EJVV3a w t 0 w n LU w J U _ w _.._r ._::�::_wVIM _.._ a. l f l I I I - I 1 1► X► I I� r► I' j► I X� I W II IL � II �► I 3N 'I H 0 1 V W P 3 N I I H31 `dW 5 £ 1 3 3 H S O 1 21 3 d 3 U (z HO L) o co MINUS 6uiaaaui6u3 ju juauauedad _3a4y"I+li N3WdO13A3aa^ NVId NOIlN3A3Hd Noun-POd d3lvm WdolS ' L ALIHOIHd-C V3HV y a� sao° IlSWHO Snd'dOO to AlIO w o SVX31 lNV2i`J 3ON3H ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN EJVV3a w t 0 w n LU w J U _ w W ' a® L £ 1 3 3 H S O 1 N 3 3 3 N l 3 N I I H01 `dW i i It i l 3NII H31 `dW II I i� aP xi r t x I fi i li N 3 N I I H 0 1 V VY (z HO z) o co MINUS 6uiaaaui6u3 ju juauauedad _3a4y�l+li N3WdO13A3a a^ NVId NOIlN3A3Hd Noun-POd d3lvm WdolS ' L ALIHOIHd-C V3HV y a� sao° IlSWHO Snd'dOO to AlIO w o SVX31 lNV2i`J 3ON3H ONIN33NI9N3 ZONnn w o m " 2i313W12i3d OOSVN EJVV3a w t 0 w n Lu w J U _ w w ' o a r c) 3 " I luY Y \U ca �— +/ II II I� II 3 3 N I I H01VIN 9 £ 1 3 3 H S O 1 a 3 =1 3 M saowag 6uiaaaui6u3�o�uauaueda4 �E d0 0 SMON NOIMMUd N 4y" I dO13A3a� SVX31 NOun-nod Hziiw AHois aay,3, o USIliH91409 to MID w o -- MVED BON% U' «.p ao�' ONIN33NION3 ZONf1W _— w o m # " 2i313W12i3d OOSVN E)VV3a w t j a5 WIT � LOU E will lit (n - -- poll 1 S p o a ¢ U Will - W -Is to _ F?_it, �gg jUoz 3� �aa� _ M ilq-ilia SON WHOM! n -- of Mill p 1N z_ Z O �<Wa tiN o -x - z- o - Q w cxll J �ZFtt O zD< Fla gi ~YE p lad O z~J 3i a O W !n Q rc O F g Z 0 3 W p o a - (wj H a 0 F cFi O o o - _ p dU POGON F J Oz2 Q �Jo�rc � ~arco 00aarcmaw 000 jo�D i o - gyp_ _- PH I I 1 0 Id I I H I Ix1 I H I H 11 H I o < � °4 a (n s w� Foo mg FW - oil ° �Vo oil lNptgo� w a a - � ww ) w� »_ : %�w@±NNo urea : :� : Qgl misR ea»mms /)$ } Ip+gGnNdmwUo \\o ) _3N19N3 ZONnn -- AAegom, : !I ! a«wma+oosNE)VVae i,. !!• {!!! f \/k k'.® {}- \ƒ{) ) } \ \\\ } /\E\ { \ \ } \ }q \} / {\\\ \ } El ) !\§§ \ \\E }\ \4 E _ / \ } ! } - {) �!; /�\\ - ) ) \{{ j ) } El \\)\ () § ( k -6 / \ _ `} \El El El El \} § �• �_ ] !! - ! | � ! !| : ( ) \ � ! , - � j\ di _ , ! ; ! ! ! -\ F \ _ § ) / 2 = , , � , ; ' l6AA$5AA56== ; !,� { \{ ®! ! } � !� ! , ! ° •f . - \ ii � ` ® � | /� 242 �: ! , ,; :! !! !• J_ 9\ \ ( }} ) { : | ! � ! ; ! . _ , §/{ El !! G !| !| /| \ }jjjj /; = zee=62==5A SaowaS 6uiaaaui6u3 ju juamueda4 �E d0 E)S310N NOIlN3A3ad " °N 4y" I WdO13A3a� SVX31 N011fl-nod a31VM WFJOlS aay,3, o IlSIdHO Snd'dOO to AlIO w o 1NV2�`J 3�N3d ONIN33NI9N3 ZONnn _— w o m # " 2i313W12i3d OOSVN E)VV3a w t gig P �� J lo.� =Iff3" 3m Q g�a<b' W v ono €g'ffip-o p s 2 blj E<� � - z om Pr �< o F yb.—I"X 6 W a o N o m< m �oN3 =B� o ms �o�� � m Ww w w �w� w pom v z m€z pw�Ha=ozw C p a " F =w"" w yQta w N E 5Izo boe �os ww � gaHE H s€8& a= _ o W m g n= zz W Q awo�aoo �€ w ti ;ws�� `�kg od C -z. awn m y z € e%m3 -M" of�yo ixpR wa o ww9 etiFy I - b 668a Q3w 1..Wp (vo El go rcd 8 w��8 J w _ WoN =€ p s �a W W8 w" z° n'w� F p=_ $a ti 2 �'w z. _ mwo z� m Q tZi R bad cg w lo0�9z e= o sF �O CC 2 ��eo' �< WB� mN " �xy w �! N El W p 8c g= .o�zm -o a �z 4� p N� s8'< o - nw9 z " \ W m W gpg w "a w a S wb��N g xsa U W y os�3�S S�9 0 -Idol.g x avxai¢yri�� 0 _ �x o rc 9'a pp xn ��'�w�g xw p W oo G'.o "a"U. SF 5 gLuQ R X RXNI ON 511 3 � L2 o � c o o zo waoN og� �<g3oza §_ mN �W. t W � � Ho Dk 0 oa "M PM o MA <a 2 mg s==w K m _pia€y o zV go W Q �Woago xm � gU� Rl p� q $ a Epp xag € e=9" 'Es.t 5 z 2 =_ W goM..Yl„° �"haw _ 8 g J J oo �s o N W =�o "g I m o €=oa : w S_`naxo ��w bp o z. o, El - 8mm m o �3��g�2`io _ ��8" � m�mo� �o a� 3 y.'d bdw nnw a.s MINUS 6uiaaaui6u3 ju juauauedad CV 4y" ' o WdO13A3a� SVX31 (9 dO 0 SlVl30 30NzH z aay,3, o IlSIdHO Snd'dOO to ul0 w o lNV2d`J 3ON3J U' 9NIN33NI9N3 ZONnW m # " 2i3JAVAIH3d OOSVN EJVV3a w t U I m Q SlIV-L30 0NV 30N33 NNII NIVHO EJNIISVO 0NV S31V"J`EJNION33 A-LiunO3S HO3 SEJNIMVldO 3M11N1330 8311IIIOV3 ouvnEJ 0NV S31VEJ'S3ON33:DNIH33NIEJN3 A-uunOM CO-ZZO-b VIU311HO S3I11II3V=l 03IdINn y Fu LL o ( 4 "Z G � �. s m p0 0 W� 0 J uj W LU w� mq H 0 W Q m_ co lo U = d ggN z o =� �� � J U2 € o U i god O W g r os � n Q Z g Z m Q ¢ z z 3� 3 - `� NM dAL 8 � ffi g 2 a z Lu .� W a wnwiNiw maino3a r U M Q y.'d bdw nnw a.s MINUS 6uiaaaui6u3 ju juauauedad CV 4y" ' o WdO13A3a� SVX31 (9 dO Z)SlVlz]G 30N33 z aay,3, o IlSIdHO Snd'dOO to AlIO w o 1NV2d`J 3ON33 U' 9NIN33N19N3 ZONf1W m # " 2i3JAVAIH3d OOSVN EJVV3a w[Z t o u m S11V13O 1N3W3rJNVHHV SHIM 039HV9 0 E)NI19VO(INV S31VE)'E)NION33 111Hf1O3S HO3 S'JNIMVHO 3/U11NI33(l LL S3IlIl10V3 auvnE)(INV S31VD'S3ON33:E)NIE33NIE)N3.kiiunO3S CO-UZO-17 VlU31lHO S3111110V3 03131Nncn � g € =i$ a F & mb kkw�Y k � k W 3s z cgs s `3 wx Yg� 0y � a o dfl co p€ U d� ;fey � g� 'ab'p €X 3wgygkwp 3g � Zw Y g22SS�' v`$ps. ` o� x zo Z -v S� <gf' 3a < gYi A-a ¢g 2F g€2 �� i�N t cc � r N CQ o - x S d z e _ L $k s z ��g U W€ a 0 cc � a cn • z O a� z J 08 aC o`f N N J `8� k g� 3SC e € 0 Q z $ O LU I; J 8g 0 UO <s Q N C7 0 U m Q y.'d nbdw l,vxni nets l,i i, MI NUS 6uiaaaui6u3 ju juauaueda0 CV 4y" ' o WdO13A3a SVX31 (9 dO E)SlIV130 3ON33 z aay,3, o IlSIdHn Snd'dOO lO ul0 w o 1NV2d`J 3ON33 U' 9NIN33N19N3 ZONf1W m # " 2i3JAVAIH3d OOSVN EJVV30 U ❑] Q SlIV130 0NV 31VD ONIMS)MII NIVHO o E)NII9VO ONV S31VEJ`EE)NlON33 Aliun33S HOJ S'ONIMVHO 3AIlIN133(l LL S311111OV3 auvnE)ONV S31VCJ`S3ON33:ON1833NION3,kiiunO3S CO-ZZO-b VlU31lHO S3111110V3 03131Nn � � r J Ln m� W 4 O s U - $ g fmCL LL = o o � g J - 6 5 ntD - - g ' � W 7 - G Q LLO �y �� $ �s o o C, RIP L, � WQQ - All 5� s a oho o ^ siT Mh N N �o oN— O j H — Q O W W i No W =Z �� JW 3 C7 gg s C3/J K �� b ~ Z �� Z rr W LLJ =o 3 e 0 +�- w z - z co $ „ --C),.. 4 ZWW -ar - d n o aE W - a " a y.'d bdw nnw a.s MINUS 6ulaaaui6u3 ju juauauedad o CV 4y" ' o WdO13A3a SVX31 (9 dO b)SlV130 30NzH z aay,3, o IlSIdHn Snd'dOO 10 ul0 w o 1NV2d`J 3ON33 U' 9NIN33N19N3 ZONf1W m # " 2i3JAVAIH3d OOSVN EJVV3a w t -77 STV13G 31VO 4383A31I1NVO HNII NIVHO o � ONII9VO 4NV S31VJ'0NION33 AlI»f1O3S a03 SONIMVHG 3N1INI33(l LL S3IlIlI3V3 auvno 4NV S31V0'S9ON33:E)NIH39NIE)N9.11mn03S CO-ZZ017 V1831ldO S3IlIlIOV3 03I31Nn � g u7 Ln Qz o5 LU CD yy pp— LLa _ w z ZJ 0 S � Z A1No O WHO 33 gg Q .9/5 \ W E a s q m 95 �� s �I 4 x �g F z w IIII Ir -- mg z z cn W � U N U` z Is H U �] Q .rs-ns a w ww.muau I—�wo,wmyn-mu.aAsw...a—w t.�-13 eea isnm fw.pstrvl3a afu m nw.cm m ue.e:m ei,xiei ueam uaee v 11-1 111 111 sNm 3Ni�NazoNnw 727 ~��Qg{ : 4£msA«gmw /)/ / Ip+gGnNdmwUo \\o ) _»� \ -- AAegom, : !I ! a«wma+oosNE)VVae -77 § ■ ) k - § cc; KE $ ) § ` o , B \ o o : (} 0 \ \ «m== x x - �� z - ■ § � L § _ z M, _ k = / k \ [ 727 ~��Qg{ : 4£msA«gmw /)/ / Ip+gGnNdmwUo \\o ) _»� \ -- AAegom, : !I ! a«wma+oosNE)VVae -77 ( \ 010 (< \( §/ §§ § 2 [K /$ z � , �: ) §�k < \\ ° < y :� � ��z �( LU §� | F \§ / ® fe 2• °/ ■ )) )�§/ o (® ZLII I §E !/� — [ M < mc ±§ w / § LLI 4) o ) �k 2 w § G f- § o $ o ¥UR %0 ~� o LU ° � Z )( )§ o \ �§ � §)/ 11 \f 7Cw E.) § \ § )) § \\ / z 1 Lm ob gg) mG y� Ez SS [ x aa, LL) §§\ ° ] }� ^ u �j� �� } 73: � g/ Cl) `-` x Q/ 2 < 03 ew g / � k\ . � . � U, / B § 2� § §& ) 2 § L.U. �\ $ ( - z , z» w) ! §z > �) ( k§ /� } j °K \ �Q / `! e8 §§ \ §° / R\ < § kg s sawaag 6uiaaaui6u3 jo juawuedap (Z d0 L) slivi3a z N r!o I WdO13 3a� SVX31 I]VM Elld 133HS]ANIA z 131UH0 sndaOO to AM o w �JNI213mmm zmnvy F I -- 1Ndb�3`J N3� w o m 21313VIId3d OOSVN E)VV34 T. _ 1 oaSm 1lip _ z - o - - - Nmo - Qw HORN RN = pom - - - -o '< &� 1 - MHZ<we w_-- o_F - gm Qo d. _ 80is lo o 260 not! 9 wo - - m ocem�aoo3z� - `^ <i - - - - - - UN; ooc qo, zuVamV�� .�Wo CURB= - V Qa y: - O _ y x =w= o=o i - �o ��� - _ Q h wazW�Jw ��o€¢ v.�Uo oho 6o Q o - _ - m - - Yw¢o� - - M o- - <83o�5`Qmm�o 1:91 2 - �o -i o 0 > a z� _m _ V C.�-'o wac�w_8 - w'aN!5Rw- - atop ��>� WHw w Woa � z�o�ti�i -- _ _ - -_o -_ z� '"o�Wmww oGQo_ �o w �� w w -� a - 4 3-,s J�p - ww Nwa �aw000 y�,w�a � oe����� ��m��o� 60 --a'3& � � ��m �wo� ���owoo m�pS�6z6 Iwo H o o W �3 'moo>aw 4go`��o�LL�Nwo "`Ginfem�a - w m�G all ww29 w o z zo�w� � o ��"ET <a w<`'m" gym<�� oe� - - -- Key, ` a op A a tug PH ka�ga WSW _w g' o W ao�GWiGEm-�a�¢o-3o'o G F -= oowoON I a-- =�- - B —Hot? or A _jag 6 W_ i v) s �a � oaa� Noy EWE oil w'sw- m o « a - op z m - `a Q s w ow o p �a¢w3zi- _ - n - o w U p - o - WomV Z osa�o = _N -aim os Q O , - g€ d v an a 30 11 ~ off= - =A! Ra m z oso4 w o ogo pggm TT w m==p - wWN 11 O - MIN wa���ow _ ��o��a Y �om� Fe= sV _<� - o03 a epos 2 via ll - - o Liao! - _TAN -q! _ - - Mo W ��p Q'12d Ea� -- _ - xw��aSQ� i oE` W --- - p ig `�E woo - ME __ Z. '^Y_ ,WG< - oZsm<� �pmaw w hQ _ �a� _ on - - - - �m��preid � 1 m"_w -call _ phn z yNaom - _ - zm� « - <S�m - O _ _-" �tc6 w - oo= mm�m - p��w'� moo - aLiRhl ag= goEFG� F Egw a pk'wo€ oa3 -iN. �� oEa Q �< po z =� N o ..% z uww� a mr� 3 G � IT MISS of"', o � � a V m5 ati �ti w mua m _ mu m rc O mo i Q x aozva oEa�� _ - ui Imo o -8 m `z _ :1 om>w ma C o` o wa _ z to p<a a do w _ Hh o SPA n � �o ok Giw d mo ai:ipouoa YJ _ oF Ho l�G so 1,11 all; io o - o € - o< m6= - o Aso _ _ _ _p� loge - -- pGo ¢go Ta was N. _ _ - _ - ` 1 1XIMIHE 400ouss M Ws ogo&� - _ Q Q KaYwSa"oo¢�w VREW In. LU w _=���Np��� INTO,, �gGgAo�oo�� zoo`ow�oa� oO�Q o -�p��a.w—�, a�oo e5 MIA m���o�a '^ piwo¢�N¢go��o������e �w<p�a�-� w w�oi op LLmo�wzmEa o -W es„ 0 33 <_<- 8eIM����8� n m e m __ _ _ � n �, a h e U) a.se=�ays aasTry ,ma's o�-smi3a inN,3na i33Hn�Arvv.[rn a �,� aFmtz� c_�� i m �.��osz.,a�aw�hai wl¢c¢�mit'�m�Niau3 zoNiw - 4( mm »_ : R]O% SIB]O : >3 : ) � ; _ __ 2g1 vM B 1]HS Na \ �$ § 1pGesneammUg __� \ i Aogom, , - a�gmakoosN��O \ (ƒ [ IN N11- k z § z / cc § z 0 � \ . --- ti § ■ !. ! A ° - � ■ § a � § )f |§\ m ; a % § ® Lqco ■\§) ) ) Ef !|{ - /� ^ _ • § §! �� � \/ \� i §, _ . �` , ] a |• 7|. ■| � , . , ; k \/ 2 | § § ®a § ) § o \ § � a E ! § ^ ■ ,.,, !�