Loading...
HomeMy WebLinkAboutContract 48983 CITY SECRETARYY D.O.E. FILE WYWRETARY CONTRACTOR'S BONDING CO. FORT WORT H CQ AOT NO, CONSTRUCTION'S COPY CUENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF i 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department 2016 Halff Associates,Inc. TBPE Firm Registration No. F-312 4000 Fossil Creek Boulevard �� 'i Fort Worth, Texas 76137 817-847-1422 David M.Smith,P.E. (#102401) =» .•\�. �,� �`,/'fir/ /j..•r.................. . I. DAVID Ni. SMI-11-1 r; FL6, t Fw 6 klt )RID ;fr';,4� ..,,102"101......'1... _ �1 'Tt I Y `tt� '''..........` \�11 hnf b �4gy.lY » ��p q�y� t�: "V lS JAI', . •t' Ne V �TH ARC � ��� FORT WORTKi, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01-General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7423 Cleaning 01 7719 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 03- Concrete 0335 13 Integral Concrete Color Division 32- Exterior Improvements 32 13 13 Concrete Paving 32 1723 Pavement Markings Division 34-Transportation 3471 13 Traffic Control 3521 ATC Cabinet Specification Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj ectpoint.buzzsaw.com/client/fortworthy,ov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02- Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03- Concrete 03 34 13 Controlled Low Strength Material(CLSM) Division 26- Electrical 26 05 00 Common Work Results for Electrical 26 05 33 Raceways and Boxes for Electrical Systems 26 05 50 Multi-Duct Conduit Division 31-Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 2400 Embankments 31 2500 Erosion and Sediment Control 31 3700 Riprap Division 32- Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 16 13 Concrete Curb and Gutters and Valley Gutters 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 3231 29 Wood Fences and Gates 3232 13 Cast-in-Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding 32 93 43 Trees and Shrubs Division 33-Utilities 3305 10 Utility Trench Excavation,Embedment, and Backfill 3305 12 Water Line Lowering 3305 14 Adjusting Manholes, Inlets, Valve Boxes,and Other Structures to Grade 3305 17 Concrete Collars 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 1210 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants 3331 12 Cured in Place Pipe(CIPP) 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 3331 23 Sanitary Sewer Pipe Enlargement 3331 50 Sanitary Sewer Service Connections and Service Line 3339 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3341 11 High Density Polyethylene(HDPE)Pipe for Storm Drain 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 3441 10 Traffic Signals 3441 10.01 Attachment A—Controller Cabinet 3441 10.02 Attachment B—Controller Specification 3441 10.03 Attachment C—Software Specification 3441 11 Temporary Traffic Signals 3441 13 Removing Traffic Signals 3441 15 Rectangular Rapid Flashing Beacon 3441 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 3441 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2,2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 3441 50 Single-Mode Fiber Optic Cable TxDOT Specifications Applicable specifications listed below can be found on TxDOT's website at the address below: http://w ww.txdot.govibusiness/resources/txdot-specifications.html Item 247 Flexible Base Item 310 Prime Coat Item 341 Dense-Graded Hot-Mix Asphalt Item 360 Concrete Pavement Item 416 Drilled Shaft Foundations Item 450 Railing Item 465 Junction Boxes,Manholes,and Inlets Item 466 Headwalls and Wingwalls Item 506 Temporary Erosion, Sedimentation,and Environmental Controls Item 512 Portable Traffic Barrier Item 528 Colored Textured Concrete and Landscape Pavers Item 529 Concrete Curb,Gutter, and Combined Curb and Gutter Item 530 Intersections,Driveways,and Turnouts Item 531 Sidewalks Item 536 Concrete Medians and Directional Islands Item 540 Metal Beam Guard Fence Item 544 Guardrail End Treatments Item 644 Small Roadside Sign Assemblies Item 686 Traffic Signal Pole Assemblies(Steel) Item 687 Pedestrian Pole Assemblies Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements Modified City Specifications END OF SECTION CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2,2016 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA F°RT�TI4 COUNCIL ACTION: Approved on 3/7/2017 DATE: 3/7/2017 REFERENCE C-28146 LOG 20_2017TRAFFIC SIGNAL ST LIGHT NO.: NAME: UNIT PRICE CONST CONTRACT CODE: C TYPE: NON- PUBLIC NO CONSENTHEARING: SUBJECT. Authorize Execution of a Unit Price Contract with Bean Electrical, Inc., in an Amount Not to Exceed $3,000,000.00 for Task Order Construction Services for the Installation of Projects Relating to Traffic Signals and Street Light Improvements (2014 BOND PROGRAM) (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of a unit price contract with Bean Electrical, Inc., in an amount not to exceed $3,000,000.00 for task order construction services for the installation of traffic signal and street light improvements. DISCUSSION: This contract will provide for construction services on a task order basis for the construction of capital projects relating to traffic signals and street light improvements. The contract amount is capped at $3,000,000.00, but may be increased or decreased due to the amount of work ordered and through change orders. The project was bid in a low bid format to determine unit prices to be paid when task orders are issued. Notice of bids was published in the Fort Worth Star-Telegram on November 17, 2016, November 24, 2016 and December 1, 2016. On December 22, 2016, one company submitted bids as follows: CONTRACTORS BIDS Bean Electrical, Inc. $29,416,217.15 Bean Electrical, Inc., has been determined to be a responsive bidder and the unit prices in the bid were compared to recent, similar projects. Staff feels the unit prices submitted by Bean Electrical, Inc. are fair and competitive. Projects identified initially include: Traffic signals at E. Berry Street at Evans Avenue, E. Berry Street at Mitchell Boulevard (02544) and street light improvements in the Como neighborhood (2710). The total estimated cost of these projects is $1,440,000.00. Additional projects throughout the city will be identified and constructed. A portion of this project will include 2014 Bond Program funds. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund, in accordance with the statement expressing official Intent to Reimburse which was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014) and the subsequent ordinance authorizing debt in 2016 (Ordinance No. 22216-05-2016). Bean Electrical, Inc., is in compliance with the City's BDE Ordinance by committing to 10 percent MBE participation. The City's MBE goal on this project is 10 percent. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the recommendation, funds are available within the existing appropriations of the Capital Project Funds, including the 2014 Bond Program, and that prior to an expenditure being made, the participating Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID I I Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Todd Estes (5448) ATTACHMENTS 2017 Traffice Signal and Intersection Improvements Location Map.pdf Bean Electrical 1295 Certificate TPW 2017 Traffic Si nacL I.ndf 0005 15-1 ADDENDA Page 1 of I 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 t i( I FORT WORTH Addendum No. 1 Traffic Signal and Street Light Improvements Unit Price Construction Contract City of Fort Worth Project No. TPW 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract Addendum Issued: December 16, 2016 Bid Date: December 22, 2016 Addendum No. 1 includes the following changes or clarifications to the Project Manual and/or Plans: 1) Questions from Pre-bid Conference Requiring Clarification a) Can temporary BMP/erosion control bid items be added to the proposal? i) These bid items are included in the proposal. See Bid Item Nos. 869 through 878 that include items for Rock Filter Dams, Construction Exits, Sediment Control Fence, Erosion Control Logs and Inlet Protection. b) Clarify the unit of measure for Bid Item 439— 3349.1000 Headwall, Box Culvert. i) The unit of measure shall be revised from each (EA) to cubic yards (CY). A new proposal form will be provided on Buzzsaw. c) What is the relationship between the contract time and construction time? i) Task orders for this contract will be issued over the period of one year. The construction time for individual task orders may go beyond one year. Please be sure to acknowledge your receipt of this Addendum in your response. Addendum prepared by: Benjamin L. McGahey, P.E. 817-764-7471, bmcgaheyCcD-halff.com Halff Associates, Inc. TBPE Firm No. F-312 I 00 42 43 BID PROPOSAL Page 1 of 20 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID BIDDER'S APPLICATION PROJECT ITEM INFORMATION I BIDDER'S PROPOSAL 81D ITEM Description Specification Section No. Unit of quantity Quantity NO. P p Measure Range (Max per Unit Price Bid Value range) UNIT 1-Gettera)Re uirarnents 1 10135.0101 Railroad Coordination 013513 LS S 2 0135.0102 Railroad Flagmen 013513 WD 15 15 $ BASE BID-UNIT1-General Cond(tions $ UNIT2—Ustin`G'endittoits 1-50 50 $ - 3 0247.0700 Remove Sidewalk 024113 SF 51-100 100 $101-200 200 $ 201-500 500 $ 1-50 50 $ $ 4 0241.0200 Remove Step 024113 SF 51-100 100101-200 200 $ 201-500 500 $ 5 0241.0300 Remove ADA Ramp 024113 EA 1 20 20 $ 7-50 50 $ 6 0241.0401 Remove Concrete Drive 024113 SF 51400 100 $ - 101-200 200 $ 201-300 300 $ 1-50 50 $ - 7 0241.0402 Remove Asphalt Drive 024113 SF 51400 100 $101-200 200 $ 201-300 300 $ 1-50 50 $ 8 0241.0403 Remove Brick Drive 024113 SF 51400 100 $ - 101-200 200 $ 201-300 300 $ 1-50 SO $ 9 0241.0500 Remove Fence 024113 LF 51-100 100 $ - 101-150 150 $ 151-200 200 $ 1-50 50 $ SO 0241.0550 Remove Guardrail 024113 LF 51-100 100 $ - 101-1501150 $ 151-200 200 $ 1-10 10 $ 11 0241.0600 Remove Wall<4' 024113 LF 11-20 20 $21-30 30 $ 31-50 50 $ 12 0241.0700 Remove Mailbox 024113 EA 20 20 $ 13 0241.0701 Remove Multiple User Mailbox 024113 EA 12 12 $ 1-50 50 $ 14 0241.0800 Remove Rip Rap 024113 SF 51-100 100 $ - 101-150 750 $ 151-200 200 $ 15 0241.0900 Remove Misc Conc Structure 024113 LS 8 8 $ 1-50 50 $ 51-10 $ - 16 0241.1000 Remove Conc Pvmt 024715 SY 100 501-1500 150 $ 151-2001 200 $ 17 0241.1001 Water Line Grouting 024114 CY 100 100 $ 1-50 50 $ 18 0241.1011 Remove 4"Water Line 100 $ - ne 024114 LF 101-150 150 $ 151, 151 $ 1-50 50 $ 79 0241.1012 Remove 6"Water Line 024114 LF 51-100 100 $ - 101-150 150 $ 151+1 151 $ 1-50 50 $ 20 0241.1013 Remove 8"Water Line 024114 LF 51400 100 $ - 101-150 150 $ 151+ 151 $ 1-50 50 $ 21 0241.1014 Remove 10"Water Line 024114 LF 51-100 100 $ - 101-150 150 $ 151+ 151 $ 1-50 50 $ 22 0241.1015 Remove 12"Water Line 024114 LF 51-100 100 $ - 501-150 150 $ 151+1 151 $ 1-50 50 $ 23 0241.1100 Remove Asphalt Pvmt 024115 SY 51-100 100 $ - 101-150 150 $ 151-200 200 $ 24 0241.1118 4"-12"Pressure Plug 024114 EA 10 10 $ 1-50 SO $ $ - 25 0241.1200 Remove Brick Pvm[ 024115 SY 51-100 100101-150 150 $ 151-200 200 $ S-3 3 $ 26 0241.1218 4"-12"Water Abandonment Plug 024114 EA 4-6 6 $ - 10 $ il+7-10 it $ 1 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 2 of 20 810 ITEM Unit of quantity Quantity NO. Measure Range Description Specification Section No. (Max per Unit Price Bid Value range) 1-10 10 $ $ 27 0241.1300 Remove Conc 11-20 20 Curb&Gutter 024115 LF 21-30 30 $ 31-50 50 $ 28 0241.1301 Remove 4"Water Valve 024114 -EA 10 10 $ 29 0241.1302 Remove 6"Water Valve 024114 EA 10 to $ 30 0241.1303 Remove 8"Water Valve 024114 EA 10 10 $ 31 0241.1304 Remove 10"WaterValve 024114 EA 10 10 $ 32 0241.1305 Remove 12"WaterValve 024114 EA 10 10 $ 1-50 50 $ 33 0241.1400 Remove Gonc Valley Gutter 024115 SY 51-100 100 $101-150 150 $ 151-200 200 $ 34 0241.1401 Abandon 4"Water Valve 024114 EA 10 10 $ 35 0241.1402 Abandon 6"WaterValve 024114 EA 10 10 $ 36 0241.1403 Abandon 8"Water Valve 024114 EA 10 10 $ 37 0241.1404 Abandon 10"Water Valve 024114 EA 10 10 $ 38 0241.1405 Abandon 12"Water Valve 024114 EA 10 10 $ 1-500 500 $ - 39 0241.1501 1"Wedge Milling 024115 SV 501-1000 1000 $1001-2000 2000 $ 2001+ 2001 $ 1-500 500 $ 40 0241.1502 2"Wedge Milling 024115 SY 501-1000 1000 $ - 1001-2100 2000 $ 2001+ 2001 $ 1-500 500 $ 41 0241.1503 3"Wedge Milling 02 4115 SY 501-1000 1000 $ - 1001-2000 2000 $ 2001+ 2001 $ 1-500 500 $ $ - 42 0241.5504 4"Wedge Milling /124115 SY 501-1000 10001001-2000 2000 $ 2001+ 2001 $ 1-500 500 $ 43 0241.1505 1"Surface Milling 024115 SY 501-1000 1000 $ - 1001-2000 2000 $ 2001+1 2001 $ 1-500 500 $ - 44 0241.1506 2"Surface Milling 024115 SY 501-1000 1000 $1001-2000 2000 $ 2001+ 2001 $ 1-500 500 $ 45 0241.1507 3"Surface Milling 024115 SY 5014000 1000 $ - 1001-2000 2000 $ 2001+ 2001 $ 1-500 500 $ k53 0241.1508 4"Surface Milling 024115 SY 501-1000 1000 $ - 1001-2000 2000 $ 2001+ 2001 $ 0241.1510 Salvage Fire Hydrant 024114 EA 5 5 $ 0241.1511 Salvage 3/4"Water Meter 024114 EA 5 5 $ 0241.1512 Salvage I"Water Meter 024114 EA 5 5 $ 0241.1513 Salvage 11/2"Water Meter 024114 EA 5 5 $ 0241.1514 Salvage 2"Water Meter 024114 EA 5 5 $ 0241.1515 Salvage 3"Water Meter 024114 EA 5 5 $ 0241.1516 Salvage 4"Water Meter 024114 EA 5 5 $ 0241.1517 Salvage 6"Water Meter 024114 EA 5 5 $ 55 0241.1518 Salvage 8"Water Meter 024114 EA 5 5 $ 56 0241.1519 Salvage 10"Water Meter 024114 EA 5 5 $ 1-50 50 $ 57 0241.1600 Butt Milling 024115 Lf 51400 100 $ 101-200 200 $ 201+ 201 $ 58 0241.1601 Salvage Water Sampling Station 024114 EA 5 5 $ 59 0241.2001 Sanitary Line Grouting 024114 CY 100 100 $ 60 0241.2011 Remove 4"Sewer Line 024114 LF 200 200 $ 61 0241.2012 Remove 6"Sewer Line 024114 LF 200 200 $ 62 0241.2013 Remove 8"Sewer tine 024114 LF 200 200 $ 63 0241.2014 Remove 10"Sewer Line 024114 LF 200 200 $ 64 0241.2015 Remove 12"Sewer line 024114 LF 200 200 $ 65 0241.21014"Sewer Abandonment Plug 024114 EA 6 6 $ 66 0241.21026"Sewer Abandonment Plug 024114 EA 6 6 $ 67 0241.21038"Sewer Abandonment Plug 024114 EA 6 6 $ 68 0241.210410"Sewer Abandonment Plug 024114 EA 6 6 $ 69 0241.2105 12"Sewer Abandonment Plug 024114 EA 6 6 $ 70 0241.2201 Remove 4'Sewer Manhole 024114 EA 6 6 $ 71 0241.2202 Remove 5'Sewer Manhole 024114 EA 6 6 $ 72 0241.2203 Remove 6'Sewer Manhole 024114 EA 6 6 $ 73 0241.2301 Remove Sewer Junction Structure 024114 EA i-5 5 $ 74 0241.3001 Storm Line Grouting 024114 CY 100 100 $ 75 0241.3011 Remove 15"Storm Line 024114 LF 200 200 $ 76 0241.3012 Remove 16"Storm line 024114 LF 200 200 $ 77 0241.3013 Remove 18"Storm Line 024114 LF 200 200 $ 78 0241.3014 Remove 21"Storm tine 024114 LF 200 200 $ 79 0241.3015 Remove 24"Storm Line 024114 LF 200 200 $ 80 0241.3016 Remove 27"Storm Une 024114 LF 200 200 $ 81 0241.3017 Remove 30"Storm Line 024114 LF 200 200 $ 82 0241.3018 Remove 33"Storm Line 024114 LF 2001 200 $ 83 0241.3019 Remove 36"Storm Line 024114 LF 2001 200 $ 2 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 3 of 20 BID ITEMUnit of Quantity quantity NO. Description Specification Section No. Measure Range (Max per Unit Price Bid Value range) 84 0241.3020 Remove 39"Storm Line 024114 LF 200 200 $ 85 0241.3021 Remove 42"Storm Line 024114 LF 200 200 $ 86 0241.3022 Remove 45"Storm Line 024114 LF 200 200 $ 87 0241.3023 Remove 48"Storm Une 024114 LF 200 200 $ 88 0241.3101 15"Storm Abandonment Plug 024114 EA 6 6 $ 89 0241.3102 18"Storm Abandonment Plug 024114 EA, 6 6 $ 90 0241.3103 21"Storm Abandonment Plug 024114 EA 6 6 $ 91 0241.3104 24"Storm Abandonment Plug 024114 EA 6 6 $ 92 0241.3105 27"Storm Abandonment Plug 024114 EA 6 6 $ 93 0241.3106 30"Storm Abandonment Plug 024114 EA 6 6 $ 94 0241.3107 33"Storm Abandonment Plug 024114 EA 6 6 $ 95 0241.3108 36"Storm Abandonment Plug 024114 EA 6 6 $ 96 0241.3109 39"Storm Abandonment Plug 024114 EA 6 6 $ 97 0241.3110 42"Storm Abandonment Plug 024114 EA 6 6 $ 98 0241.3111 45"Storm Abandonment Plug 024114 EA 6 6 $ 99 0241.311248"Storm Abandonment Plug 024114 EA 6 6 $ 100 0241.3201 Remove Storm Sewer Box 024114 LF 30 30 $ 101 0241.3301 Remove 3'Round Manhole Riser 024114 EA 6 6 $ 102 0241.3302 Remove 4'Manhole Riser 024114 EA 6 6 $ 103 0241.3303 Remove 5'Manhole Riser 024114 EA 6 6 $ 104 0241.3401 Remove 4'Storm Junction Box 024114 EA 6 6 $ 105 0241.3402 Remove S'Storm Juntion Box 024114 EA 6 6 $ 106 0241.3403 Remove 6'Storm Junction Box 024114 EA 6 6 $ 107 0241.3404 Remove 7'Storm Junction Box 02 41 14 EA 6 6 $ 108 0241.3405 Remove 8'Storm Junction Box 024114 EA 6 6 $ 109 0241.3501 Remove Storm Junction Structure 024114 EA 6 6 $ 110 0241.4001 Remove 10'Curb Inlet 024114 EA 6 6 $ 111 0241.4002 Remove 15'Curb Inlet 024114 EA 6 6 $ 112 0241.4003 Remove 20'Curb Inlet 024114 EA 6 6 $ 113 0241.4004 Remove 30'Curb Inlet 024114 EA 6 6 $ 114 0241.4101 Remove 10'Recessed Inlet 024114 EA 6 6 $ 115 0241.4102 Remove 15'Recessed inlet 024114 EA 6 6 $ 116 0241.4103 Remove 20'Recessed Inlet 024114 EA 6 6 $ 117 0241.4104 Remove 30'Recessed Inlet 024114 EA 6 6 $ 118 0241.4201 Remove 4'Drop Inlet 024114 EA 6 6 $ 119 0241.4202 Remove 5'Drop Inlet 024114 EA 6 6 $ 120 0241.4203 Remove 6'Drop inlet 024114 EA 6 6 $ 121 0241.4301 Remove 2'Grate Inlet 024114 EA 6 6 $ 122 0241.4302 Remove 3'Grate inlet 024114 EA 6 6 $ 123 0241.4303 Remove 4'Grate Inlet 024114 EA 6 6 $ 124 0241.4401 Remove Headwall/SET 024114 EA 6 6 $ 125 0241.4501 Remove 6"Trench Drain 02 41 14 LF 30 30 $ 126 0241.4502 Remove 8"Trench Drain 024114 LF 30 30 $ 127 0241.4503 Remove 12"Trench Drain 024114 LF 30 30 $ 1282 24 201 Remove l8"Trench Drain 024114 LF 30 30 $ 129 0241.4505 Remove 24"Trench Drain 024114 LF 30 30 $ 130 10241.5001 Abandon Manhole 024114 EA 6 6 $ BASE BID-UNIT2-Existing Conditions $ UNIT 3-ELECTRICAL 1-2 2 S 131 2605.0111 Fumish/Install Elec Sew Pedestal 260500 EA 3A 4 $ - 5-6 6 $ 7+ 7 $ 1-2 2 $ 132 2605.0112 Install El-Sew Pedestal 260500 EA 3-4 4 $ - 5-6 6 $ 7+ 7 $ 133 2605.0121 Fumish/Install Elec Sew Pole Mnt 260500 EA 6 6 S E41-60 2 $ 4 $ 134 2605.0122 Install Elec Sew Pole Mnt 260500 EA 6 $ 7 $ 20 $ 135 2605.3001 11/4"CONDT PVC SCH 80(T) 26 05 33 LF 40 $60 $ 61 $ 20 $ 136 2605.3002 11/4"CONDT PVC SCH 80(B) 260533 LF 21-40 40 $ - 41-601 60 $ 61+1 61 $ 137 2605.3003 11/4"CONDT RM(T) 26 05 33 LF 60 60 $ 138 2605.300411/4"CONDT RM(Riser) 260533 LF 60 60 $ 139 2605.3005 11/4"CONDT PVC SCH 80 For Riser w/Hardware and Conductor 26 05 33 EA 6 6 $ 1-50 50 $ 140 2605.3006 11/2"CONDT PVC SCH 80(T) 260533 LF 51400 100 $ - 101-200 200 $ 201+ 201 $ 1-50 50 $ 141 2605.3007 11/2"CONDT PVC SCH 80(B) 26 05 33 LF 51-1 100 $ - 1 00 01-200 200 $ 201+1 201 $ 142 2605.3013 2"CONDT RM T) 26 05 33 LF 751 75 $ 143 2605.30142"CONDT RM(Riser) 260533 LF 751 75 $ 1-100 100 $ 101-200 200 $ - 144 2605.3015 2"CONDT PVC SCH 80(T) 260533 LF 201-300 300 $ 301+1 301 $ 3 of20 2017 Traffic and Street Light Improvements Unit Price Construction Contract 00 42 43 BID PROPOSAL Page 4 of 20 Quantity BID ITEM Description Specification Section No. Unit of Quantity (Max per Unit Price Bid Value NO. Measure Range range) 1-100 100 $ 145 2605.3016 2"CONDT PVC SCH 80(B) 26 05 33 LF 101-200 200 $ - 201-300 300 $ 301+ 301 $ 146 2605.3017 2"CONDT PVC SCH 80 For Riser w/Hardware and Conductor 260533 EA 61 6 $ 147 2605.3023 3"CONDT RM 260533 LF 75 75 $ 148 2605.3024 3"CONDT RM(Riser) 26 05 33 LF 75 75 $ 1-200 200 $ 749 2605.3025 3"CONDT PVC SCH 80(T) 260533 LF 201AOO 400 $401-600 600 $ 601+ 601 $ 1-200 200 $ 150 2605.3026 3"CONDT PVC SCH 80(B) 260533 LF 201400 400 $401-600 600 $ 601+ 601 $ 1-200 200 $ 151 2605.3033 4"CONDT PVC SCH 80(T) 26 05 33 LF 201-400 400 $ - 401600 600 $ 601+ 601 $ 1-200 200 $ 201-400 400 $ 152 2605.3034 4"CONDT PVC SCH 80(B) 260533 LF 401-600 600 $ 601+ 601 $ 1-300 300 $ 301600 600 $ - 153 2605.5001 Multi-Duct Conduit 260550 OF 601-900 900 $ 901+ 901 $ BASE BID-UNITS-Electrical $ UNIT 4-`Earthwork i 154 3110.0102 6`12"Tree Removal 311000 EA 8 8 $ - 155 3110.0103 12"-18"Tree Removal 311000 EA 8 8 $ 156 3110.0104 18"-24"Tree Removal 311000 EA 8 8 $ 157 3110.0105 24"and Larger Tree Removal 311000 EA 8 8 $ 158 3123.0101 Unclassified Excavation by Plan 312316 CY 100 100 $ 159 3123.0103 Borrow by Plan 312323 CY 100 100 $ 160 3124.0101 Embankment by Plan 312400 CY 100 100 $ 161 3125.0101 SWPPP>_l acre 312500 LS 5 5 $ 162 3137.0101 Concrete Riprap 313700 SY 200 200 $ 163 3137.0702 Large Stone Riprap,d 313700 SY 200 200 $ 164 3137.0104Medium Stone Riprap,dry 313700 SY 200 2001 $ 165 3137.0107 Block Riprap,dry 313700 SY 1 2001 200 $ BASE BID-UNIT 4-Earthwork $ UNITS-Exterior improvements 166 3201.0111 4'Wide Asphalt Pvmt Repair,Residential 320117 LF 200 200 $ 167 3201.0112 5'Wide Asphalt Pvmt Repair,Residential 32 0117 LF 200 200 $ 168 320L0113 6'Wide Asphalt Pvmt Repair,Residential 320117 LF 200 200 $ 169 3201.0114 7'Wide Asphalt Pvmt Repair,Residential 320117 LF 200 200 $ 170 3201.0115 8'Wide Asphalt Pvmt Repair,Residential 320117 LF 200 200 $ 171 3201.0116 9'Wide Asphalt Pvmt Repair,Residential 320117 LF 200 200 $ 172 3201.0117 10'Wide Asphalt Pvmt Repair,Residential 32 0117 LF0200 200 $ 173 3201.01214'Wide Asphalt Pvmt Repair,Arterial 320117 LF 200 $ 174 3201.0122 5'Wide Asphalt Pvmt Repair,Arterial 320117 LF 200 $ 175 3201.01236'Wide Asphalt Pvmt Repair,Arterial 320117 LF 200 $ 176 3201.01247'Wide Asphalt Pvmt Repair,Arterial 320117 LF 200 $ 177 3201.0125 8'Wide Asphalt Pvmt Repair,Arterial 320117 LF 200178 3201.0126 9'Wide Asphalt Pvmt Repair,Arterial 320117 LF200 $ 179 3201.0127 10'Wide As halt Pvmt Re air,Arterial 320117 LF 200 $ 180 3201.0131 4'Wide Asphalt Pvmt Re air,industrial 320117 LF 200 $ 181 3201.0132 5'Wide Asphalt Pvmt Repair,Industrial 320117 LF 200 200 $ 182 3201.0133 6'Wide Asphalt Pvmt Repair,Industrial 320117 LF 200 200 $ 183 3201.0134 7'Wide Asphalt Pvmt Repair,Industrial 320117 LF 200 200 $ 184 3201.0135 8'Wide Asphalt Pvmt Repair,industrial 320117 LF 200 200 $ 185 3201.0136 9'Wide Asphalt Pvmt Repair,Industrial 32 01 17 LF 200 200 $ 186 3201.0137 10'Wide Asphalt Pvmt Repair,industrial 320117 LF 200 200 $ 187 3201.0150 Asphalt Pvmt Repair,Sewer Service 320117 LF 200 200 $ 188 3201.0151 Asphalt Pvmt Repair,Water Service 320117 LF 200 200 $ 189 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 320117 SY 400 400 $ 190 3201.0202 Asphalt Pvmt Repair Beyond Defined Width,Arterial 330117 SY 400 400 $ 191 3201.0203 Asphalt Pvmt Repair Beyond Defined Width,Industrial 340117 SY 400 400 $ 192 3201.0301 2"Extra Width Asphalt Pavment Repair 320117 SY 200 200 $ 193 3201.0302 3"Extra Width Asphalt Pavment Repair 320117 SY 200 200 $ 194 3201.0303 4"Extra Width Asphalt Pavment Repair 320117 SY 200 200 $ 195 3201.0400 Temporary Asphalt Paving Repair 320118 LF 200 200 $ 196 3201.0614 Conc Pvmt Repair,Residential 320129 SY 200 200 $ 197 3201.0616 Conc Pvmt Repair,Arterial/industrial 320129 SY 2001 200 $ 198 3201.0654 Conc Pvmt Repair,HES,Residential 320129 SY 200 200 $ 199 3201.0656 Conc Pvmt Repair,HES,Arterial/Industrial 320129 SY 200 200 $ 1-50 50 $ 200 3211.0112 6"Flexible Base,Type A,GR-1 321123 SY 51400 100 $ - 101-150 150 $ 151-200 200 $ 1-50 50 $ 201 3211.0113 8"Flexible Base,Type A,GR-1 321123 SY 51400 120 $ - 101-150 150 $ 151-2001 200 $ 4 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 00 42 43 BID PROPOSAL Page 5 of 20 BIDITEM Unit of Quantity Quantity NO. Description Specification Section No. Measure Range (Max per Unit Price Bid Value range) 1-50 50 $ 202 3215.011410"Flexible ease,Type A,GR-1 321123 SY 51-100 100 $ - 101-150 150 $ 151-200 200 $ 1-50 50 $ 203 3211.0115 52"Flexible Base,Type A,GR-1 321123 SY 51_1001 1-100 100 $ - 101-150 150 $ 151-200 200 $ 1-100 100 $ 204 3212.0302 2"Asphalt Pvm[Type D 321216 SY 101-200 200 $201-300 300 $ 301-500 500 $ 1-100 100 $ - $ - 205 3212.0303 3"Asphalt Pvm[Type D 321216 SV 101 200 200201-300 300 $ 301-500 500 $ 1-100 101-200 200 $100 $ 206 3212.03044"Asphalt Pvmt Type 321216 SY 201-300 300 $ 301-500 500 $ 207 3212.0401 HMACTransition 321216 TN 40 40 $ 208 3212.0501 4"Asphalt Base Type 8 321216 SY 500 500 $ 209 3212.0502 5"Asphalt Base Type B 321216 SY 500 500 $ 210 3212.05036"Asphalt Base TypeB 321216 SY 500 500 $ 211 3212.0504 7"Asphalt Base Type 8 321216 SY 500 500 $ 212 3212.0505 8"Asphalt Base Type 6 321216 SY 500 500 $ 1-100 100 $ 213 3213.0101 6"Conc Pvmt 321313 SY 101-200 200 $ - 201-300 300 $ 301-500 500 $ 1-100 100 $ - 214 3213.0102 7"C.-Pvmt 321313 SY 101-200 200 $201-300 300 $ 301-500 500 $ 1-100 100 $ - - 215 3213.0103 8"Conc 101 200 200 $Pvmt 321313 SY 201-300 300 $ 301-500 500 $ 1-100100 $ 216 3213.0104 9"Conc Pvmt 321313 SY 101-200 200 $ - 201-300 300 $ 301-500 500 $ 1-100 100 $ - 217 3213.0105 20"Conc Pvmt 321313 SY 101-200 200 $201-300 300 $ 301-500 500 $ 1-100 100 $ - - 218 3213.0106 11"Conc Pvmt 321313 SY 101 200 200 $201-300 300 $ 301-500 500 $ 1-100 100 $ - 219 3213.0107 12"Conc Pvmt 32 13 13 SY 101-200 200 $201-300 300 $ 301-500 500 $ 1-100 100 $ 220 3213.0201 6"Conc Pvmt HES 321313 SY 101-200 200 $ - 201-300 300 $ 301-500 500 $ 1-100 100 $ 221 3213.0202 7"Conc Pvmt HES 321313 SV 101-2001 200 $ - 201-300 300 $ 301-500 500 $ 1-100 100 $ $ - 222 3213.0203 8"Conc Pvmt HES 321313 SY 101-200 200201-300 300 $ 301-500 500 $ 1-100 100 $ 223 3213.0204 9"Conc Pvmt HES 321313 SV 101-200 200 $ - 201-300 300 $ 301-500 500 $ 1-100 101-200 200 $ - 100 $ 224 3213.0205 10"Conc PvmT HES 321313 SY 201-300 300 $ 301-500 500 $ 1-100 100 $ - 225 3213.0206 11"Con101-200 200 $c Pvmt HES 321313 SY 201-300 300 $ 301-500 500 $ 1-100 100 $ - 226 3213.0207 12"Conc Pvmt HES 321313 SY 101-200 200 $201-300 300 $ 301-500 500 $ 1-1000 1000 $ - 227 3213.0301 4"Conc Sidewalk 321320 SF 1001-2000 2000 $2001-3000 3000 $ 3001-4000 4000 $ 1-1000 1000 $ 228 3213.0302 5"Conc Sidewalk 321320 SF 1001-2000 20.01 000 $ - 2001-3000 3000 $ 3001-4000 40001 $ 5.1`20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 6 of 20 Quantity BID ITEM Description Specification Section No. Unit of Quantity (Max per Unit Price Bid Value NO. Measure Range range) 1-1000 1000 $ - 229 3213.0303 6"Conc Sidewalk 321320 SF 1001-2000 2000 $2001-3000 3000 $ 3001-4000 4000 $ 1-1000 1000 $ 230 3213.0311 4"Conc Sidewalk,Adjacent to Curb 321320 SF 1001-2000 2000 $ - 2001-3000 3000 $ 3001-4000 4000 $ 1-1000 1000 $ 231 3213.0312 5"Conc Sidewalk,Adjacent to Curb 321320 SF 1001-2000 2000 $ - 2001-3000 3000 $ 3001-4000 4000 $ 1-1000 1000 $ 232 3213.0313 6"Conc Sidewalk,Adjacent to Curb 321320 SF 1001-2000 2000 $ - 2001-3000 3000 $ 3001-4000 4000 $ 1-500 500 $ 233 3213.0401 6"Concrete Driveway 321320 SF 501-1000 1000 $ 1001+ 1001 $ 1-500 500 $ 234 3213.0402 7"Concrete Driveway 321320 SF 501-1000 1000 $ 1001+ 1001 $ 1-500 500 $ 235 3213.0403 8"Concrete Driveway 32 13 20 SF 501-1000 1000 $ 1001+1 1001 $ 236 3213.0501 Barrier Free Ramp,Type R-1 321320 EA 12 12 $ 237 3213.0502 Barrier Free Ramp,Type U-1 321320 EA 12 12 $ 238 3213.0503 Barrier Free Ramp,Type M-1 321320 EA 12 12 $ 239 3213.0504 Barrier Free Ramp,Type M-2 321320 EA 12 12 $ 240 3213.0505 Barrier Free Ramp,Type M-3 321320 EA 12 12 $ 241 3213.0506 Barrier Free Ramp,Type P-1 321320 EA 12 12 $ 242 3213.0507 Barrier Free Ramp,Type P-2 321320 EA 12 12 $ 243 3213.0508 Barrier Free Ramp,Type C-1 321320 EA 12 12 $ 244 3213.0509 Barrier Free Ramp,Type C-2 321320 EA 12 12 $ 245 3213.0510 Barrier Free Ramp,Type C-3 321320 EA 12 12 $ 1-50 50 $ 246 3276.0101 6"Conc Curb and Gutter 321613 LF 51-100 100 $ 101-150 150 $ 151-200 200 $ 1-50 50 $ - 247 3216.0102 7"Conc Curb and Gutter 321613 LF 51-100 100 $101-150 150 $ i5i-2.51 200 $ 1-10 10 $ 248 3216.03019"Conc Valley Gutter,Residential 321613 SY 11-20 20 $ - 21-30 30 $ 31-40 40 $ 1-20 20 $ 249 3216.0302 11"Conc Valley Gutter,Arterial/Industrial 321613 SY 21-40 40 $ - 41-60 60 $ 61-80 80 $ 250 3217.0001 4"SLD Pvmt Marking HAS(W) 321723 LF 1200 1200 $ 251 3217.0002 4"SLD Pvmt Marking HAS(Y) 321723 LF 800 800 $ 252 3217.0003 4"BRK Pvmt Marking HAS(W) 321723 LF 400 400 $ 253 3217.0004 4"BRK Pvmt Marking HAS(Y) 321723 LF 400 400 $ 254 3217.0005 4"DOT Pvmt Marking HAS(W) 321723 LF 200 200 $ 255 3217.0006 4"DOT Pvmt Marking HAS(Y) 321723 LF 200 200 $ 256 3217.00074"SLD Pvmt MarkingTape(W) 321723 LF 800 800 $ 257 3217.0008 4"SLD Pvmt Markin Ta e Y 321723 LF 800 800 $ 258 3217.0101 6"SLD Pvmt Marking HAS(W) 321723 LF 8001 800 $ 259 3217.0102 6"SLD Pvmt Marking HAS(Y) 32 17 23 LF 800 800 $ 260 3217.0103 6"BRK Pvmt Marking HAS(W) 321723 LF 400 400 $ 261 3217.0104 6"DOT Pvmt Marking HAS(W) 321723 LF 200 200 $ 262 3217.0105 6"SLD Pvmt Marking Tape(W) 321723 LF 800 800 $ 263 3217.01066"SLD Pvmt MarkingTape(Y) 321723 LF 800 800 $ 264 3217.0201 8"SLD Pvmt Marking HAS(W) 321723 LF 1000 1000 $ 265 3217.0202 8"SLD Pvmt Marking HAS(Y) 321723 LF 800 800 $ 266 3217.02038"SLD Pvmt MarkingTape(W) 321723 LF 800 800 $ 267 3217.02048"SLD Pvmt MarkingTape(Y) 321723 LF 800 800 $ 268 3217.030112"SLD Pvmt Marking HAE(W) 321723 LF 800 800 $ 269 3217.0302 12"SLD Pvmt Marking HAE(Y) 321723 LF 800 800 $ 270 3217.0303 12"SLD Pvmt Marking Tape(W) 321723 LF 800 800 $ 271 3217.0304 12"SLD Pvmt Marking Tape(Y) 321723 LF 800 800 $ 272 3217.0401 18"SLD Pvmt Marking HAE(W) 321723 LF 400 400 $ 273 3217.0402 18"SLD Pvmt Marking Tape(W) 32 17 23 LF 400 400 $ 274 3217.0501 24"SLD Pvmt Marking HAE W 321723 LF 1200 1200 $ 275 3217.1001 Lane Legend RR 321723 EA 8 8 $ 276 3217.1002 Lane Legend Arrow 321723 EA 12 12 $ 277 3217.1003 Lane Legend DBI-Arrow 321723 FA 8 8 $ 278 3217.1004 Lane Legend Only 321723 EA 12 12 $ 279 3217.1005 Lane Legend Bus Lane 321723 EA 12 12 $ 280 3217.1006 Lane Legend Bike 321723 EA 30 30 $ 281 3217.1007 Lane Legend Sharrow 321723 EA 60 60 $ 282 3217.1008 Parking Lot Legend HC 321723 EA 20 20 $ 283 3217.2001 Raised Marker TYW 321723 EA 600 600 $ 284 3217.2002 Raised Marker TYY 321723 EA 600 600 $ 285 3217.2101 REEL Raised Marker TY I-A 321723 EA 150 150 $ 286 3217.2102 REFL Raised Marker TY I-C 321723 EA 150 150 $ 287 13217.2103 REFL Raised Marker TY II-A-A 321723 EA 150 150 $ 288 13217.2104 REFL Raised Marker TY 11.0-11 321723 EA 150 150 $ 6 of 20 2017 Traffic Signal and Street Light improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 7 of 20 BIDITEM Unit of Quantity Quantity Description Specification Section No. (Max per Unit Price Bid Value NO. Measure Range range) 289 3217.3001 Raised Marker,Work Zone 32 17 23 EA 150 150 $ 290 3217.3101 Tab Marker TY W 32 17 23 EA 400 400 $ 291 3217.3102 Tab Marker TYY 321723 EA 400 400 $ 292 3217.4201 Fire Lane Marking 321723 LF 400 400 $ 293 3217.4301 Remove 4"Pvmt Marking 321723 LF 1200 1200 $ 294 3217.4302 Remove 6"Pvmt Marking 321723 LF 600 600 $ 295 3217.4303 Remove 8"Pvmt Marking 321723 LF 1200 1200 $ 296 3217.4304 Remove 12"Pvmt Marking 321723 LF 1200 1200 $ 297 3217.4305 Remove 18"Pvmt Marking 321723 LF 600 600 $ 298 3217.4306 Remove 24"Pvmt Marking 321723 LF 1200 1200 $ 299 3217.4307 Remove Raised Marker 321723 EA 1200 1200 $ 300 3217.4401 Remove Lane Legend RR 321723 EA 12 12 $ 301 3217.4402 Remove Lane Legend Arrow 321723 EA 15 15 $ 302 3217.4403 Remove Lane Legend DBL Arrow 321723 EA 12 12 $ 303 3217.4404 Remove Lane Legend Only 321723 EA 15 15 $ 304 3217.4405 Remove Lane Legend Bus Lane 321723 EA 15 15 $ 305 3217.4406 Remove Lane Legend Bike 321723 EA 30 30 $ 306 3217.4407 Remove Lane Legend Sharrow 321723 EA 30 30 $ 307 3217.4408 Remove Lane Legend HC 321723 EA 15 15 $ 308 3231.0111 4'Chain Link,Steel 323113 LF 100 100 $ 309 3231.0112 5'Chain Unk,Steel 323113 LF 100 100 $ 310 3231.0113 6'Chain Link,Steel 323113 LF 100 100 $ 311 3231.0114 8'Chain Link,Steel 323113 LF 100 100 $ 312 3231.011510'Chain Unk,Steel 323113 LF 100 100 $ 313 3231.01214'Chain Unk,Aluminum 323113 LF 100 100 $ 314 3231.0122 5'Chain Link,Aluminum 323113 LF 100 100 $ 315 3231.0123 6'Chain Unk,Aluminum 323113 LF 100 100 $ 316 3231.0124 8'Chain Link,Aluminum 323113 LF 100 100 $ 317 3231.012510'Chain Unk,Aluminum 323113 LF 100 100 $ 318 3231.0211 Barbed Wire Fence,Metal Posts 323126 LF 100 100 $ 319 3231.0221 Barbed Wire Fence,Wood Posts 323126 LF 100 100 $ 320 3231.0411 4'Fences,Wood 323129 LF 100 100 $ 321 3231.0412 6'Fences,Wood 323129 LF 100 100 $ 322 3231.0413 8'Fences,Wood 323129 LF 100 100 $ 323 3232.0100 Conc Ret Wall with Sidewalk,Face 323213 SF 100 100 $ 324 3232.0101 Conc Ret Wall with Sidewalk,Sidewalk 323213 SF 100 100 $ 1-100 100 $ - 325 3291.0100 Topsoil 329119 CY 101-200 200 $201-300300 $ 301+ 301 $ 1-1000 1000 $ 326 3292.0100 Block Sod Placement 329213 SY 1001-2000 2000 $ - 2001-3000 3000 $ 3001+ 3001 $ 1-1000 1000 $ 327 3292.0500 Seeding,Soil Retention Blanket 329213 SY 1001-2000 2000 $ - 2001-3000 3000 $ 3001+ 3001 $ 328 3293.0102 Plant 2"Tree 32 93 43 EA 10 10 $ 329 3293.0103 Plant 3"Tree 32 93 43 EA 1 10 10 $ 330 3293.0104 Plant 4"Tree 329343 EA 10 10 $ 331 3293.0105 Plant 5"Tree 1 32 93 43 1 EA 1 101 10 $ 332 3293.0106 Plant 6"Tree 32 93 43 EA 101 10 $ BASE BID-UNITS-Exterior Improvements $ UNIT 6-Utilities 333 3305.0001 4"Waterline Lowering 33 0512 EA 5 5 $ 334 3305.0002 6"Waterline Lowering 330512 EA 5 5 $ 335 3305.0003 8"Waterline Lowering 330512 EA 5 5 $ 336 3305.0004 SO"Waterline Lowering 330512 EA 5 5 $ 337 3305.0005 12"Waterline Lowering 330512 EA 5 5 $ 338 3305.0101 Fire Hydrant Stem Extension 330514 EA 5 5 $ 1-SO 10 $ 339 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 11-50 50 $ - 51-100 100 $ 101+1 101 $ 340 3305.0105 Inlet Adjustment 330514 EA 10 10 $ 341 3305.0106 Manhole Adjustment,Major 33 05 14 EA 10 10 $ 342 3305.0107 Manhole Adjustment,Minor 330514 EA 10 10 $ 343 3305.0108 Miscellaneous Structure Adjustment 33 05 14 EA 10 10 $ 344 3305.0109 Trench Safety 330510 LF 100 100 $ 345 3305.0110 Utility Markers 330526 LS 1 1 $ 346 3305.0111 Valve Box Adjustment 330514 EA 10 10 $ 347 3305.0112 Concrete Collar 330517 EA 10 10 $ 348 3305.0114 Manhole Adjustment,Majorw/Cover 330514 EA 10 10 $ 1-10 10 $ 349 3305.0115 Vacuum Excavation 330530 EA IS-50 50 $ 51-100 100 $ 101+ 101 $ 350 3305.0203 Imported Embedment/Backfill,CLSM 330510 CY 20 20 $ 351 3311.0001 Ductile Iran Water Fittings w/Restraint 331111 TON 1 1 $ 352 3311.0041 4"Water Pipe 331110,331112 LF 100 100 $ 353 3311.0141 6"Water Pipe 33 1110,33 1112 LF 100 100 $ 354 3311.0241 8"Water Pipe 331110,33 1112 LF 100 100 $ 355 3311.0341 10"Water Pipe 331110,331112 LF 100 100 $ 356 3311.0441 12"Water Pipe 33 1110,33 1112 LF 100 100 $ 357 3312.0001 Fire Hydrant 331240 EA 10 10 $ 358 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 10 10 $ 359 3312.20011"Water Service,Meter Reconnection 331210 EA 10 10 $ 360 3312.2003 1"Water Service 331210 EA 10 101 $ 7 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 00 42 43 BID PROPOSAL Page 8 of 20 Quantity 810 ITEM Description Specification Section No. Unit of Quantity (Max per Unit Price Bid Value NO. Measure Range range) 361 3312.2203 2"Water Service 331210 EA 10 10 $ 362 3312.3001 4"Gate Valve 33 12 20 EA 5 5 $ 363 3312.3002 6"Gate Valve 331220 EA 5 5 $ 364 3312.3003 8"Gate Valve 33 12 20 EA 5 5 $ 365 3312.3004 10"Gate Valve 331220 EA 5 5 $ 366 3312.3005 12"Gate Valve 331220 EA 5 5 $ 367 3312.3101 4"Cut-in Gate Valve 33 12 20 EA 5 5 $ 368 3312.3102 6"Cut-in Gate Valve 33 12 20 EA 5 5 $ 369 3312.3103 8"Cut-in Gate Valve 33 12 20 EA 5 5 $ 370 3312.3104 10"Cut-in Gate Valve 331220 EA 5 5 $ 371 3312.3105 12"Cut-in Gate Valve 33 12 20 EA 5 5 $ 372 3331.0101 4"Sewer Pipe,Point Repair 33 3122,33 3123 LF 50 50 $ 373 3331.0102 6"Sewer Pipe,Point Repair 33 3122,33 3123 LF 50 50 $ 374 3331.0103 8"Sewer Pipe,Point Repair 33 3122,33 3123 LF 50 50 $ 375 3331.0104 10"Sewer Pipe,Point Repair 33 3122,33 3123 LF 50 50 $ 376 3331.0105 12"Sewer Pipe,Point Repair 33 3122,33 3123 LF 50 50 $ 377 3331.3101 4"Sewer Service 333150 EA 5 5 $ 378 3331.3201 6"Sewer Service 333150 EA 5 5 $ 379 3331.33114"Sewer Service,Reconnection 333150 EA 5 5 $ 380 3331.33126"Sewer Service,Reconnection 333150 EA 5 5 $ 381 3331.33138"Sewer Service,Reconnection 333150 EA 5 5 $ 382 3331.4101 4"Sewer Pipe 33 1110,33 3120 LF 100 100 $ 383 3331.4108 6"Sewer Pipe 331130,333112,333120 LF 100 100 $ 384 3331.4115 8"Sewer Pipe 33 1110,33 3112,33 3120 LF 100 100 $ 385 3331.4201 10"Sewer Pipe 33 1110,33 3112,33 3120 LF 100 100 $ 386 3331.4208 12"Sewer Pipe 33 1110,33 3112,33 3120 LF 100 100 $ 387 3339.1001 4'Manhole 33 39 10,33 39 20 EA 5 5 $ 388 3339.1002 4'Drop Manhole 33 3910,33 39 20 EA 5 5 $ 389 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 15 15 $ 390 3339.1004 4'Shallow Manhole 33 39 10,33 39 20 EA 5 5 $ 391 3339.1101 5'Manhole 33 39 10,33 39 20 EA 5 5 $ 392 3339.1102 5'Drop Manhole 33 3910,33 39 20 EA 5 5 $ 393 3339.1103 5'Extra Depth Manhole 33 39 10,33 39 20 VF 15 15 $ 394 3339.1104 5'Shallow Manhole 33 39 10,33 39 20 EA 5 5 $ 395 3339.1201 6'Manhole 33 3910,33 39 20 EA 5 5 $ 396 3339.1202 6'Drop Manhole 33 3910,33 39 20 EA 5 5 $ 397 3339.1203 6'Extra Depth Manhole 33 39 10,33 39 20 VF 15 15 $ 398 3339.1204 6'Shallow Manhole 33 39 10,33 39 20 EA 51 5 $ 399 3341.0101 15"HDPE Pipe 334111 LF 100 100 $ 400 3341.0102 18"HDPE Pipe 334111 LF 100 100 $ 401 3341.0103 18"RCP,Class III 334110 LF 100 100 $ 402 3341.0201 21"RCP,Class 111 334110 LF 100 100 $ 403 3341.0204 24"HDPE Pipe 334111 LF 100 100 $ 404 3341.0205 24"RCP,Class III 334110 LF 100 100 $ 405 3341.0208 27"RCP,Class 111 334110 LF 100 100 $ 406 3341.0301 30"HDPE Pipe 334111 LF 100 100 $ 407 3341.0302 30"RCP,Class III 334110 LF 100 100 $ 408 3341.0305 33"RCP,Class III 334110 LF 100 100 $ 409 3341.0308 36"HDPE Pie 334111 LF 100 100 $ 410 3341.0309 36"RCP,Class 111 33 41 10 LF 100 100 $ 411 3341.0312 39"RCP,Class 111 334110 LF 100 100 $ 412 3341.0402 42"RCP,Class III 334110 LF 100 100 $ 413 3341.0405 45"RCP,Class Ill 334110 LF 100 100 $ 414 3341.0409 48"RCP,Class 111 334110 LF 100 100 $ 415 3341.090115"HDPE Lateral Line 334111 LF 100 100 $ 416 3341.0902 18"HDPE Lateral Line 334111 LF 100 100 $ 417 3341.0903 21"HDPE Lateral Line 334111 LF 100 100 $ 418 3341.0904 24"HDPE Lateral Line 334111 LF 100 100 $ 419 3341.0905 27"HDPE Lateral Line 334111 LF 100 100 $ 420 3341.0906 30"HDPE Lateral Line 334111 LF 100 100 $ 421 3341.0907 36"HDPE Lateral Line 334111 LF 100 100 $ 422 3341.10013x2 Box Culvert 334110 LF 100 100 $ 423 3341.1002 3x3 Box Culvert 334110 LF 100 100 $ 424 3341.1101 4x2 Box Culvert 334110 LF 100 100 $ 425 3341.1102 43 Box Culvert 334110 LF 100 100 $ 426 3341.1103 40 Box Culvert 334110 LF 100 100 $ 427 3341.1201 5x3 Box Culvert 334110 LF 100 100 $ 428 3341.1202 5x4 Box Culvert 334110 LF 100 100 $ 429 3341.1203 5x5 BoxCulvert 334110 LF 100 100 $ 430 3341.1301 6x2 Box Culvert 334110 LF 100 100 $ 431 3341.1302 6x3 Box Culvert 33 4110 LF 100 100 $ 432 3341.1303 6x4 Box Culvert 334110 LF 100 100 $ 433 3341.1304 6x5 Box Culvert 334110 LF 100 100 $ 434 3341.1305 6x6 Box Culvert 334110 LF 100 100 $ 435 3349.0001 4'Storm Junction Box 334910 EA 5 5 $ 436 3349.0002 5'Storm Junction Box 334910 EA 5 5 $ 437 3349.00036'Storm Junction Box 334910 EA 5 5 $ 438 3349.0104 4'Stacked Manhole 334910 EA 5 5 $ 439 3349.1000 Headwall,Box Culvert 334940 CY 5 5 $ 440 3349.1001 18"Flared Headwall,1 pie 334940 EA 51 5 $ 441 3349.1002 21"Flared Headwall,1 pipe 334940 EA 5 5 $ 442 3349.1003 24"Flared Headwall,1 pipe 33 49 40 EA 5 5 $ 443 3349.1004 27"Flared Headwall,1 pipe 33 49 40 EA 5 5 $ 444 3349.1005 30"Flared Headwall,i pipe 33 49 40 EA 5 5 $ 445 3349.1006 33"Flared Headwall,1 pipe 33 49 40 EA 5 5 $ 446 3349.1007 36"Flared Headwall,1 pie 33 49 40 EA 5 5 $ 447 3349.1008 39"Flared Headwall,1 pie 33 49 40 EA 5 5 $ 448 3349.1009 42"Flared Headwall,1 pipe 33 49 40 EA 5 5 $ 449 3349.1010 45"Flared Headwall,1 pipe 334940 EA5 5 $ 450 3349.1011 48"Flared Headwall,1 pipe 33 49 40 EA 11 5 $ 8 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 00 42 43 BID PROPOSAL Page 9 of 20 BID ITEM Description qDescriptionSpecification Section No. Unit of Quantity (Max per Unit Price Bid Value uantil NO. Measure Range range) 451 3349.1101 18"Flared Headwall,2 pipes 33 49 40 EA 5 S $ 452 3349.1102 21"Flared Headwall,2 pipes 33 49 40 EA 5 5 $ 453 3349.1103 24"Flared Headwall,2 pipes 334940 EA 5 5 $ 454 3349.1104 27"Flared Headwall,2 pipes 33 49 40 EA 5 5 $ 455 3349.1105 30"Flared Headwall,2 pipes 33 49 40 EA 5 5 $ 456 3349.2001 18"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 457 3349.2002 21"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 458 3349.2003 24"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 459 3349.2004 27"Parallel Headwall,1 pipe 334940 EA 5 5 $ 460 3349.2005 30"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 461 3349.2006 33"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 462 3349.2007 36"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 463 3349.2008 39"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 464 3349.2009 42"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 465 3349.2010 45"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 466 3349.2011 48"Parallel Headwall,1 pipe 334940 EA 5 5 $ 467 3349.2101 18"Parallel Headwall,2 pipes 33 49 40 EA 5 5 $ 468 3349.2102 21"Parallel Headwall,2 pipes 33 49 40 EA 5 5 $ 469 3349.2103 24"Parallel Headwall,2 pipes 334940 EA 5 5 $ 470 3349.2104 27"Parallel Headwall,2 pipes 334940 EA 5 5 $ 471 3349.2105 30"Parallel Headwall,2 pipes 33 49 40 EA 5 5 $ 472 3349.300118"Straight Headwall,l pie 334940 EA 5 5 $ 473 3349.3002 21"Straight Headwall,1 pipe 33 49 40 EA 5 5 $ 474 3349.3003 24"Straight Headwall,1 pipe 334940 EA 5 5 $ 475 3349.3004 27"Straight Headwall,1 pipe 33 49 40 EA 5 5 $ 476 3349.3005 30"Straight Headwall,1 pipe 33 49 40 EA 5 5 $ 477 3349.3006 3TStraight ht Headwall,1 pipe 33 49 40 EA 5 5 $ 478 3349.300736"Straight Headwall,l pipe 334940 EA 5 5 $ 479 3349.3008 39"Straight Headwall,1 pipe 33 49 40 EA 5 5 $ 480 3349.3009 42"Straight Headwall,1 pipe 33 49 40 EA 5 5 $ 481 3349.3010 45"Straight Headwall,1 pipe 33 49 40 EA 5 5 $ 482 3349.301148"Straight Headwall,1 pipe 334940 EA 5 5 $ 483 3349.3101 18"Straight Headwall,2 pipes 33 49 40 EA 5 5 $ 484 3349.3102 21"Straight Headwall,2 pipes 33 49 40 EA 5 5 $ 485 3349.3103 24"Straight Headwall,2 pipes 33 49 40 EA 5 5 $ 486 3349.3104 27"Straight Headwall,2 pipes 334940 EA 5 5 $ 487 3349.3105 30"Straight Headwall,2 pipes 33 49 40 EA 5 5 $ 488 3349.4103 18"SET,1 pipe 33 49 40 EA 5 5 $ 489 3349.4104 21"SET,1 pipe 33 49 40 EA 5 5 $ 490 3349.4105 24"SET,1 pipe 33 49 40 EA 5 5 $ 491 3349.4106 27"SET,1 pipe 33 49 40 EA 5 5 $ 492 3349.4107 30"SET,1 pipe 33 49 40 EA 5 5 $ 493 3349.4108 33"SET,1 pipe 33 49 40 EA 5 5 $ 494 3349.4109 36"SET,1 pipe 33 49 40 EA 5 5 $ 495 3349.4110 39"SET,1 pipe 33 49 40 EA 5 5 $ 496 3349.4111 42"SET,1 pipe 33 49 40 EA 5 5 $ 497 3349.4112 45"SET,1 pipe 33 49 40 EA 5 5 $ 498 3349.4113 48"SET,1 pipe 33 49 40 EA 5 5 $ 499 3349.4203 18"SET,2 pipes 33 49 40 EA 5 5 $ 500 3349.4204 21"SET,2 pipes 33 49 40 EA 5 5 $ 501 3349.4205 24"SET,2 pipes 33 49 40 EA 5 5 $ 502 3349.4206 27"SET,2 pipes 33 49 40 EA 5 5 $ 503 3349.4207 30"SET,2 pipes 33 49 40 EA 5 5 $ 504 3349.500110'Curb Inlet 334920 EA 5 5 $ 505 3349.500215'Curb Inlet 334920 EA 5 5 $ 506 3349.500320'Curb Inlet 334920 EA 5 5 $ 507 3349.600110'Recessed inlet 334920 EA 5 5 $ 508 3349.6002 15'Recessed Inlet 33 49 20 EA 5 5 $ 509 3349.6003 20'Recessed inlet 33 49 20 EA 5 5 $ 510 3349.7001 4'Drop Inlet 33 49 20 EA 5 5 $ 511 3349.7002 5'DropInlet 33 49 20 EA 5 5 $ 512 3349.7003 6'Drop Inlet 33 49 20 EA 5 5 $ 513 3349.800110'Type 2 Inlet 334920 EA 5 5 $ 514 3349.800215'Type 2 Inlet 334920 EA 5 5 $ 515 3349.8003 20'Type 2Inlet 334920 EA 5 5 $ 516 3349.9001 2'Grate Inlet 33 49 20 EA 5 5 $ 517 3349.9002 3'Grate Inlet 33 49 20 EA 5 5 $ 518 3349.9003 4'Grate inlet 334920 EA 51 5 $ BASE BID-UNIT 6-Utilities $ UNIT 7-Transportation 519 3441.1001 3-Sect Signal Head Assmbly 344110 EA 40 40 $ 520 3441.1002 4-Sect Signal Head Assmbly 344110 EA 20 20 $ 521 3441.1003 5-Sect Signal Head Assmbly 344110 EA 20 20 $ 522 3441.1004 Relocate Signal Head 344110 EA 40 40 $ 523 3441.1005 1-Section Signal Head Assy 34 41 10 EA 20 20 $ 524 3441.1011 Ped Signal Head Assmbly 344110 EA 20 20 $ 525 3441.1012 Ped Signal Head Retrofit 344110 EA 20 20 $ 526 3441.1021 2"Ped Push BTN Station W/Sign 344110 EA 20 20 $ 1-5 5 $ 527 3441.1031 Audible Pedestrian Pushbutton Station 344110 EA 6-10 10 $ - 11-15 15 $ 16-20 20 $ 528 3441.1209 Furnish/Install BBD System EXT Mounted 34 41 10 EA 4 4 $ 529 3441.1210 Furnish/install BBU System Stand Alone 344110 EA 4 4 $ 530 3441.1212 Install BBU System EXT Mounted 344110 EA 4 4 $ 531 3441.1213 Install BBU System Stand Alone 344110 EA 4 4 $ 532 3441.1215 Furnish/Install Hybrid Detection System 344110 APR 12 12 $ 9.1`20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 00 42 43 BID PROPOSAL Page 10 of 20 Quantity 810 ITEM Description Specification Section No. Unit of Quantity (Max per Unit Price Bid Value NO. Measure Range range) 1-4 4 $ 533 3441.1216 Install Hybrid Detection System 344110 APR 5-8 8 $ 9-12 12 $ 1-500 500 $ 534 3441.1217 Furnish/Install Hybrid Detection Cable 344110 LF 501-1000 1000 1$ - 1001-1500 1500 $ 1501-2000 2000 $ 535 3441.1218 Install Hybrid Detection Cable 344110 LF 2000 2000 $ 536 3441.1220 Fumish/Install Model 711 Preemption Detector 344110 EA 16 16 $ 537 3441.1221 Furnish/Install Model 712 Preemption Detector 344110 EA 16 16 $ 1A 4 $ 538 3441.1222 Install Model 711 Preemption Detector 344110 EA 5-8 8 $ 9-12 12 $ 13-16 16 $ 1-4 4 $ 539 3441.1223 Install Model 712 Preemption Detector 344110 EA 5-8 8 $ - 9-12 12 $ 13-16 16 $ 540 3441.1224 Fumish/Install Preemption Cable 344110 LF 2000 2000 $ 541 3441.1225 Install Preemption Cable 344110 LF 2000 2000 $ 542 3441.1226 Fumish/install Model 722 Preemption Detector 344110 EA 8 8 $ 543 3441.1227 Install Model 722 Preemption Detector 344110 EA 8 8 $ 14 4 $ 544 3441.1230 Furnish/Install Radar Presence Detection Device 344110 APR 5-8 8 $ 9-12 12 $ 13-16 16 $ 1-4 4 $ 545 3441.1231 Furnish/Install Radar Advance Detection Device 344110 APR 5-8 8 $ 9-12 12 $ 13-16 16 $ 1-4 4 $ 546 3441.1232 Install Radar Presence Detection Device 344110 APR 5-8 8 $ - 9-12 12 $ 13-16 16 $ 1A 4 $ 547 3441.1233 Install Radar Advance Detection Device 344110 APR 5-8 8 $ - 9-12 12 $ 13-16 16 $ 1-500 500 $ 548 3441.1234 Furnish/Install Radar Cable 344110 LF 501-1000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 549 3441.1235 Install Radar Cable 344110 LF 2000 2000 $ 1-250 250 $ 550 3441.1301 Loop Detector Cable S-ut 344110 LF 251-500 500 $ - 501-750 750 $ 751-1000 1000 $ 1-250 250 $ $ - 551 3441.130214 AWG Loop Detect Cable 344110 IF 251-500 500501-750 750 $ 751-1000 1000 $ 1-100 100 $ 552 3441.1303 RG-11 COAX Detector Cable 344110 LF 101-250 250 $ - 251-500 500 $ 501-1000 1000 $ 553 3441.1304 4/C 18 AWG Loop Lead-In Cable 344110 LF 1000 1000 $ 1-500 500 $ 554 3441.1309 2/C 12 AWG Multi-Conductor Cable 344110 LF 501-1000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 555 3441.1310 4/C 14 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 556 3441.1311 5/C 14 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 557 3441.13127/C 14 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 558 3441.13138/C 14 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 559 3441.131410/C 14 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 560 3441.1315 20/C 14 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 561 3441.13176/C 16 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 562 3441.1318 8/C 16 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 563 3441.131912/C 14 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 564 3441.13206/C 14 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 1-500 500 $ 565 3441.13219/C 14 AWG Multi-Conductor Cable 344110 LF 5014000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 566 3441.1322 3/C 14 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 567 3441.13249/C 20 AWG Multi-Conductor Cable 344110 LF 2000 2000 $ 1-500 500 $ 568 3441.1401 NO 4 Triplex OH insulated Elec Condr 344110 LF 501-1000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 1-500 500 $ 569 3441.1402 NO 6 Duplex OH insulated Elec Condr 344110 LF 501-1000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 1-500 500 $ 570 13441.1403 NO Triplex OH insulated Elec Condr 344110 LF 501-1000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 10 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 00 42 43 BID PROPOSAL Page 11 of 20 BID ITEM Uni[of Quantity Quantity NO Description Specification Section No. Measure Banti (Max per Unit Price Bid Value range) 1-500 500 $ 571 3441.1404 NO 1 insulated Elec Condr 344110 LF 5014000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 572 3441.1405 NO2 insulated Elec Condr 344110 LF 2000 2000 $ 573 3441.1406 NO3 Insulated Elec Condr 344110 LF 2000 2000 $ 574 3441.1407 N04 Insulated Elec Condr 344110 LF 2000 2000 $ 1-500 500 $ 575 3441.1408 NO 6 Insulated Elec Condr 344110 LF 501-1000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 1-500 500 $ 576 3441.1409 NO 8 Insulated Elec Condr 344110 LF 5014000 1000 $ - 1001-1500 1500 $ 1501-25.0 2000 $ 1-500 500 $ 577 3441.1410 NO 10 Insulated Elec Condr 344110 LF 501-1000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 1-500 500 $ 578 3441.1411 N012 Insulated Elec Condr 344110 LF 501-1000 1000 $ 1001-1500 1500 $ 1501-2000 2000 $ 1-500 500 $ 579 3441.1412 N014 Insulated Elec Condr 344110 LF 501-1000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 1-500 500 $ - 580 3441.1413 N06Bare Elec Condr SLD 344110 LF 507-1000 1000 $1001-1500 1500 $ 1501-2000 2000 $ 1-500 500 $ 561 3441.1414 N08Bare Elec Condr 344110 LF 5014000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 1-500 500 $ - 582 3441.1415 NO SO Bare Elec Condr 344110 LF 501-1000 1000 $1001-1500 1500 $ 1501-2000 2000 $ 1-500 500 $ $ - 583 3441.1416 N012Bare Elec Condr 344110 LF 501-1000 10001001-1500 1500 $ 1501-2000 2000 $ 1-500 500 $ 584 3447.1417 NO 14 Bare Elec Condr 344110 LF 5014000 1000 $ - 1001-1500 1500 $ 1501-2000 2000 $ 1: 8 $4 $ 5-8 585 3441.1501 Ground Box Type B 344110 9 121 12 $ 13-16 16 $ 1-4 4 $ 586 3441.1502 Ground Box Type B,w/Apron 344110 EA 5 8 8 $ 9-12 12 $ 13-16 16 $ 1-4 4 $ 587 3441.1503 Ground Box Type D,w/Apron 344110 EA 5-8 8 $ - 9-12 12 $ 13-16 16 $ 588 13441.1504 Ground Box Type AS(TxDOT),w/Apron 344110 EA 8 8 $ 589 13441.1505 Ground Box Type DS(TxDOT),w/Apron 344110 EA 8 8 $ 1-4 4 $ 590 3441.1601 Furnish/Install 5'Pedestrian Push Button Pole 344110 EA 5-8 8 $ - 9-12 12 $ 13-16 16 $ 1-4 4 $ 591 3441.1603 Furnish/Install 10'-14'Ped Pole Assmbly 344110 EA 58 8 $ 9-12 12 $ 13-16 16 $ 1-4 4 $ 592 3441.1604 Install 5'Pedestrian Push Button Pale 344110 EA 5-8 e $ - 9-12 12 $ 13-16 16 $ 1-4 4 $ 593 3441.1606 Install 10'-14'Ped Pole Assmbly 344110 EA 5 8 8 $ 9-12 12 $ 13-16 16 $ 594 3441.1611 Fumish/Install Type 41 Signal Pole 344110 EA 16 16 $ 595 3441.1612 Furnish/Install Type 42 Signal Pole 344110 EA 16 16 $ 596 3441.1613 Fumish/Install Type 43 Signal Pole 344110 EA 16 16 $ 597 3441.1614 Furnish/Install Type 44 Signal Pole 344110 EA 16 16 $ 598 3441.1615 Furnish/Install Type 45 Signal Pole 344110 EA i6 16 $ 599 3441.1616 Furnish/Install Type 46 Signal Pole 344110 EA 16 16 $ 600 3441.1623 Furnish/Install Mast Arm 16'-36' 344110 EA 16 16 $ 601 3441.1624 Furnish/Install Mast Arm 40'-48' 34 EA 16 16 $ 602 3441.1625 Furnish/Install Mast Arm 52'-60' 344110 EA 16 16 $ 603 3441.1626 Install Mast Arm l6'-36' 344110 EA 16 16 $ 604 3441.16271nstall Mast Arm 40'-48' 344110 EA 76 16 $ 605 3441.1628 Install Mast Arm 52'-60' 1 344110 1 EA 1 161 16 $ 606 13441.1641 Furnish/Install Type 228 Arm I I EA 1 751 75 $ 11 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 0042 43 BID PROPOSAL Page 12 of 20 Quantity BID ITEM Description Specification Section No. Unit of Quantity (Max per Unit Price Bid Value NO. Measure Range range) 607 3441.1642 Furnish/Install Type 24A Arm 344120 EA 75 75 $ 608 3441.1643 Fumish/Install Type 25 Arm 344120 EA 75 75 $ 609 3441.1644 Furnish/Install Type 25A Arm 344120 EA 75 75 $ 610 3441.1645 Furnish/Install Type 33A Arm 344120 EA 75 75 $ 611 3441.1646 Furnish/Install Type 33B Arm 344120 EA 75 75 $ 612 3441.1651 Furnish/install Type 41 Decor Signal Pole 344110 EA 16 16 $ 613 3441.1652 Fumish/InstallType 42 Decor Signal Pole 344110 EA 16 16 $ 614 3441.1653 Fumish/install Type 43 Decor Signal Pole 344110 EA 16 16 $ 615 3441.1654 Furnish/Install Type 44 Decor Signal Pole 344110 EA 16 16 $ 616 3441.1655 Fumish/Install Type 45 Decor Signal Pole 344110 EA 16 16 $ 617 3441.1656 Fumish/fnstall Type 46 Decor Signal Pole 344110 EA 16 16 $ 618 3441.1671 Furnish/Install Decor Mast Arm 40'-48' 344110 EA 16 16 $ 619 3441.1672 Furnish/Install Decor Mast Arm 52'-60' 344110 EA 16 16 $ 620 3441.1673 Install Decor Mast Arm 16'-36' 344110 EA 16 16 $ 621 3441.1674 Install Decor Mast Arm 40'-48' 344110 EA 16 16 $ 622 3441.1675 Install Decor Mast Arm 52'-60' 344110 EA 16 16 $ 1-4 4 $ $ 623 3441.1701 7Y 1 Signal Foundation 344110 EA 5-8 88-12 12 $ 13-16 16 $ 1-4 4 $ 624 3441.1702 TY 2 Signal Foundation 344110 EA 5-8 8 $8-12 12 $ 13-16 16 $ 1-4 4 $ 625 3441.1703 TY3 Signal Foundation 344110 EA 5-8 8 $8-12 12 $ 13-16 16 $ 1-4 4 $ 626 3441.1704 TY4Signal Foundation 344110 EA 5-8 8 $8-12 12 $ 13-16 16 $ 1-4 4 $ 627 3441.1705 TYS Signal Foundation 344110 EA 5-8 8 $8-12 12 $ 13-16 16 $ 628 3441.1706 Signal-Screw in Base Foundation 344110 EA 8 8 $ 629 3441.1713 Signal Cabinet Foundation-3521 344110 EA 4 4 $ 630 3441.1714 Signal Cabinet Foundation-3501 344110 EA 44 $ 631 3441.1715 Signal Cabinet Foundation-352i&BBU 344110 EA 4 4 $ 632 3441.1716 Signal Cabinet Foundation-3501&BBU 344110 EA 4 4 $ 633 3441.1723 Install Signal Cabinet,Pole MNT 344110 EA 4 4 $ 634 3441.1724 install Signal Cabinet,Ground MNT 344110 EA 4 4 $ 635 3441.1725 Furnish/Install ATC Signal Controller 344110 EA 4 4 $ 636 3441.17261nst2ll ATC Signal Controller 344110 EA 4 4 $ 1-10 10 $ 637 3441.1731 Rdwy Ilium Foundation TY 9 344120 EA 11-20 20 $ 21-30 30 $ 31+ 31 $ 1-10 10 $ 638 3441.1732 Rdwy Ilium Foundation TY 10 344120 EA 11-20 20 $21-3030 $ 31,1 1+ 31 $ 1-10 10 $ 639 3441.1733 Rdwy Ilium Foundation TY 11 344120 EA 11-20 20 $ - 21-30 30 $ 31+ 31 S 1-10 10 $ 640 3441.1734 Rdwy Ilium Foundation TY 12 344120 EA 11-20 20 $ - 21-30 30 $ 31+ 31 $ 1-1210 $ 641 3441.1735 Rdwy Ilium Foundation TY 13 344120 EA 11-2D 20 $21-30 30 $ 31.1 31 $ 1-10 10 $ 642 3441.1736 Rdwy Ilium Foundation TY 14 344120 EA 11-20 20 $ - 21-30 30 $ 31+ 31 $ 1-10 10 $ 643 3441.1737 Rdwy Ilium Foundation TY 15 344120 EA 11-20 20 $21-30 30 $ 31+ 31 $ L1210 $ 644 3441.1738 Rdwy Ilium Foundation TY 16 344120 EA 11-20 20 $21-30 30 $ 51+1 31 $ 1-10 10 $ 11-20 20 $ 645 3441.1739 Rdwy Ilium Foundation TY 17 344120 EA11-20 30 $ 31+ 31 $ 1-10 10 $ 11-20 20 $ - 646 3441.1740 Rdwy Ilium Foundation TY 18 344120 EA11-20 30 $ 31+ 31 $ 647 3441.1741 Furnish/Install 352i Controller Cabinet Assembly 344110 EA 4 4 $ 648 3441.1742 Install 352i Controller Cabinet Assembly 3441 21 4 4 $ 649 3441.1743 Furnish/Install 3501 Controller Cabinet Assembly 344110 EA 4 4 $ 650 3441.1744 Install 3501 Control ler Cabin et Assembly 344110 1 EA 41 4 $ 651 3441.1752 Fu rn ish/I nsta 11 Type 41 Breakaway Transformer Ba se for Luminaire Poles 1 344120 1 EA 301 30 $ 12 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 13 of 20 BID ITEMUnit of quantity Quantity Description Specification Section No. (Max per Unit Price Bid Value NO. Measure Range range) 652 3441.1753 Furnish/Install Type 41B Breakaway Transformer Base for Luminaire Poles 344120 EA 30 30 $ 1-3 3 $ 653 3441.1770 Furnish/Install Non-Metered Pole Mounted Contactor 344120 EA 4-6 6 $ - 7-9 9 $ 10-12 12 $ 1-2 2 $ 654 3441.1771 Fumish/Install 120-240 Volt Single Phase Metered Pedestal 344120 EA 3-4 4 $ 5-6 6 $ 7-8 8 $ 1-2 2 $ 655 3441.1772 Fumish/Install 240A80 Volt Single Phase Transocket Metered Pedestal 344120 EA 3-4 4 $ - 5-6 6 $ 7-8 8 $ 656 3441.1801 Advanced Warning Flasher Assmbly(ELEC) 344110 EA 8 8 $ 657 3441.1802 Advanced Warning Flasher Assmbly(Solar) 344110 EA 8 8 $ 658 3441.1806 Roadside Flashing Beacon Assembly AC 344110 EA 8 8 $ 659 3441.1807 Roadside Flashing Beacon Assembly(Solar) 344110 EA 8 8 $ 660 3441.1811 Relocate Roadside Flashing Beacon Assembly(AC) 344110 EA 8 8 $ 661 3441.1812 Relocate Roadside Flashing Beacon Assembly(Solar) 344110 EA 8 8 $ 662 3441.1821 Remove Roadside Flashing Beacon Assembly(AC) 344110 EA 8 8 $ 663 3441.1821 Remove Roadside Flashing Beacon Assembly(AC) 344110 EA 8W88 $ 664 3441.1822 Remove Roadside Flashing Beacon Assembly(Solar) 344110 EA 8 $ 665 3441.1830 Remove Roadside Flashing Beacon Assmbly(Solar) 344110 EA 8 $ 666 3441.1831 School Zone Flasher Assembly(Solar) 344110 EA 8 $ 667 3441.1832 Relocate School Zone Flashing Assembly(AC) 344110 EA 8 $ 1-2 $ 668 3441.1833 Relocate School Zone Flashing Assembly(Solar) 344110 EA 3-4 $ 5-6 $ 7-8 $ 669 3441.1834 Remove School Zone Flashing Assembly(AC) 344110 EA 8 8 $ 670 3441.1835 Remove School Zone Flashing Assembly(Solar) 344110 EA 8 8 $ 671 3441.1840 RRFB Assembly Single Sided(AC) 344110 EA 8 8 $ 672 3441.1841 RRFB Assembly Single Sided Solar 344110 EA 8 8 $ 673 3441.1842 RRFB Assembly Double Sided(AC) 344110 EA 8 8 $ 674 3441.1843 RRFB Assembly Double Sided(Solar) 344110 EA 8 8 $ 1-2 2 $ 675 3441.1844 Relocate RRFB Assembly Single Sided(AC) 344110 EA 3A 4 $ 5-6 6 $ 7-8 8 $ 1-2 2 $ 676 3441.1845 Relocate RRFB Assembly Single Sided(Solar) 344110 EA 3A 4 $ - 5-6 6 $ 7-8 8 $ 1-2 2 $ 677 3441.1846 Relocate RRFB Assembly Double Sided(AC) 344110 EA 3-4 4 $ - 5-6 6 $ 7-8 8 $ 1-2 2 $ 678 3441.1847 Relocate RRFB Assembly Double Sided(Solar) 344110 EA 3-41 4 $ 53 6 $ 7-81 8 $ 1-2 2 $ 679 3441.1848 Remove RRFB Assembly Single Sided(AC) 344110 EA 3-4 4 $ - 5-6 6 $ 7-8 8 $ 1-2 2 $ 680 3441.1849 Remove RRFB Assembly Single Sided(Solar) 344110 EA 3-4 4 $ - 56 6 $ 7-8 8 $ 1-2 2 $ 681 3441.1850 Remove RRFB Assembly Double Sided(AC) 344110 EA 3-4 4 $ - 5-6 6 $ 7-8 8 $ 1-2 2 $ 682 3441.1851 Remove RRFB Assembly Double Sided(Solar) 344110 EA 3-4 4 $ 5-6 6 $ 7-8 8 $ 683 3441.1901 Powder Coat Sig Pole and MA 16'-36' 344110 EA 12 12 $ 684 3441.1902 Powder Coat Sig Pole and MA 40'-48' 344110 EA 12 12 $ 685 3441.1903 Powder Coat Sig Pole and MA 52'-60' 344110 EA 12 12 $ !A 4 $ 686 3441.1904 Powder Coat Ped Pole 344110 EA 5-8 8 $9-12 12 $ 13-16 16 $ 1-4 4 $ 687 3441.1905 Powder Coat Ped Pushbutton Pole 344110 EA 5-8 8 $ - 9-12 12 $ 13-16 16 $ 1-3 3 $ 688 3441.1910 Paint Sig Pole and MA 16'-36' 344110 EA 4-6 6 $ - 7-9 9 $ 10-12 12 $ 1-3 3 $ 689 3441.1911 Paint Sig Pole and MA 40'-48' 344110 EA 4-6 6 $ 7-9 9 $ 10-12 12 $ 1-3 3 $ 690 3441.1912 Paint Sig Pole and MA52'-60' 344110 EA 4-6 6 $ 7-91 9 $ 10-121 12 $ 13 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 00 42 43 BID PROPOSAL Page 14 of 20 Quantity BID ITEM Description Specification Section No. Unit of Quantity (Max per Unit Price Bid Value NO. Measure Range range) 1-4 4 $ 691 3441.1913 Paint Ped Pushbutton Pole 344110 FA 5-8 8 $ - 9-12 12 $ 13-16 16 $ $ 692 3441.2001 Salvage Traffic Signal 344113 EA 1-2 23-0 4 $ 693 3441.2002 Dispose of Full Traffic Signal 344113 LS 1-2 2 $ - 3-4 4 $ 694 3441.2003 Dispose of Pole and Mast Arm Assembly 344113 EA 12 12 $ 695 3441.3011 Span Wire 3/16" 344111 LF 1500 1500 $ 696 3441.3012 Span Wire 1/4" 344111 LF 1500 1500 $ 697 3441.3013 Span Wire 5/16" 344111 LF 1500 1500 $ 698 3441.3014 Span Wire 3/8" 344111 LF 1500 1500 $ 699 3441.3025 Furnish/Install Berry Pole and Luminaire 344120 EA 100 100 $ 700 3441.3026 Furnish/Install City Hall Pole and Luminaire 344120 EA 100 100 $ 701 3441.3027 Fumish/Install Monterra Pole and Luminaire 344120 EA 100 100 $ 1-10 10 $ 702 3441.3028 Fumish/Install Oleander Pole and Luminaire 344120 EA 53-50 50 $ - 51-100 100 $ 101+ 101 $ 703 3441.3029 Fumish/Install Terrell Heights Luminaire 344120 EA 100 100 $ 1-SO 10 $ 704 3441.3035 Furnish/Install Utility Washington Postlite Series Luminaire Full Cutoff LED and Pole 344120 EA 11-50 50 $ - 51-1001 100 $ 101+1 101 $ 1-10 10 $ 705 3441.3036 Furnish/Install Utility Arlington LED Series Luminaire and Pole Full Cutoff LED and 344120 EA 11-50 50 $ - Pole 51-100 100 $ 101+ 101 $ 1-10 10 $ 706 3441.3037 Furnish/Install 10'-14'Washington Standard Light Pole&Fixture LED 344120 EA 11-50 50 $ - 51-100 100 $ 101+ 101 $ 1-10 10 $ 707 3441.3050 Furnish/Install LED Lighting Fixture(70 watt ATBO Cobra Head) 344120 EA 11-50 50 $ - 51-100 100 $ 101+1 101 $ 1-10 10 $ 708 3441.3051 Furnish/Install LED Lighting Fixture(137 watt ATB2 Cobra Head) 344120 EA 11-50 50 $ - 51-100 100 $ 101+ 101 $ 1-10 10 $ 709 3441.3052 Furnish/Install LED Lighting Fixture(187 watt ATB2 Cobra Head) 344120 EA 11-50 50 $ - 51-100 100 $ 101+ 101 $ 1-SO 10 $ 710 3441.3053 Furnish/Install HID Lighting Fixture Washington Standard(HID Head Only) 344120 EA 11-50 50 $ - 51-100 100 $ 101+1 101 $ 1-10 10 $ 711 3441.3054 Furnish/Install LED Lighting Fixture Washington Standard(LED Head Only) 344120 EA 11-50 50 $ 51-100 100 $ 101+ 101 $ 1-10 10 $ 712 3441.3110 Install Lighting Fixture 344120 EA 11-50 50 $ - 51-100 100 $ 101+ 101 $ 1-SO 10 $ 713 3441.3201 LED Lighting Fixture 344120 11-50 50 $ 51-1001 100 $ 101+1 101 $ 1-10 10 $ 714 3441.3301 Rdwy Ilium Foundation Ty 1,2,and 4 344120 EA 11-50 50 $ - 51-100 100 $ 101+ 101 $ 1-10 10 $ 715 3441.3302 Rdwy Ilium Foundation TY 3,5,6,and 8 344120 FA 11-50 50 $ - 51-100 100 $ 101+ 101 $ 1`210 $ 11 716 3441.3303 Rdwy Ilium Foundation TY 7 344120 EA -50 50 $51-100 100 $ 101+1 101 $ 1-4 4 $ 717 3441.3312 Contact Enclosure,Pad Mount 344120 EA 5-8 8 $ 9-12 12 $ 13-161 16 $ 1A 4 $ 718 3441.3321 Fumish/Insta1140'Wood Light Pole 344120 EA 5-8 8 $ 9-12 12 $ 13-16 16 $ 719 3441.3323 Furnish/Install 8'Wood Light Pole Arm 344120 EA 16 16 $ 720 3441.3331 30'Timber Pole CL 2 344111 EA 16 16 $ 1-0 4 $ $ 721 3441.3332 35'7imber Pole Cl2 344111 EA 5-8 89-1212 $ 13-16 16 $ 14 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 004243 81D PROPOSAL Page 15 of 20 Quantity BID ITEM Description Specification Section No. Unit of Quantity (Max per Unit Price Bid Value NO. Measure Range range) 1-4 4 $ 722 3441.3333 40'Timber Pole CL 2 344111 EA 5-8 8 $ 9-12 12 $ 13-16 16 $ 1-4 4 $ 5-8 723 3441.3334 50'Timber Pole CL 2 344111 8 $ 9 121 12 $ 13-161 16 $ 724 3441.3335 Install 35'Wood Light Pole 344120 EA 16 16 $ 725 13441.3336 install 30'Wood Light Pole 344120 EA 16 16 $ 1-4 4 $ 726 3441.3337 Furnish/Install 35'Wood Light Pole 344120 EA 5-8 8 $ - 9-12 12 $ 13-16 16 $ 727 3441.3338 FurnishlInstall 30'Wood Light Pole 344120 EA 16 16 $ 728 3441.3350 Furnish/Install Rdway Ilium TY 8 Pole 344120 EA 100 100 $ 729 3441.3351 Furnish/Install Rdway Ilium TY 11 Pole 344120 EA 100 100 $ 730 3441.3352 Furnish/Install Rdway Ilium TY 18 Pole 344120 EA 100 100 $ 731 3441.3353 Furnish/Install Rdway Ilium TY 18A Pole 344120 EA 100 100 $ 732 3441.3354 Furnish/Install Rdway Ilium TY 19 Pole 344120 EA 100 100 $ 733 3441.3355 Furnish/Install Rdway Ilium TY 0-25-6 Pole 344120 EA 100 100 $ 734 3441.3356 Fu mish/Install Rdway Ilium TY D-30-6 Pole 344120 EA 100 100 $ 735 3441.3357 Fumish/Install Rdway Ilium TY D-40-9 Pole 344120 EA 100 100 $ 736 3441.3358 Fumish/Install Rdway Ilium TY D-40-9T Pole 344120 EA i 100 100 $ 737 3441.3401 6-6-6 Triplex Alum Elec Conductor 344120 LF 1500 1500 $ 738 3441.34021/0-1/0-2 Triplex Alum Elec Conductor 344120 LF 1500 1500 $ 739 3441.3403 250-250-3/0 Triplex Alum Elec Conductor 344120 LF 1500 1500 $ i-500 500 $ 740 3441.34042-2-2-4 Quadplex Alum Elec Conductor 344120 LF 501-2000 2000 $ - 2007-40004000 $ 4001.1 001+ 4001 $ 741 3441.34051/0-1/0-1/0-2 Quadplex Alum Elec Conductor 344120 LF 4000 4000 $ 742 3441.3411 Reconnect Conductor 344120 EA 20 20 $ 1-25 25 $ 743 3441.3501 Salvage Street Light Pole 344120 EA 26-50 50 $51-75 75 $ 76+ 76 $ 1-5 5 $ 744 3441.3502 Relocate Street Light Pole 344120 EA 6-10 10 $ - 11-15 15 $ 16+ 16 $ 745 3441.4001 Fumish/Install Alum Sign Mast Arm Mount 344130 EA 15 15 $ 746 3441.4002 Fumish/Install Alum Sign Ground Mount TxDOT Std. 344130 EA SS 15 $ 747 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 344130 EA 15 15 $ 748 3441.4004 Fumish/Install Alum Sign Ex.Pole Mount 344130 EA 15 15 $ 749 3441.4108 Remove Sign Panel and Post 344130 EA 15 15 $ 750 3441.4109 Remove Sign Panel 344130 EA 15 15 $ 751 3441.4110 Remove and Reinstall Sign Panel and Post 344130 EA 15 15 $ 752 3441.6001 HAWK Signal Beacon 344116 EA 20 20 $ 753 3441.6002 HAWK Signal Controller and Cabinet 344116 EA 8 8 $ 754 3441.7001 2 PAIR SMFO Cable 344150 LF 1000 1000 $ 755 3441.7002 12 PAIR SMFO Cable 344150 LF 1000 1000 $ 756 3441.7003 24 PAIR SMFO Cable 344150 LF 1000 1000 $ 757 3441.7004 48 PAIR SMFO Cable 344150 LF 1000 1000 $ 758 3441.700596 PAIR 5MF0 Cable 344150 LF 1000 1000 $ 759 3441.7006144 PAIR SMF0 Cable 344150 LF 1000 1000 $ 760 3471.0001 Traffic Control 347113 MO 6 6 $ 761 3471.0002 Portable Message Sign 347113 WK 30 30 $ BASE BID-UNIT 7-Transportation $ UNITe-Non-tandardItems 762 9999.0001 Work Order Mobilization($0-$50,000) 017000 EA 1 1 $ 5,000.00 $ 5,000.00 763 9999.0002 Work Order Mobilization($50,001-$150,000) 017000 EA 1 1 $ 10,000.00 $ 10,000.00 764 9999.0003 Work Order Mobilization($150,001-$300,000) 017000 EA 1 1 $ 20,000.00 $ 20,000.00 765 9999.0004 Work Order Mobilization($300,001-$500,000) 017000 EA 1 1 $ 30,000.00 $ 30,000.00 1-50 50 $ $ - 766 9999.0005 Remove Gravel Drive 024113 SF 51-100 100101-200 200 $ 201-300 300 $ 767 9999.0006 Remove Bollard EA 5 5 $ 768 9999.0007 Remove 5x2 Storm Line 024114 LF 100 100 $ 769 9999.0008 Storm Sewer Box Abandonment Plug 024114 EA 6 6 $ 770 9999.0009 Site Clearing 311000 SY 500 500 $ 771 9999.0010 TxDOT FL BS(CMP IN PLC)(TY D GRI-2)(6") TxDOT Item 247 Flexible SY 1000 1000 $ - Base 772 9999.0011 TxDOT FL BS(CMP IN PLC)(TY D GRI-2)(7") TxDOT Item 247 Flexible SY 1000 1000 $ - Base 773 9999.0012 TxDOT FL 85(CMP IN PLC)(TY D GRI-2)(8") TxDOT Item 247 Flexible SY 1000 1000 $ Base 774 9999.0013 TxDOT FL BS(CMP IN PLC)(TY D GRI-2)(9") TxDOT Item 247 Flexible SY 1000 1000 $ - Base 775 9999.0014 TxDOT FL BS(CMP IN PLATY D GRI-2)(10") TxDOT Item 247 Flexible SY 1000 1000 $ - Base 776 9999.0015 TxDOT FL 85(CMP IN PLC)(TY D GRI-2)(11") TxDOT Item 247 Flexible SY 1000 1000 $ - Base 777 9999.0016 TxDOT FL BS(CMP IN PLC)(TY D GRI-2)(12") TxDOT Item 247 Flexible SY 1000 Base 778 9999.0017 TxDOT FL BS(CMP IN PLC)(TY D GRI-2)(13") TxDOT Item 247 Flexible SY 1000 1000 $ - Base 779 9999.0018-DOT PRIME COAT(MC-30 OR AE-P) TxDOT Item 310 Prime GAL 50 SO $ - Coat 15 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 00 42 43 81D PROPOSAL Page 16 of 20 Quantity BID ITEM Description Specification Section No. Unit of Quantity (Max per Unit Price Bid Value NO. Measure Range range) 780 9999.0019 TxDOT DGR HMA TY-B PG64-22 TxDOT Item 341 Dense- TON 250 250 $ Graded Hot-Mix Asphalt 781 9999.0020 TXDOT D-GR HMATY-D PG64-22 TxDOT Item 341 Dense- TON 250 250 $Graded Hot-Mix Asphalt TxDOT Item 528 Colored 1-75 75 $ - 782 9999.0021 6"Stamped Concrete Textured Concrete and SY 76-1501 150 $ - Landscape Pavers 151-2251 225 $ - 226-300 300 $ TxDOT Item 528 Colored 1-75 75 $ - 783 9999.0022 7"Stamped Concrete Textured Concrete and SY 76-150 150 $ - Landscape Pavers 551-225 225 $ - 226-300 300 $ TxDOT Item 528 Colored 1-75 75 1$ - 784 9999.0023 8"Stamped Concrete Textured Concrete and SY 76-150 150 $ - Landscape Pavers 151-225 225 $ - 226-300 300 $ TxDOT Item 528 Colored 1-75 75 $ - 785 9999.00249"Stamped Concrete Textured Concrete and SY 76-150 150 $ Landscape Pavers 151-225 225 $ - 226-300 300 $ T%DDT Item 528 Colored 1-75 75 $ - 786 9999.0025 10"Stamped Concrete Textured Concrete and SY 76-150 150 $ - Landscape Pavers 151-225 225 $ - 226-300 300 $ TxDOT Item 528 Colored 1-75 75 $ - 787 9999.0026 11"Stamped Concrete Textured Concrete and SY 76-150 150 $ - Landscape Pavers 151-225 225 $ - 226-300 300 $ TxDOT Item 528 Colored 1-75 75 $ - 788 9999.0027 12"Stamped Concrete Textured Concrete and SY 76450 150 $ - Landscape Pavers 151-225 225 $ - 226-300 300 $ 1-75 75 $ 789 9999.0028 6"Integral Colored Concrete 03 35 13 SY 76-150 150 $ - 151-225 225 $ 226-300 300 $ 1-75 75 $ 790 9999.0029 7"Integral Colored Concrete 03 35 13 SY 76450 150 $ - 151-225 225 $ 226-300 300 $ 1-75 75 $ 791 9999.0030 8"Integral Colored Concrete 033513 SY 76450 150 $ - 151-225 225 $ 226-300 300 $ 1-75 75 $ 792 9999.0031 9"Integral Colored Concrete 033513 SY 76-150 150 $ - 151-2251 225 $ 226-300 300 $ 1-75 75 $ 793 9999.0032 10"Integral Colored Concrete 033513 SY 76-150 150 $ - 151-225 225 $ 226-300 300 $ 1-75 75 $ 794 9999.0033 11"Integral Colored Concrete 03 35 13 SY 76450 150 $ - 151-225 225 $ 226-300 300 $ 1-751 75 $ 795 9999.0034 12"Integral Colored Concrete 033513 SY 76-150 150 $ - 151-225 225 $ 226-300 300 $ 03 35 13 1-75 75 $ 796 9999.0035 6"Stamped Integral Colored Concrete TxDOT Item 528 Colored SY 76450 150 $ - Textured Concrete and 151-225 225 $ Landscape Pavers 226-300 300 $ 033513 1-75 75 $ 797 9999.0036 7"Stamped integral Colored Concrete TxDOT Item 528 Colored SY 76450 150 $ - Textured Concrete and 151-225 225 $ Landscape Pavers 226-300 300 $ 03 35 13 1-75 75 $ 798 9999.0037 8"Stamped integral Colored Concrete TxDOT Item 528 Colored SY 76450 150 $ - Textured Concrete and 151-225 225 $ Landscape Pavers 226-300 300 $ 03 35 13 1-75 75 $ 799 9999.0038 9"Stamped Integral Colored Concrete TxDOT Item 528 Colored SY 76-150 150 $ - Textured Concrete and 151-225 225 $ Landscape Pavers 226-300 300 $ 033513 1-75 75 $ 800 9999.0039 10"Stamped Integral Colored Concrete TxDOT Item 528 Colored SY 76-150 150 $ - Textured Concrete and 151-225 225 $ Landscape Pavers 226-300 300 $ 16 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 17 of 20 BID ITEMUnit of Quantity Quantity NO Description Specification Section No. Measure Range (Max per Unit Price Bid Value range) 03 35 13 1-75 75 $ 801 9999.0040 11"Stamped Integral Colored Concrete TxDOT Item 528 Colored SY 76-150 150 $ - TexturedConcreteand 151-225 225 $ Landscape Pavers 226-300 300 $ TxDOT Item 528 Colored 1-7575 $ - 802 9999.0041 12"Stamped Integral Colored Concrete Textured Concrete and SY 76-150 150 $ - Landscape Pavers 151-225 225 $ - 226-300 300 $ 803 9999.0042 TxDOT CONC PVMT(CONT REINF-CRCP)(8") TxDOT Item 360 Concrete SY 1000 1000 $ - Pavement 804 9999.0043 TxDOT CONC PVMT(CONT REINF-CRCP)(9") TxDOT Item 360 Concrete SY 1000 1000 $ - Pavement 805 9999.0044 TxDOT CONC PVMT(CONT REINF-CRCP)(10") TxDOT Item 360 Concrete SY 1000 1000 $ - Pavement 806 9999.0045 TxDOT CONC PVMT(CONT REINF-CRCP)(11") TxDOT Item 360 Concrete SY 1000 1000 $ - Pavement 807 9999.0046 T%DOT CONIC PVMT(CONT REINF-CRCP)(12") TxDOT Item 360 Concrete SY 1000 1000 $ - Pavement 808 9999.0047 TxDOT CONC PVMT(CONT REINF-CRCP)(13") TxDOT Item 360 Concrete SY 1000 1000 $ - Pavement 809 9999.0048 TxDOT CONC PVMT(JOINTED-CPCD)(8") TxDOT Item 360 Concrete SY 1000 1000 $ - Pavement 810 9999.0049 TxDOT CONC PVMT(JOINTED-CPCD)(9") TxDOT Item 360 Concrete SY 1000 1000 $ - Pavement 811 9999.0050 TXDOT CONC PVMT(JOINTED-CPCD)(10") TxDOT Item 360 Concrete SY 1000 1000 $ - Pavement 812 9999.0051 TxDOT CONIC SIDEWALKS(4") TxDOT Item 531 Sidewalks SY 250 250 $ - 813 9999.0052 TxDOT CONC SIDEWALKS("") TxDOT Item 531 Sidewalks SY 250 250 $ - 814 9999.0053 TxDOT CONC SIDEWALKS(6") TxDOT Item 531 Sidewalks SY 250 250 $ - TxDOT Item 530 815 9999.0054 TxDOT DRIVEWAYS(CONC) Intersections,Driveways, SY 250 250 $ and Turnouts 816 9999.0055 TxDOT CURB RAMPS(TY 1) TxDOT Item 531 Sidewalks EA 10 10 $ - 817 9999.0056 TxDOT CURB RAMPS(TY 2) TxDOT Item 531 Sidewalks EA 10 10 $ - 818 9999.0057 TxDOT CURB RAMPS(TY 3) TxDOT Item 531 Sidewalks EA 10 10 $ 819 9999.0058 TxDOT CURB RAMPS(TY 5) TxDOT Item 531 Sidewalks EA 10 10 $ - 820 9999.0059 TxDOT CURB RAMPS(TY 6) TxDOT Item 531 Sidewalks EA 10 10 $ - 821 9999.0060 TxDOT CURB RAMPS(TY 7) TxDOT Item 531 Sidewalks EA 10 10 $ 822 9999.0061 TxDOT CURB RAMPS(TY 10) TxDOT Item 531 Sidewalks EA 10 10 $ - 823 9999.0062 TxDOT CURB RAMPS(TY 11) TxDOT Item 531 Sidewalks EA 10 10 $ - 824 9999.0063 TxDOT CURB RAMPS(TY 20) TxDOT Item 531 Sidewalks EA 10 10 $ - 825 9999.0064 TxDOT CURB RAMPS(TY 21) TxDOT Item 531 Sidewalks EA 10 10 $ - 826 9999.0065 TxDOT CURB RAMPS(TY 22) TxDOT Item 531 Sidewalks EA 10 10 $ - 827 9999.0066 TxDOT RAIL HANDRAIL TY B TxDOT Item 450 Railing LF 100 100 $ 1-50 50 $ 828 9999.0067 3"Mountable Curb 321613 LF 51400 100 $ - 101-150 150 $ 151-200 200 $ 1-50 50 $ - 829 9999.0068 6"Mountable Curb 321613 LF 51-100 100 $101-150 150 $ 151-200 200 $ TxDOT Item 529 Concrete 830 9999.0069 TxDOT CONC CURB&GUTTER(TY 1)(2"-4") Curb,Gutter,and LF 500 500 $ - Combined Curb and Gutter TxDOT Item 529 Concrete 831 9999.0070 TxDOT CONC CURB&GUTTER(TY II)(6") Curb,Gutter,and LF 500 500 $ - Combined Curb and Gutter TxDOT Item 529 Concrete 832 9999.0071 TxDOT CONC CURB&GUTTER(TY 11)(8") Curb,Gutter,and LF 500 500 $ - Combined Curb and Gutter TxDOT Item 529 Concrete 833 9999.0072 TxDOT CONC CURB(MONO)(TY 11)(6") Curb,Gutter,and LF 500 500 $ - Combined Curb and Gutter TxDOT Item 529 Concrete 834 9999.0072 TxDOT CONC CURB(MONO)(TY II)(8") Curb,Gutter,and LF 500 500 $ - Combined Curb and Gutter TXDOT Item 536 Concrete 835 9999.0074 Monolithic Median Nose Medians and Directional SY 100 100 $ - islands 17 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 00 42 43 BID PROPOSAL Page 18 of 20 Quantity BID ITEM Description Specification Section No. Unit of Quantity (Max per Unit Price Bid Value NO, Measure Range range) TxDOT Item 536 Concrete 836 9999.0075 Concrete Median Mediansand Directional SY 400 400 $ - islands 837 9999.0076 Concrete Street Header LF 300 300 $ 838 9999.0077 12"Concrete Retaining Wall(Truck Apron) 321613 LF 1 100 100 $ 839 9999.0078 13"Concrete Retaining Wall(Truck Apron) 321613 LF 100 100 $ 840 9999.0079 14"Concrete Retaining Wall(Truck Apron) 321613 LF 100 100 $ 841 9999.0080 15"Concrete Retaining Wall(Truck Apron) 321613 LF 100 100 $ 842 9999.0081 16"Concrete Retaining Wall(Truck Apron) 321613 LF 100 100 $ 843 9999.0082 17"Concrete Retaining Wall(Truck Apron) 321613 LF 100 100 $ 844 9999.0083 18"Concrete Retaining Wall(Truck Apron) 321613 LF 100 100 $ 845 9999.0084 Lane Legend Yield 321723 EA 20 20 $ 846 9999.0085 Lane Legend(W)Word 321723 EA 20 20 $ 847 9999.00868"DOT Contrast Pvmt Marking(W) 321723 LF 500 500 $ 848 9999.008718"DOT Contrast Pvmt Marking(W) 321723 LF 500 500 $ 849 9999.0088 24"SLD Contrast Pvmt Marking(W) 321723 LF 500 500 $ 850 9999.0089 2'Diameter(W)Contrast Circle 321723 EA 25 25 $ 851 9999.0090 Lane Legend(W)Contrast Arrow 321723 FA 50 50 $ 852 9999.0091 Lane Legend(W)Contrast Double Arrow 3217 23 EA 50 50 $ 853 9999.0092 Lane Legend(W)Contrast Triple Arrow 321723 EA 50 50 $ 854 9999.0093 Lane Legend(W)Contmst Word 321723 EA 50 50 $ 855 9999.0094 18"Yield Triangles 321723 EA 50 50 $ 856 9999.0095 2"Asphalt Base Type B 321216 SY 2000 2000 $ 857 9999.0096 Nail Down Curb,Plastic(W) 321723 LF 200 200 $ 858 9999.0097 Nail Down Curb,Plastic(Y) 321723 LF 200 200 $ 859 9999.0098 8"Raised Pvmt Markers(Turtle Domes) 321723 EA 20 20 $ 860 9999.0099 18"Dot Pvmt Marking HAE W 321723 LF 200 200 $ 861 9999.0100 Design Pole Flash Auto LED Raised Pvmt Mrkrs 321723 EA 20 20 $ 862 9999.0101 Imported Embedment/Backfill,HES CLSM 330510 CY 20 20 $ 863 9999.0102 1"-2"Water Meter Box Replacement(Conc) 331210 EA 5 5 $ 864 9999.01031"-2"Water Meter Box Replacement(Plas) 331210 EA 5 5 $ 865 9999.0104 5x2 Box Culvert 334110 LF 100 100 $ TxDOT Item 465 Junction 866 9999.0105 TXDOT INLET(COMPL)(PAZD)(RC)(3FTX3FT) Boxes,Manholes,and EA 5 5 $ - Inlets 867 9999.0106 TxDOT PW Headwall,2-5'x2'RCB TxDOT Item 466 Headwalls EA 1 1 $ and Wingwalls 868 9999.0107 TxDOT FW-O Headwall,1-5'x2'and 16'x2'RCB TxDOT Item 466 Headwalls EA 1 1 $ and Wingwalis TxDOT Item 506 Temporary 869 9999.0108 TxDOT ROCK FILTER DAMS(INSTALL)(TY 2) Erosion,Sediment,and LF 50 50 $ - Environmental Controls TxDOT Item 506 Temporary 870 9999.0109 TxDOT ROCK FILTER DAMS(REMOVE) Erosion,Sediment,and LF 50 50 $ - Environmental Controls TxDOT Item 506 Temporary 871 9999.0110 TxDOT CONSTRUCTION EXITS(INSTALL)(TY 1) Erosion,Sediment,and SY 100 100 $ - Environmental Controls TxDOT Item 506 Temporary 872 9999.0111 TxDOT CONSTRUCTION EXITS(REMOVE) Erosion,Sediment,and SY 100 100 $ - Environmental Controls TxDOT Item 506 Temporary 873 9999.0112 TxDOT TEMP SEDMT CONT FENCE(INSTALL) Erosion,Sediment,and LF 200 200 $ - Environmental Controls TxDOT Item 506 Temporary 874 9999.0113 TXDOT TEMP SEDMT CONT FENCE(REMOVE) Erosion,Sediment,and LF 200 200 $ - Environmental Controls TxDOT Item 506 Temporary 875 9999.0114 TxDOT BIODEG EROSN CONT LOGS(INSTL)(12") Erosion,Sediment,and LF 50 50 $ - Environmental Controls TxDOT Item 506 Temporary 876 9999.0115 Tx DOT BIODEG EROSN CONT LOGS(REMOVE) Erosion,Sediment,and LF 50 50 $ - Environmental Controls 877 9999.0116 FTW Wire Weir Inlet Protection(install) EA 5 5 $ 878 9999.0117 FTW Wire Weir Inlet Protection(Remove) EA 5 5 $ 879 9999.0118 furnish/Install Sign Panel 344130 SF 1251 125 $ 880 9999.0119 TXDOT Sign and Support-TY SOBWG(1)SA(P) TxDOT Item 644 Small EA 20 20 $ - Roadside Sign Assemblies 881 9999.0120 TxDOT Sign and Support-TY SOBWG(1)SA(T) TxDOT Item 644 Small EA 20 20 $ - Roadside Sign Assemblies 882 9999.0121 TxDOT Sign and Support-TY 10BWG(1)SA(U) TXDOT Item 644 Small EA 20 20 $ - Roadside Sign Assemblies 883 9999.0122 TxDOT Sign and Support-TY S80(1)SA(P) TxDOT Item 644 Small EA 20 20 $ - Roadside Sign Assemblies 884 9999.0123 TxDOT Sign and Support-TY S80(1)SA(T) TxDOT Item 644 Small EA 20 �2. $ - Roadside Sign Assemblies 18 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 19 of 20 BID ITEMDescri tion Specification Section No. Unit of quantity Quantity NO. P P Measure Range (Max per Unit Price Bid Value range) 885 9999.0124 TxDOT Sign and Support-TY S80(1)SA(U) TxDOT Item 644 Small EA 20 20 $ - Roadside Sign Assemblies 886 9999.0125 Metal Beam Guard Fence TxDOT Item 540 Metal LF 200 200 $ - Beam Guard Fence 887 9999.0126 Guardrail Safety End Treatment for MBGF TxDOT Item 544 Guardrail EA 4 4 $ End Treatments 888 9999.0127 Low Profile Concrete Barrier(Type 1) TxDOT Item 512 Portable LF 500 500 $ - Concrete Traffic Barrier 889 9999.0128 Low Profile Concrete Barrier(Type 2) TxDOT Item 512 Portable LF 140 140 $ - Concrete Traffic Barrier 890 9999.0129 TCP Detour Route 347113 EA 5 5 $ 891 9999.0130 Light Tower for Lighting During Construction MO 6 6 $ 892 9999.0131 Install Signal Pole(TY 42,44,46)(City Furnished) 344110 EA 16 16 $ 893 9999.0132 Install Signal Pole(TY 41,43,45)(City Furnished) 344110 EA 16 16 $ 894 9999.0133 Install Street Light Pole(10'-14'height)(City Furnished) 344120 EA 100 100 $ 895 9999.0134 Install Street Light Pole(15'-20'height)(City Furnished) 344120 EA 100 100 $ 896 9999.0135 Install Street Light Pole(21'and higher height)(City Furnished) 344120 EA 100 100 $ 897 9999.0136 Install TY 4241B Transformer Breakaway Base for Luminaire Poles(City Furnished 344120 EA 100 100 $ 898 9999.0137 install Street Light Arm(City Furnished) 344120 EA 200 200 $ 0-4 4 $ 899 9999.0138 Paint Ped Pole 344110 EA 5-8 8 $ 9-12 12 $ 13-16 16 $ 900 9999.0139 DRILL SHAFT(TRF SIG POLE)(241N) TxDOT Item 416 Drilled EA 1 1 $ - Shaft Foundations 901 9999.0140 DRILL SHAFT[TRF SIG POLE)(30 IN) TxDOT Item 416 Drilled EA 1 1 $ - Shaft Foundations 902 9999.0141 DRILL SHAFT(TRF SIG POLE)(36 IN) TxDOT Item 416 Drilled EA 1 1 $ - Shaft Foundations 903 9999.0142 DRILL SHAFT(TRF SIG POLE)(42 IN) TxDOT Item 416 Drilled EA 1 1 $ - Shaft Foundations 904 9999.0143 DRILL SHAFT(TRF SIG POLE)(48 IN) TxDOT Item 416 Drilled EA 1 1 $ - Shaft Foundations TxDOT Item 686 Traffic 905 9999.0144 INS TRF SIG PLAM(S)l ARM(20') Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 906 9999.0145 INS TRF SIG PL AM(S)l ARM(20')LUM Signal Pole Assemblies EA 1 1 $ - (Steel) TxDOT Item 686 Traffic 907 9999.0146 INS TRF SIG PLAM(S)l ARM(24') Signal Pole Assemblies EA 1 1 $ - (Steel) TxDOT Item 686 Traffic 908 9999.0147 INS TRF SIG PLAM(S)l ARM(24')LUM Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 909 9999.0148 INS TRF SIG PL AM(S)1 ARM(28') Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 910 9999.0149 INS TRF SIG PL AM(S)l ARM(28')LUM Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 911 9999.0150 INS TRF SIG PL AM(S)l ARM(32') Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 912 9999.0151 INS TRF SIG PL AM(S)l ARM(32')LUM Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 913 9999.0152 INS TRF SIG PL AM(S)l ARM(36') Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 914 9999.0153 INS TRF SIG PL AM(S)l ARM(36')LUM Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 915 9999.0154 INS TRF SIG PL AM(S)l ARM(40') Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 916 9999.01551NSTRF SIG PLAM(S)l ARM(40')LUM Signal Pole Assemblies EA 1 1 $ - Steel 19.1`20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 00 42 43 BID PROPOSAL Page 20 of 20 Quantity BID ITEM Description Specification Section No. Unit of Quantity (Max per Unit Price Bid Value NO. Measure Range range) TxDOT Item 686 Traffic 917 9999.0156 INS TRF SIG PL AM(S)l ARM(44') Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 918 9999.0157 INS TRF SIG PLAM(S)l ARM(44')LUM Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 919 9999.0158 INS TRF SIG PLAM(S)l ARM(48') Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 920 9999.0159 INS TRF SIG PLAM(S)l ARM(48')LUM Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 921 9999.0160 INS TRF SIG PL AM(S)l ARM(50') Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 922 9999.0161 INS TRF SIG PL AM(S)l ARM(50')LUM Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 923 9999.0162 INS TRF SIG PL AM(S)l ARM(55') Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 924 9999.0163 INS TRF SIG PL AM(S)l ARM(55')LUM Signal Pole Assemblies EA 1 1 $ - (Steel) TxDOT Item 686 Traffic 925 9999.0164 INS TRF SIG PL AM(S)l ARM(60') Signal Pole Assemblies EA 1 1 $ - Steel Tx DOT Item 686 Traffic 926 9999.0165 INS TRF SIG PL AM(S)l ARM(60')LUM Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 927 9999.0166 INS TRF SIG PLAM(S)l ARM(65') Signal Pole Assemblies EA 1 1 $ - Steel TxDOT Item 686 Traffic 928 9999.0167 INS TRF SIG PL AM(S)l ARM(65')LUM Signal Pole Assemblies EA 1 1 $ - Steel 929 9999.0168 PED POLE ASSEMBLY TxDOT Item 687 Pedestal EA 1 1 $ - Pole Assemblies 930 9999.0169 PEDESTRIAN PUSH BUTTON POLE TxDOT Item 687 Pedestal EA 1 1 $ - Pole Assemblies 931 9999.0170 SPREAD FOOTING FOUNDATION(3'X3'X2')FOR PEDESTAL POLES EA 1 1 $ 932 9999.0171 SPREAD FOOTING FOUNDATION(4'X4'X2')FOR PEDESTAL POLES EA 1 1 $ 933 9999.0172 Relocate Overhead Street Light Circuit LS 1 1 $ 934 9999.0173 Remove Existing Guy Wire EA 51 5 $ BASE BID-UNIT 8-Non-Standard Items $ 65,000.00 BASE BID SUMMARY UNIT TOTAL BASE BID BASE BID-UNIT 1-General Conditions $ BASE BID-UNIT 2-Existing Conditions $ BASE BID-UNIT 3-Electrical $ BASE BID-UNIT 4-Earthwork $ BASE BID-UNIT 5-Exterior Improvements $ BASE BID-UNIT 6-Utilities $ BASE BID-UNIT 7-Transportation $ BASE BID-UNIT 8-Non-Standard Items $ 65,000.00 TOTAL BASE BID $ 65,000.00 20 of 20 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 00 11 13-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of 2017 Traffic Signal and Street Light Improvements Unit Price 6 Construction Contract will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,December 22,2016, and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: traffic signals, street lighting, 17 pavement marking and signing,railroad safety improvements, concrete sidewalk, and curb ramps. 18 19 PREQUALIFICATION 20 The improvements included in this project must be performed by a contractor who is pre- 21 qualified by the City at the time of bid opening.The procedures for qualification and pre- 22 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 23 24 DOCUMENT EXAMINATION AND PROCUREMENTS 25 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 26 of Fort Worth's Purchasing Division website at http://www.fortworth og v.org[purchasing/and 27 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 28 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 29 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 30 Parties Form 1295 and the form must be submitted to the Project Manager before the 31 contract will be presented to the City Council.The form can be obtained at 32 https://www.ethics.state.tx.us/tec/1295-Info.htm . 33 34 Copies of the Bidding and Contract Documents may be purchased from Halff Associates, Inc., 35 4000 Fossil Creek Boulevard,Fort Worth,Texas 76137. 36 37 The cost of Bidding and Contract Documents is: $30 38 39 PREBID CONFERENCE 40 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 41 BIDDERS at the following location,date, and time: 42 DATE: December 6,2016 43 TIME: 11 AM,CST 44 PLACE: City Hall 45 1000 Throckmorton Street 46 Fort Worth,TX 76102 47 LOCATION: PMO Conference Room,2°a Floor 48 49 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 23,2015 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 2 City reserves the right to waive irregularities and to accept or reject bids. 3 4 INQUIRIES 5 All inquiries relative to this procurement should be addressed to the following: 6 Attn: William Todd Estes,P.E.,City of Fort Worth 7 Email: William.estes@fortworthtexas.gov 8 Phone: 817-392-5448 9 AND/OR 10 Attn: David M. Smith,P.E.,Halff Associates, Inc. 11 Email: dsmith@halff.com 12 Phone: 817-847-1422 13 14 ADVERTISEMENT DATES 15 November 17,2016 16 November 24, 2016 17 18 END OF SECTION CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 23,2015 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 7 00-GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person,firm,partnership, company,association,or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder:Any person,firm,partnership, company, association,or 17 corporation acting directly through a duly authorized representative,submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding.Bids received from contractors who are 37 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving—Requirements document located at; 41 https:Hprojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 43 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 https:Hprojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 2 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 3 %20Contractor%2OPrequalification%2OProi4ram/PREOUALIFICATION%20REQ 4 UIREMENTS%20FOR%2OPAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer—Requirements document located at; 7 https:Hprojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 8 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 9 OSanitga%2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre 10 qual%20requirements.doc?public 11 12 13 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 14 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 15 45 11,BIDDERS PREQUALIFICATIONS. 16 17 3.2.1. Submission of and/or questions related to prequalification should be addressed to 18 the City contact as provided in Paragraph 6.1. 19 20 21 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 22 bidder(s)for a project to submit such additional information as the City, in its sole 23 discretion may require, including but not limited to manpower and equipment records, 24 information about key personnel to be assigned to the project, and construction schedule, 25 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 26 deliver a quality product and successfully complete projects for the amount bid within 27 the stipulated time frame.Based upon the City's assessment of the submitted 28 information,a recommendation regarding the award of a contract will be made to the 29 City Council. Failure to submit the additional information,if requested,may be grounds 30 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 31 notified in writing of a recommendation to the City Council. 32 33 3.4.In addition to prequalification, additional requirements for qualification may be required 34 within various sections of the Contract Documents. 35 36 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 37 38 4.1.Before submitting a Bid,each Bidder shall: 39 40 4.1.1. Examine and carefully study the Contract Documents and other related data 41 identified in the Bidding Documents(including"technical data" referred to in 42 Paragraph 4.2.below).No information given by City or any representative of the 43 City other than that contained in the Contract Documents and officially 44 promulgated addenda thereto,shall be binding upon the City. 45 46 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 47 site conditions that may affect cost, progress,performance or furnishing of the 48 Work. 49 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 2 progress,performance or furnishing of the Work. 3 4 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 5 contiguous to the Site and all drawings of physical conditions relating to existing 6 surface or subsurface structures at the Site(except Underground Facilities)that 7 have been identified in the Contract Documents as containing reliable "technical 8 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 9 at the Site that have been identified in the Contract Documents as containing 10 reliable "technical data." 11 12 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 13 the information which the City will furnish.All additional information and data 14 which the City will supply after promulgation of the formal Contract Documents 15 shall be issued in the form of written addenda and shall become part of the Contract 16 Documents just as though such addenda were actually written into the original 17 Contract Documents.No information given by the City other than that contained in 18 the Contract Documents and officially promulgated addenda thereto, shall be 19 binding upon the City. 20 21 4.1.6. Perform independent research, investigations,tests,borings, and such other means 22 as may be necessary to gain a complete knowledge of the conditions which will be 23 encountered during the construction of the project. On request, City may provide 24 each Bidder access to the site to conduct such examinations,investigations, 25 explorations,tests and studies as each Bidder deems necessary for submission of a 26 Bid. Bidder must fill all holes and clean up and restore the site to its former 27 conditions upon completion of such explorations, investigations,tests and studies. 28 29 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 30 cost of doing the Work,time required for its completion, and obtain all information 31 required to make a proposal. Bidders shall rely exclusively and solely upon their 32 own estimates,investigation,research,tests,explorations, and other data which are 33 necessary for full and complete information upon which the proposal is to be based. 34 It is understood that the submission of a proposal is prima-facie evidence that the 35 Bidder has made the investigation,examinations and tests herein required. Claims 36 for additional compensation due to variations between conditions actually 37 encountered in construction and as indicated in the Contract Documents will not be 38 allowed. 39 40 4.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 41 between the Contract Documents and such other related documents.The Contractor 42 shall not take advantage of any gross error or omission in the Contract Documents, 43 and the City shall be permitted to make such corrections or interpretations as may 44 be deemed necessary for fulfillment of the intent of the Contract Documents. 45 46 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 47 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any, on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures(except Underground Facilities)which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents,but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data, interpretations,opinions or information. 18 19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 20 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means,methods,techniques, sequences or 23 procedures of construction(if any)that may be shown or indicated or expressly required 24 by the Contract Documents,(iii)that Bidder has given City written notice of all 25 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 27 etc.,have not been resolved through the interpretations by City as described in 28 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos, Polychlorinated 33 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work,Etc. 38 39 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities,construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of-way,easements, and/or permits are not obtained,the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way,easements, and/or permits,and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 1000 Throckmorton Street 26 Fort Worth,TX 76102 27 Attn: William Todd Estes,P.E.,Transportation and Public Works Department 28 Email: William.esetes@fortworthtexas.gov 29 Phone: 817-392-5448 30 31 32 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 33 City. 34 35 6.3.Addenda or clarifications may be posted via Buzzsaw at 36 https://projecipoint.buzzsaw.com/fortworthgov/Infrastructure%20Projects/TPW-2017- 37 Traffic%20Sijznal%2Oand%2OStreet%2OLight%2OImprovements%2OUnit%2OPrice%20Construe 38 tion%20Contract.%2OPart%202Bid%2ODocuments%2OPackape?public. 39 40 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 41 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 42 Project. Bidders are encouraged to attend and participate in the conference. City will 43 transmit to all prospective Bidders of record such Addenda as City considers necessary 44 in response to questions arising at the conference. Oral statements may not be relied 45 upon and will not be binding or legally effective. 46 47 7. Bid Security 48 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 2 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 3 the requirements of Paragraphs 5.01 of the General Conditions. 4 5 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 6 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 7 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 8 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 9 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 10 other Bidders whom City believes to have a reasonable chance of receiving the award 11 will be retained by City until final contract execution. 12 13 8. Contract Times 14 The number of days within which,or the dates by which,Milestones are to be achieved in 15 accordance with the General Requirements and the Work is to be completed and ready for 16 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 17 attached Bid Form. 18 19 9. Liquidated Damages 20 Provisions for liquidated damages are set forth in the Agreement. 21 22 10. Substitute and "Or-Equal" Items 23 The Contract, if awarded,will be on the basis of materials and equipment described in the 24 Bidding Documents without consideration of possible substitute or"or-equal" items. 25 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- 26 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 27 City,application for such acceptance will not be considered by City until after the Effective 28 Date of the Agreement. The procedure for submission of any such application by Contractor 29 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 30 Conditions and is supplemented in Section 0125 00 of the General Requirements. 31 32 11. Subcontractors,Suppliers and Others 33 34 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 35 12-2011 (as amended),the City has goals for the participation of minority business 36 and/or small business enterprises in City contracts. A copy of the Ordinance can be 37 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and 38 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 39 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 40 Venture Form as appropriate.The Forms including documentation must be received 41 by the City no later than 2:00 P.M. CST, on the second business days after the bid 42 opening date. The Bidder shall obtain a receipt from the City as evidence the 43 documentation was received. Failure to comply shall render the bid as non- 44 responsive. 45 46 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 47 or organization against whom Contractor has reasonable objection. 48 49 12. Bid Form 50 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 2 obtained from the City. 3 4 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 5 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 6 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 7 price item listed therein. In the case of optional alternatives,the words "No Bid," 8 "No Change," or"Not Applicable" may be entered.Bidder shall state the prices, 9 written in ink in both words and numerals,for which the Bidder proposes to do the 10 work contemplated or furnish materials required.All prices shall be written legibly. 11 In case of discrepancy between price in written words and the price in written 12 numerals,the price in written words shall govern. 13 14 12.3. Bids by corporations shall be executed in the corporate name by the president or a 15 vice-president or other corporate officer accompanied by evidence of authority to 16 sign. The corporate seal shall be affixed. The corporate address and state of 17 incorporation shall be shown below the signature. 18 19 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 20 partner,whose title must appear under the signature accompanied by evidence of 21 authority to sign. The official address of the partnership shall be shown below the 22 signature. 23 24 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 25 member and accompanied by evidence of authority to sign. The state of formation of 26 the firm and the official address of the firm shall be shown. 27 28 12.6. Bids by individuals shall show the Bidder's name and official address. 29 30 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 31 indicated on the Bid Form. The official address of the joint venture shall be shown. 32 33 12.8. All names shall be typed or printed in ink below the signature. 34 35 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 36 which shall be filled in on the Bid Form. 37 38 12.10. Postal and e-mail addresses and telephone number for communications regarding the 39 Bid shall be shown. 40 41 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 42 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 43 to State Law Non Resident Bidder. 44 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 13. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 3 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 4 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 5 envelope,marked with the City Project Number,Project title,the name and address of 6 Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent 7 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 8 envelope with the notation"BID ENCLOSED" on the face of it. 9 10 14. Modification and Withdrawal of Bids 11 12 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 13 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 14 must be made in writing by an appropriate document duly executed in the manner 15 that a Bid must be executed and delivered to the place where Bids are to be submitted 16 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 17 are opened and publicly read aloud,the Bids for which a withdrawal request has been 18 properly filed may,at the option of the City,be returned unopened. 19 20 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 21 time set for the closing of Bid receipt. 22 23 15. Opening of Bids 24 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 25 abstract of the amounts of the base Bids and major alternates(if any)will be made available 26 to Bidders after the opening of Bids. 27 28 16. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award 30 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 31 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 32 33 17. Evaluation of Bids and Award of Contract 34 35 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 36 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 37 and to reject the Bid of any Bidder if City believes that it would not be in the best 38 interest of the Project to make an award to that Bidder,whether because the Bid is 39 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 40 meet any other pertinent standard or criteria established by City. City also reserves 41 the right to waive informalities not involving price,contract time or changes in the 42 Work with the Successful Bidder. Discrepancies between the multiplication of units 43 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 44 between the indicated sum of any column of figures and the correct sum thereof will 45 be resolved in favor of the correct sum. Discrepancies between words and figures 46 will be resolved in favor of the words. 47 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 2 among the Bidders,Bidder is an interested party to any litigation against City, 3 City or Bidder may have a claim against the other or be engaged in litigation, 4 Bidder is in arrears on any existing contract or has defaulted on a previous 5 contract, Bidder has performed a prior contract in an unsatisfactory manner,or 6 Bidder has uncompleted work which in the judgment of the City will prevent or 7 hinder the prompt completion of additional work if awarded. 8 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 10 other persons and organizations proposed for those portions of the Work as to which 11 the identity of Subcontractors, Suppliers, and other persons and organizations must 12 be submitted as provided in the Contract Documents or upon the request of the City. 13 City also may consider the operating costs,maintenance requirements,performance 14 data and guarantees of major items of materials and equipment proposed for 15 incorporation in the Work when such data is required to be submitted prior to the 16 Notice of Award. 17 18 17.3. City may conduct such investigations as City deems necessary to assist in the 19 evaluation of any Bid and to establish the responsibility,qualifications,and financial 20 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 21 organizations to perform and furnish the Work in accordance with the Contract 22 Documents to City's satisfaction within the prescribed time. 23 24 17.4. Contractor shall perform with his own organization,work of a value not less than 25 35%of the value embraced on the Contract, unless otherwise approved by the City. 26 27 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 28 responsive Bidder whose evaluation by City indicates that the award will be in the 29 best interests of the City. 30 31 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 32 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 33 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 34 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 35 comparable contract in the state in which the nonresident's principal place of 36 business is located. 37 38 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 39 to be awarded,City will award the Contract within 90 days after the day of the Bid 40 opening unless extended in writing. No other act of City or others will constitute 41 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 42 the City. 43 44 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 45 46 18. Signing of Agreement 47 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 48 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 49 Contractor shall sign and deliver the required number of counterparts of the Agreement to 50 City with the required Bonds,Certificates of Insurance, and all other required documentation. 51 City shall thereafter deliver one fully signed counterpart to Contractor. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 2 3 4 END OF SECTION CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 003513 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Bean Electrical, Inc By: Roy Bean I 821 E Enon Signature: Everman, Texas 76140 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 2017 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract City Project No.: Various Projects Units/Sections: Unit 1 -General Requirements Unit 2- Existing Conditions Unit 3- Electrical Unit 4- Earthwork Unit 5-Exterior Improvements Unit 6- Utilities Unit 7-Transportation Unit 8- Non-Standard Items 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook 2017 0041 00 BID FORM Page 2 of 3 c. "collusive practice" means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Roadway and Pedestrian Lighting b. Water Distribution, Urban and Renewal, 12-inch diameter and smaller c. CCTV, 12-inches and smaller d. Sewer Collection System, Urban/Renewal, 12-inches and smaller e. Sewer Cleaning, 12-inches and smaller f. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) g. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within the days specified in each task order. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook 2017 0041 00 BID FORM Page 3 of 3 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3 Total Bid $29,416,217.15 7. Bid Submittal This Bid is sem' ubmitt on 12/22/2016 by the entity named below. Resp tfully submitte Receipt is acknowledged of the Initial following Addenda: By Addendum No. 1: RB v, (Signature) Addendum No. 2: Addendum No. 3: Roy E Bean II Addendum No. 4: (Printed Name) Title: President Company: Bean Electrical, Inc Corporate Seal: Address: 821 E Enon Everman, Texas 76140 State of Incorporation: Texas Email: cbean6b-beanelectrical.com Phone: 817 561 7400 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook 2017 U V Q 7 O C N 0 O O O O O O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 O O 0 0 O O O O O O O O O O O O O O O O O 00 O O 0 0 0 0 0 0 0 0 0 O u O a O 0 0 0 �/i o 0 o V1 O 0 Ci C.i V) O Ci C) 0 00 O O 0 0 0 0 0 0 0 0 0 C:) O O a) O O O N O O Ln N 0 0 0 0 r` O O L) O O O )/) V) O O O V) O Ln in 0 0 � O d @ O O ✓1 In M lD O N M to Q) O O C) W ul Vl 01 M d' Vl Vl Ol p a FulD N W c-i N N D) .-I N N rl ri N Ln ca Q > N N 6 C d m U a � yr v� in to in in yr yr <n yr yr yr v> vt v� v� yr v� in <n in in in vt to yr in yr cn <n an u n a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 o O O O in o 0 O 0 0 LU o B O O Ln n O Ln O O Ln o o �n o o u) N o 0 0 0 0 0 o r` 0 0 0 0 O O 'y lD lD Ln lD V) C V O m m m CO O Ol 00 l0 Vl N O W M M m N O 6l r` H O V O O Ln cy N N N c-I cm Q m a` o ur `a a r0 i E u > a v} (U yr in i4 va I in in n in in h n n in in v) in v4 v> yn v} .n E x + � v o 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 Ln 0 LU m I--i ut O O O Ln O O O N Ln O O O V) O O O u) O O O V) O H O �/) u 1 0 41 ' a-i N V) e-1 N V) c-I N M N Q to J Y z v @ G- C m Cf m O O O O O O O O O O o 0 0 0 00 Cl 0 0 0 0 0 0 0 0 0 0 @ O O ,Q w L) O o o N o 0 0 N lf) O O O In O O O Ll) O O O V) O u) O u) O ..� N c-I ri N C) Lr) CD 0 chi c-I N m � H al m rl rl r1 a-1 ci rl r-1 a-1 a-1 rl'i N cel a-1 H rl ci c-1 0Ln u Ln O O v) O O V) O O N O O tr) O O in C) Ln - O O O LL LL LL J LL 10 )? V) V) w V) VI V) J 7 a) O Z c O N u *'' m m to m m m m m m m � a c C E m m O v a O L N N .a N N N N N N N MV m .� 0 0 O O O O O O O O u O a OCDLL v V M Q V) c Z 0 d O O m LU OZ of W � a � � � H ~ Z O Z M Z_ D 2 LLIF p u w m � w cc u m cc CL t z D 0 0 Y Q u v > v c - > '� O n p c E 0 a) v 8 a) cc "6 E 3 u c Y u !6 8bD a) O- Q C 0. .V C O /a _0 Y O O Q m (1) u LL in V) Q u y m (31 > >> >> 0 O O O o E E E E a .� E E E E c z cc: 0 0 0 0 0 O 0 OCD O ci N N N co d'O a O 0 O O O O O O ri It -q -4 N N N O O O O O O O O C-:) W ~ O c-I N m zt LO lD h CO 0 Z fn J v ¢ a N NO O O O O 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 0 0 0 0 0 m 0 0 00 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 0 0 0 0 0 0 0 0 0 o aO v 0 0 0 0 0 0 U) O m 0 0 0 0 0 0 0 0 0 0 w O O O w 0 0 0 w 0 0 0 N 0 0 0 0 0 0 0 0 O OC p0 a) m w U) O d' N m n O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m N o O ri m 0 0 0 U d@ ri N m 0 d' W m l0 w m 00 N U1 O O C [t 00 m m � 00 m m T W m M Ul O m m m H In m N U) m O C p n- ri 00' N rt w n N ri ri ri ri ri N N - ' d' l0 O m > u 00 N C O U V} L? V} N V} VT N i/T i/? V}in V} t/? t/1• L} t/? L? 1!) t/1• i/? in N VT VT VT Vl t/1- [/T VT L} V} [A al U O 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 0 0 0 0 0 0 0 0 0 a` 0cu 0 0 0 0 0 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 M N N H O O IO W ct ct O m 0 O m O W 00 w LO 00 W w w W 00 w w O O m m r-i H O O 0 m O O O ri ri n n o v v d' m Ln ri ri H H r1 H v v m m o L N N n a & ri c E v in in ininv vtininv� ininvtvt -LntoyrLninvttnvt (ntovttn tninlll� vty). L� -Lnvtin -Ln in v)- . o CL X O O O O O N O 0 0 0 00 0 0 0 0 0 0 0 0 rq O O O r-i 0 0 0 H O O O r-1 O O O .-1 O O O O £ a5 ri N m U1 N ri U) O U) O m O m O O m O U) U1 U) O U1 V) m O m m o O N U) m O m m m O m O H H N ri ri N ri H ri e-1 vi H H H ri ri H r1 r-i ri r-1 .-i ri r-i N L LC pp .l C cu ` m 0 a cr O O O O O N O 0 0 o W O O o 0 0 0 0 0 + 0 0 0 + 0 0 0 + 0 0 0 + 0 0 0 + 0 0 0 0 H N m U1 N H U) O U) O T O U) O O T O m H U1 o m H V7 O m -1 U) O m H U) O m H U) O m O ri c-I N r1 ri N N ri N Ln N r-i Ln c-1 c-1 U1 ri ri Ln a-1 i-1 Ln H ci N c-i ci ri ri ri ci ci ' aJ H N m ci ri H r-1 1-1 r-1 ri ri ri ci ri ri r!i ri r!1 r-1 r-1 ri ri bCa OA U) O U) U) o U) U1 O U) O U1 O U) o Ul o U) o U) in Nm N r-1 r-i c-1 c-i c-I H 1-1 r-1 N H u cr F n c-1 O O y/ N Y N LL Q Q aS ---i W W N J N V J J J J J on Ccu G Z C 0 wNv M M m m m U1 d' d' d' � V V H Ln c-1 ri a-1 H N c-I c-1 ri ri i-1 N N ri C ri c-I ri c-i ri ri r1 11 ri N c-I ri rl O mt ZT IZT V V tt d' i=+ N N N N N N N N N N N N N O O O O O O O o O O O O o CL u � a) A N o N C O i+ Q a) D O � v Y V 3 a) a) 0) C C Y Intto C C C E N Y J J J .l J C E 'y aJ a) a- CL !D V 2 O Y Y S Y u C 6 CL K u C V LO 00 li rN-I Q N a) a) a) v a/ J (1) a) a) a) W a) > > > > > > > > > > > > O O O O O O O O O O O O E E E E E E ; E E E E E E v a, ai Cl) v ai v v v (v 0 v 0 o ri O O O ri ri N m U) O o O O O O O O ri ri r1 r-i H o t0 n n 00 Ol O O O o O O O N O O O O o ri c-i i-1 r-1 N ri c-1 rl _ c-I ri r-1 rl H rl r-1 H rl ri r-I r-I ri T V tt ZT N N N N N N N N N N N N N O .0.0. O O O O O o O O OLU O LU I-' Q N m V V) O n 00 O HN m Z H c-I N ri ri ri H rHi ri ri N N N N D 00 v ¢v N 00 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 m O O O Ln O O O O m a 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n O O O M O 0 0 t0 c p m O O O O O O O O O O o O O O do O O O O O O O O O O O to cc In Ln O O (D o O O LO O O t'o y O Ln 0 0 0 0 0 0 Ln O O d' 0 0 00 0 0 Ln o 00 0 0 0 0 o h Ln O O n ul 0 0 Ln Ln 0 0 U d O O N N' O LD W LD Ln Ol N 't M N 0 0 0 0 0 M Ln ', W COCOON M .--I m N w m n W Ol t N C p L1 ct L-i' NM M c-I m ct ct ct -I N' N' M M M M M' c-I V LO H li d' n N' H V 00' cy0 Ca > N c-I c-L H N H r-I H N c-I c-I r-1 V i m � c 0 v � � � vl� VII -V� Ln.114.VI V).1 V)- V) -Ln vlv U O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m m m M Ln in Ln O Ln 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 0 LO to LD M n01 N lD i tuO to N O w 0 0 0 0 0 0 W 00 0 0 0 0 0 m m n M r w4 4 o 0 0 0 O N .Zt 00 Ln N 00 lD m ct m lD O •` O N N N c-/ 0 0 Ill m N N c-I c-1 O 00 O O li .-I H H 0 0 0 0 0 ct H ZT c-I O O. rt LD LD m m m m m I Y c c E a) v N Ll Vl 'En VT t/1• Ll Ll Ll t/? N t/l t? L} Ll Vl V} VT Ll t/1 VT VT LT to L} L? Ll V? VT V? t/1 VT t/1 t/T Ll Ll Vl VT VT OL Q x O O o 0 0 m tD O H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 H O O O H O O O H E li Ln O Ln O H rl .-i N M Ln L-I e-1 cq L-I H m O m O H H H H H 0 0 0 0 0 0 0 0 0 0 0 0 - N c-I L-i N H H N m 0 0 0 m O O O Ln 0 0 0 L ... p0 .-i N N r-1 N N c-I N N Y J Y L � Lam.. (U Q1 �.. �/ Q' In c p O O O O O m lD 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 + O O O + m c-I Ln O vl O c-I IHL-1 N M Ln N ­4ri i-1 I H Ln O Ln O H H H H H O O O �-( O O O H O O O H H N H c-I N a-I N m o O O m O O O Lel O O O m N tw ri ei H .--1 N M N H t-i N N O ri 1- N O A r I N O N O Lo Ln O Ln N N H li ci -ir4 Lao Ln O C c-I c-i c-I c-I O O 0 0 O O Ln O Ln O Ln O C! m F� n O(D w tU YN Q tn Q W Q Q Q Q Q r W Q Q Q >' >' >- C � W N W J W W W W W N W W W W W W N (n N 5 C O Z C O u v ct Ln �t Ln d- Z V d- 'T Ln ct �t �Y ct �t Ln Ln Ln LN c-I ci ci a-1 N N N N i l N c-I ci r-1 ci ci 1-1 ri H .-1 a-1 �-I c-I ci ci ci ci rH L-1 rf N i-1 e-i N ci H C It � V � � V d' d' �t d' Y N N N N N N N N N N N N N N N N N N N O O O O 0 0 0 0 0 o O O O O O o o O 41 LL= U N Q N O M C O C. � O a Y Q) > tl0 .a 0� R m is > > " c n > > > m v ai ai a U Y Y Y (YO N ; N fY6 fY6 _ Q Y U U N Y _ _ _ c _ _ _ O 2 it m R u ct lD 00 �l 14 U D 00 O O/ b.0 bD Ol N CL O) tU w 0/ w 0/ w N OO O O O 'D D > - > > > > > > > -a -o .a 'a .a N N N O N O O O O O O O r+ E E E E E E E E cca m m m c00 d' w V K 1= 0� cc KQ� 2' Q Q Q Q Q c-1 N M 00 O 00 o li N M d' Ln O ei N M It Ln r-i N m H O .-1 O O o 0 0 0 O O O O O O o o O N N M m m m m m C}' 'T ZT -qt Ln Ln Ln c-1 c-I c-I H H e l .-i 1-1 14 c-I H li H H H H L-I H r dt -;r A dt zt d' V d' ct dt -t �t d' d* � V d' N N N N N N N N N N N N N N N N N N O1 O O O 0 0 0 0 0 O 00 0 0 0 O o O La W I- d' to lD n 00 Dl O M N m d' Ln m m m m O N N N N N �-L Z N m m M M M M M M M m 'ct 0 m m a N O O O V 0 0 0 m 0O 0O 0O 0m 0 0 0 m O O O ON O O O o 0 0 0 0 0 0 0 0 0 V) 00 00 00 00 00 00 0, 00 0 0 0h000n O o 0 0 0 nla) CD O 0 Y O O O V) O O O Ln 0 0 0 w m O O 00 O o o m 0 0 0 0 0 0 0 0 0 0 m to o m 0 0 0 0 0 0 0 O = pp y V) 0 0 0 V) O O o m m O O N O O O O V) 0 0 00 0 0 0 In V) V) O V) m m r, m 0 0 0 0 0 0 0 U d m O W r1 M V) W .-i M V) 00 N V) W � m - O V) �--� lz V) O O O O N N N V) t` M O O' m O O lD lD lD W C O d H w n H H (0 n H H Il m M N W H w M m d' 00 N H H H H H H H HH H NH H m H H H N N O m > N rl H H N rI .-1 -4 N H H H N H N H N c-I N r1 N t :2 ` co c O U L) V). </} LT VT VT to L? i/} L? L? N L} L} t/) t/? i/} t/? V? L? t? N t/1• L} t/? L? t/? t/) Lf V? t/A V1. V} i/T N i/? L? u O O Ln V) O O V) M O N m O V) O V) N O V) V) O O O O O o 0 0 0 0 0 0 Ln V) Ln 0 0 0 0 0 0 0 CL n rl lD n n r1 lD n f\ N n m 00 't 0) 0 0 V) O N 0 0 0 0 0 0 0 0 0 0 V) m M n 0 0 0 0 0 0 0 + u M ww m M wW m M n m w W O w w N m o 0 0 0 0 0 0 0 0 0 ri O O m O o W W W N d- c V V r1 V r1 Ct r1 V ri ZT ci rI O O O O O m m m O m H r1 rl O Ln ri H 7 IL L Ln N N N N N N N M M N N H +. c c E m n x O O O 0 0 0 0 0 0 0 0 o o 0 0 Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln 0 0 0 Ln 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o LO O 0 o 0 0 0 0 0 0 0 bOp V) O O O V) 0 0 0 V) 0 0 0 V) O N O Vl 0 0 0 ri N N ci N NN N N rl N N ri r4 N .-1 N N N N N rl N N � � @ J N ~ v C m TM C a 0 0 0 + 0 0 0 + 0 0 0 + 0 0 0 + 0 0 0 + Ln Ln Ln Ln Ln Ln M Ln M Ln 0 0 0 + Ln O O O O O O m 0 0 0 r1 0 0 0 r1 O O O H 0 0 0 H 0 0 0 H Ln 0 0 H 0 0 0 0 0 0 0 0 0 0 V) 0 0 0 m O O O Ln O O O to O O O ri N O 14 N N N N N @ N r1 rl N O 3 C ' r1 N O N O ' N o N O rAN 4 N NiN N bcO N O oOLnOLn cc Ln O O Ln O Cf m H n 0 O y O y N } } } } } Q Q Q Q Q QQ Q Q Q LL Q } LL LL LL LL U- E LO N N V) V) N W W W W W W W W W W J W U J J J J J C� G O Z G O u v V) V) Ln V) LI) d' zT ZT d' Ln �t 't 'T LN rl rl r/ rl r1 rl rl rl ri r1 ri r1 r/ N N N rl ri rl rl r1 ri H N rl rl rl ri N N rl rl rl rl rl rl rl rl r1 ti N N N rl rl H C v �4 v �* v O N N N N N N N N N N N N N N N N N N N N N N N •'' O O O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 V =F• V d 0) G w Ln O V C O Y Q •V N 0 � O +Ol V) F•' aOi MO N N LU Y Y Y Y Y O1 = OO W N 0) c c acci acci ccm acc) accs acc) CL CC c c c c (L N C C G G G G G J J J J J pp UO 0O OA 00 ++ N N(6 0) tv C C G C c � m ,V � Y Y Y Y aO+ m 3 3 OO � N to to - N CLO u u u V LL M H ei N M LD W HO W `i `i _ tD 'a a)i i i 0) 0) O) N Na)4) Lv O) N — a O) O) O) O) O) OA O0 09 OO to O0 09 GO tw on O O O O O Ln Ln U) Ln > > > > > > > > > > Y > c E E E E E V r1 Nm N Ln V) N V) N V) V) N Ln co Ln Ln = OC Q� CC = Ln W r- 00 O H N M -zt V) lD n OO m O rf r1 r1 N M [t V) O O O O O ri ri r1 r1 ri 11 r/ 1-1 14 ri O O O r1 r1 rl r1 rI Ln Ln V) V) Ln V) V) V) V) V) Ln V) V) Ln V) to lD O O O O O O N rl ri ri ri r! `-I N N N N r1 rl rl rl rl r1 N N N N N N .. r1 L-f ri rl rl rl rl rl rl rl ri rl rl r/ rl N rl rl rl ri rl rl rl N N N N N N N N NN N N N N N N N N N N N N N O O O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 LU W F- Q N M d- V) lfl n w m O n coV1 Ln V)N M It V) m m O N V) _ Q Z V d' ct V' V V V d' to to Ln V1 V1 V) Ln lD l0 tD tD lD m J Q U N v) `� 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 0 0 0 0 0 0 0 0 0 0 0 �t a 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 0 0 0 0 0 0 0 0 0 0 0 0 c C) p v 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 0 0 0 0 0 0 0 0 0 0 0 O Q: Do y 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m O O O O U M m 3 V V W c0 V I� to O O O W c0 00 0 C 0 tD to O O' O O O N o0 o0 W oV d- O O N N O O m N 1-tO 1� c M t1 N N4 4 to to n m M N tD w lD O ci 4 1 rN NN n D i M m m [t �h moi' d' to tD tD I, a) l c-i ri NM to O ED > �--1 N ri rl rl rl N rl rl r1 ri ri a 2 ce c O U V) L? L? N V)• L? to Ln V? V? �/? V? VT VT Vl• V) V} V? Vt_ Vt• V! Vt_ t/? V} V? L} N VT V? VT V 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 0 0 0 0 0 0 0 0 0 0 0 a 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 0 0 0 0 0 0 0 0 0 0 0 u O O O O O O O O O O V d* V O to to 00 00 O O to to m 0 0 cc 0 0 0 0 0 0 0 0 m 0 0 0 0 O O O O O m to O O m M M M m m M N M tD tD tD tD w 0 0 0 0 0 0 0 0 0 0 0 0 tD O N O M C W W O O N m O N n W 00 W M M c O N N Ln Lq N M to (7) H N rl rl M e-1 r7 17 e-1 ri C-I C (U E D U > LT VT N V) VT V} VT V). V? LT V? V? VT V1, VT VT to V? V} V). V} in V? VT Vl• V? to V). En n N V7• V) L? N � LT t/T L? n � d X tD tD tD tD O O tD tD m O O O O O O O O O O O O O O tD O tD tD tD tD w w tD tD O tD O w O w w m cc 0 0 0 00 0 0 0 00 0 0 M — ^y rl N N N N N N N N N N N N N t Op tw C � N CL n 'L3 c lD tD l0 tD tD tD O tD to O O O O O O O O O O O O O O tD tD O tD O O lD O tD lD lD lD O l0 tD tD tD m o 0 0 0 0 0 0 0 0 0 0 0 0 o m — �, rl N N N N N N N N N N N N N � !+ t C in C � C( m h t` N w ` O Y Q Q Q Q Q Q Q Q Q LL LL LL LL LL LL LL LL LL LL LL LL LL Q Q Q Q Q Q Q Q Q It LL Q Q Q (0W W WW W W W W W U -� W W W W � lU G O Z c 0 OJ rl rl rl rl rl rl N N ri rl .-, .-, ri rl rl ri rl rl rl rl rl ri rl rl rl N rl rt rl r1 11 ri r1 r1 r1 r1 r1 r1 r1 H to T 'T r1 ri ri rl r1 r1 rl ri rl r1 rl r1 ri N N N r! ri ri r1 ri r1 r1 ri r1 rl N rl ri rl rl rl H rl t ri r � V V � � t'tt � It c} �!' �Y ct V V V d' d' V � 7 d' � � -;tet d' ct d' d' d' V d' d' V V V � d' �t 2 N N " N N N N N NN N N N N N N N N " N N N " N N " N N N N N N N N N N N N N N 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 0 0 0 0 0 0 0 0 0 0 0 cu CL N O N 0 O i+ a L N !U � 0 7 0) bD tw V w to to 00 to tw to tw w O0 Oc 00 to m to W 3 7 i 3 _7 7 _7 _� _7 7 _3 7 _3 _3 7 7 7 d d N N Y d d d d d d d d d d d D_ _cu O N Y Y Y Y Y Y Y Y Y Y Y Y O O O N O Y Y Y C c C C C c c c C C c c c c L C c c N 0) .c L L C 0) N N N OJ O1 N N O) N O1 0) v 0) O1 0) w 0) 0) c) 0) 0/ N w m c N 2 'a+ m v 0 E E tcts cco ccco ° c c c c c c c c c c c c c E E E E E E E E E E E E w m w e c c c O O C C C J _I J J J J J J J J J J J O O O c O O O O O c = c C 0 O E E E E E E E E E E E E E o 0 0 0 0 0 0 0 0 0 0 o m n o 0 0 0 o v v ? '+� a a a a o a n o v a 0 o c c c E a a a c c a) °' 03 `0 0 0 0 0 0 0` `o `0 0 0 `o o c c c c c c c c c c c c o c c c c c m m 3 3 3 v to N L-n v) v) v) N N v) Ln N Ln m m m m m m m m m m m m E m m 0 m m m _Q o ni o n .n .O O Y m Q Q N N N 3 (7 _ _ _ _ _ _ _ _ _ _ _ _ _ Q Q Q Q Q Q Q Q Q Q Q Q 0 Q Q Q N N to tD o0 e-1 of r, O m tD tT N to W Y L v m n 1° to c `i r1 rI N N N m M t- M �r �t �t E E E E E E E E E E E E v) M d to v v a) w 3 3 w w w w m v v v m m v v v o v m v a) v a) v v a) > > > > > > > > > > > > > > > > > `o 0 0 0 0 0 0` o `o 0 0 `o > > > > > w w N N O O O O E 0 0 0 0 0 0 0 0 0 0 o 0 0 ti — N ti ti N N N N N N O O O O O N v) v) _ = E E E E 0 E E E E E E E E E E E E E _ _ _ _ _ _ _ _ _ _ _ =v) E E E E E O N W 0) 0) 0) Y 0) N N W W W W N N c) W c) 0) N 00 Ci �* n O M LD M N to 00 m N w N N lD W H r1 w K K K N K cc Q� w w w w w w w w CC K r1 r1 N N N M M M M -zT It d' w w wcr- or H N M �* to H N M r1 r1 r1 N M ct N lD n 00 Ol O ri N M r1 N M 'zt to W n 00 Q) O rt N H ri N M r1 0 0 0 0 0 0 0 0 0 0 e-I e-I H ri r1 rl r1 r1 ri N N N N 0 0 0 0 0 0 0 0 0 r1 r1 H O O D O O N r-1 N e-I e-I N N N M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ei r1 r1 r1 H rl N H " H H Ci N M M m d' N N N N N N N N N M M M M M M M M m m M M M M M M m m M M M M M M m M m m M M M .. r1 r1 H r1 H H r1 r1 H H ri r1 r1 r1 r1 H r1 H H r1 r1 H r1 ri r1 1-1 ri rl rl r1 ri r1 r1 rl r1 i r1 c-i r1 rl N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 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 0 0 0 0 0 0 0 0 0 0 0 LuLu F- 0 to tD n 00 m O r1 N M S to tD n W m O ci N m V N tD h 00 m O r1 N m V L!) to n c0 O1 O O O O O Q Z l0 tD tD w O n n n n n n n r r n W W W W 00 W 00 00 M 00 m m M M M M Q) Ql al O) rl 0 0 0 0 co J m* Q � U NN 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 O 12 a0 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 rt o 0 v 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 ri D lY ,p v i-i r 0 0 0 0 0 0 0 0 m O O O m 0 0 0 0 0 0 0 m m t w O W u d o vq C o Lo C r+ � rn � r1 1l m kR C N Lo C m � oo rt rt Ln Ln w w v c 0 0 1- m m O m Lm 0 w I- m m w h m rF a m" m m <t V' 2 00 > i N u 00 t; r O u t4 V1• t? t4 VL• V). t4 V? VT to t? V1- V1• VT VT A/11 V? to to LT �? to VT VT V1-1-1-1 1- V) to al U 00000000000000000000000000 , �. 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 y 0 0 0 0 0 0 0 0 m O O O m O O O O O O O to to r' 00 N O Lo O O Ln O Ln o Ln t, Ln Ln Ln 1, O O Lo O Lo O O H ri H r1 N O O CL N m Ln n m W m H N W m H N m n 1` m m w W 00 C �,. rl rl rl ri rl rl ri ri rl O C bn N C > V? V? VT VT VT V? VT VT V} in VT vl- a to VT VT V? ih VT V? V? -Ln V? V? V? VT N OL SZ N cu O w O O tD w w w O w w w O O w w O w tD O O O O O tD W E co C F J L Z 3 fl O n lD lD O O O w lD ko tD O tD w LD O O tD to O tD tD O O o O O O W m m m m m m an T t0 N C m to C n N L0OC u cr m F r rl O) O W L N M N Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q LL LL LL LL LL Q C m LL W W W W w W W W W W LL w W W W w w LL w J J J _1 J w v G O Z C O Y rr rr rr rr rr rrr d rt rr rr rr rt rt �' rl rl H H rt rt rr rt rt rt 1N rl ri ri rl ri H H ri ri ri ri 1-1l 1-1N N rl rl N rl l 1-1l H H H rl rl ri rl N ri ri ri 1-1 e-1 e-1 ri H ri rl ri 11 1-1 ri 11 e-1 1-1 r1 H rl r1 C V d' d' V d' rt rt rt -* d' � d' � � � � � rt � � � � � rt rt .2 N N N N N N N N N N N N N N N N N N N N N N N N N N 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 u v CL Nn p D C O a+ Q 'L N x O O u O m Co m O m C C C N v y N a C C C O O O C C C C C C: Y V U U O Y Y — — Y Y Y c c c c a v v v v v v v v v v v v v v N O L t U U O v E E E E -�3 s su v v v a a CL. Y Y Bf6 c c m o 0 0 0 `o E � v v v o 0 om e e v v L') L') n N V u u v v o` o o C7 l7 l7 � - - - �o � Lo O to 0 0 0 Ln 0 0 N v - - N ri 00 N Zn ZD 1, W N Hr7 N M N HN M � N M � 2 lto lD D W rl C > > > > > > > > > > > > > > > > > > > > > > > > > -6 O O O O O O O O O O O O O O O o O o O o o O O O o E E E E E E E E E E E E E E E E E E E E E E E E E Lz cc w w w c w z w w w w w z w w w w w w w w Q N M rh Ln c-I N N m rY r1 N m d' ri N m r1 N M r1 r1 N M rt Ln r1 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 m m In m m v v v v v v v a v a v a -;t a v v v m C3 ri ri ri cn Zt r ri ri ri t 't ri ri t ri ri ri ri 't Zt ri t ri r ri Lq rr rr N N N rr rr rr N a rr rr N N N N N rr rr rq rr N N N rr N N N N N N N N N N N N N N N N N N N N N N N N N N N 0 0 0 0 0 0 0 0 0 0 0 0101 0 0 0 0 0 0 0 0 0 0 0 0 0 W Ln w n 00 m o r1 N m t Ln w n 00 m o ri N m Lo w n w m o H D o 0 0 0 0 H 1-1 ri H r1 H H H H r1 N N N N N N N N N N M Q Z N rl N N N rl r1 r1 r1 r1 ri ri ri ri rl rl ri rl c-I r1 e-I rl N N N N m C Q v ro Q o O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 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 0 0 0 0 0 0 0 0 0 o O v O O O O O O O O O O O O O O O O tD O O O O O O O O O O m O O O O O to O O O m O w 0A y 0 0 0 0 0 0 0 N O O O O to tD N w t0 W tD N .-I 0 0 0 0 0 0 0 0 0 0 H O N O 0 0 0 U D_ O O O C 1n m 00 to N C to O m Ln H M ct m N to n tD t0 m H Ln O W OO n d' ct O N d' N N O r- c 2 d O n 'i H M Ln N H M COV' N' .-i .-i ti e-I' N' N' �--� c-I' c-1 N m N O m > H N N m ci to ti C O U n V? V) VT V> Vi• V? V? V} L? V} L? N VT VT N (? to 1-1-1-1— } NV? t/} V? V? V? V} V? VT V). In t/? V? L? LT Vl• L? V? V? U1 U O O 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 0 0 0 0 0 0 u `: 0 0 0 0 0 0 0 0 0 0 0 0 0 W W W w N O O tri O O O m m 'd' [t N O t0 m N d O m •L O O O O In m m m O to In In In H H H H H H N H H .-i rl li H 1-1 H 14 H H O a N o in m m m 1, r\ o i, Il tD to m a rJ to in N .E N E Ol An VT VT V? V1• V? V1• in vi- V1• V! V? V). V} t/f t/? V4 V1- V} Vf to t/} n V} Vi• V? VT V} V)� VI• V} V? VT to VT Vf N Q X N d' tD n N ct W n W N W n 0 0 0 rl 0 0 0 1-1 O O to O O O d 0 0 0 H in to O O O c-I N -Zt tD t0 N V tD w tD tD m O O O m O O O n n O O cc - y ci N N �q N N ci N m rn +-• .� Co L C f0 Q I a 7 N r-4 -:T tD t N ct W t W N -zt tD t 0 0 0 + 0 0 o t 0 0 tD O o O t 0 0 0 t in to 0 0 0 + m m LA ^ N M in ^ ci M N ^ N t0 c-i N l0 i-i c-1 r-I ctD tD to O O .--I to O O H n n O O O 1-i i tD r1 H ri tD c-I N O H 7, N O ci N M O b N t1 N e pi H e-1 ri ci ci H Op to O In O O O 'N CYF n d O i O Y N QQ Q Q LL LL LL LL Q LL LL LL LL LL C N W W W W J J J J W J J J J J � C 0 Z C O 43 u o o O o m m m m m m m m m m 0 0 o O m m m m m m m m m m Ln Ln Ln in Ln in in in to Ln Ln w in in Ln O O O O o 0 o O O O O o 0 0 O a' tD w tD tD w tD to tD tD tD tD t0 tD tD (,� N N N N N N N N N N N N N N a ui N �.j O uj n r, M` Z O u C O U C m v 3 c � o � a 3 u Ol � F m LL F m N O M LL 000 000 OC) OOD 000 N 2 2 N U 2 2 to O7 N O) N N N N N ^ W N 0_ N D- U U U > > v4Ji U W W d d K w d d d ~ to >Y to Y N Q r) v v O O O O O O O 1- h 1- s W w v U U U U u v z z z N <6 N f6 d' V d' ct ct N N O O O i N i c�-I a � rq li 1 U t U li ti c-I ci c-1 c-I H a-1 c-I N N N c-I N c-i N i-i N M -;t in LO n m to .-i 11 N N O O O O O O O 1 e I I ci �-I ci c-i O O O O O O O O O O 0 0 0 o m M M M M m m m M m LI) vi tri Ln iri vi Ln vi tri Ln Li iri vi vi 0 o O o O o 0 0 0 o O o 0 0 to tD tD W to tD lfl W W w lD tD W W N N "I N N N N N N N N N I N ri W N N M V1 tD n 00 m O r-I O m m m m M m m m m O Z c-I c-I ci H i q H ci H ci ci ri H c-I r-1 00 Q u N 0 ` O O O 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 0 0 0 0 0 � rt 0 0 0 O O O O O o 0 0 0 0 0 0 0 0 0 0q 0 0 0 0 0 i!1 O O O O M i 0 0 0 0 0 0 0 0 0 0 c o p v O O O N O O m 0 0 0 0 0 0 0 d' 0 0 0 -t 0 0 0 n0 O O LD N 0 0 0 0 0 0 0 0 0 0 O y O O O ri O to r` coo ri O O O e A O O O ri 0 0 0 ri o o O ci N : O 0 0 0 0 0 0 0 0 0 U a m 3 ct 00 Lc IR r` M Ln 00 W N O o o V' V o o V V' O N 00 Ln C [t L- C It 1 ct N O N 0 0 0 to 0 0 c p a r-I N' m M N' H li N ct n w m w 00 00 M w c0 c0It n o o LO NIZF 01' N M M' Lr al N M' N N lD O Do > c-I ri ri ri N N N N N u M ` :O m H C O U VT V? V! V? to in VT VT V? to V} V? V} VT V? V? V? V} VT VT V? VT N t/1• V} in VT 'A :to to V? L? n VT V} V> VT VT u 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o o 0 o o o o o o m 00 0 0 0 0 0 0 0 0 u 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ln 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V -zT N N O W H d' N N O M Ln tl' ct M Ln ',,td' O W W h 00 OW 43 o o o o o O O O O O � .y ri r-i r-I r-IN HLn ci r-I ri i i ci rci rr-I ri r-I N ri Hc-I rci N N r-Irri Q OO m to m Nm o ri m Z) a v w m v v LO Ln ri ri V! VT V? V? V} -Ln Vt V? V? V) Vt• V? V} V? V? V} V? V! V? in V? V? V? VT N V} Vl• ~ > Z V? V) V? V? V} V? t/? V? VT V? Q Q m m O O O LD Ln Ln o 0 o o 0 o ri o 0 o o 0 o 0 0 0 L 00 Lb 00 00 0 0 0 Ln 0 0 � O O O 0 O r` f` 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 O 00 - ri N M M N O l0 N tD O N O O N l0 LD M lD Ol Ol r-L ri 14 N N L w m cD T G W Y m N R m 7 CL O O O t LO Ln Ln o 0 o t o 0 o t o 0 o t o 0 o t o 0 0 t 00 00 W W O O O m 0 0 m 0 0 0 ci r` r` O O O ri O O O ri O O O ri O O O ri 0 0 0 H 0 0 0 00 ri N M O N ct T o N O o N V O o N O O M LO Q1 O r-4c-i rri N N ci ci ri M rl N r-i LD ri elf ri lD a�1 i-I ri lD r!i ri epi w ri ci ci C', CM 0 0 0 0 0 0 0 0 0 0 0 0 i7i C C r-I N m w F n N w i O O .c- LNp J W J J J J J J J W W W W U U U N Ln y O O Z C U M m m m M m m m O ". O O O O LD M 0 0 0 0 LN M m m m M m m m Ln o 0 0 o ri N o 0 0 0 Ln Ln Ln Ln Ln Ln Ln Ln Ln O 0 O 0 M M Ln r` r` C o 0 0 0 O O O O O : ri ri ri ri N N N N m m O LD LD LD LD LO LO LO LO LD `: ri ri H ri ri ri ri ri ri ri N N N N N N N N N ;Qj M m M M m M m M m m UCL . V O i' c0 Z` O Y 0 O v c m c m 0 3 a � m `u S w 3 o c CL O m LL WW F Wm WF 00 W m m is cr �0 C 2 2 S S S S >p O E > n. m N N F N N N Ln 'a E N N H m �` i) a. > > � 2 > > > > O f r ai W c=a u Ix v CL a z o a o n. a v v °� �° ° v mi D 7 � H ~ X 40- E n1 07 O z z z z z z z z Q ~ v = 3 c D v N O O O O O O O O 1- N ri N m m O m CL U U U U U U U U O -L - - V -D CL C N BO V' O O E �: O N N M M M lD ri ri N D m W V7 U LOr` M [Y Ln LO m c-1 ,: N M d' Ln r-IM ri r-Ir-I N 11 ri N N N N M M O 0 0 0 0 0 0 0 0 0 0 0 o O O O O O o O c-I c-1 c-1 c-1 ri c-1 ri ri ri ri m m m m L» M L» M Ln " o 0 0 0 0 0 0 0 0 0 Ln Ln Ln Ln Ln Ln Ln Ln Ln o 0 0 o m m TT m r, r; O O O O O O o o O ': ri HH HN N N N M m LD LO LD LD LD LD LD LO LD N .-i ri N ri ri ri ri ri N I NI N "I N N N N : M M m M M M m M M M W Ln O r, 00 Ol oH N M d' m LD r, W m O ri N M H Q ZT IZT -Zi- Ln Ln Ln Ln '. to Ln Ln m m m LO LO LD LO o Z r-I r-I r-I r ri ri c-i c-1 c c c r c 1 c I c I c ri N r I oG ¢ V N 0 `o O O 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 0 0 0 0 o m 0 a O O O 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 0 0 0 0 0 c 00 0 ami 0 0 0 0 0 0 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 0 O cr on N O O O O O O 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 o U 0. ,a m o O 4m o C C C C C C C 0 C C C C C C C C O C C C C C C C C C C 0 cl C C C C c m 0. m ui i n ai r, a H m Ln i i a ,- i H m 1n 1, ai ci of i m vi t, ar, n i H o 0 o cn ci m v m 1n vi r, 0 co > N l0 W H H H H e-i N H e-1 11 `-1 H N li 11 a-1 li 1-1 N Ln Ln 1n H H H ei 14 ei V �•i i co O U {/� �/} Vl• :vT V} vT �/T � v? L? v? v? N vt VT N L? vT Ll• V? t/T v} VT N N �/? t/? t/? V? v? N L? v? t/? Lt v? L? V 0 0 o o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 0 0 0 0 0 0 0 0 0 n` 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 0 0 0 0 0 0 0 0 +_• 4' ui o 3 I Ivi uiui m m m vi ui vi vi m tri m Li tri m tri tri m ui Ui ui Ln Ln vi ui vi vi Ln v vi vi vi Ln •` N N s : m Ti, oo a) c) t to w n oo a) o [t Ln t0 1, oo a) o m m N N N -zf u) to N tD h 1, o0 CL H M « r1 ei a e 1 N m W •� W N M v v vt u} h yr U* vt in v* U* ur v* yr v* yr v1 vt v* v). v} v> ut vt vi -Lt in v! ut -En v} v* v* vt An. yr Vr yr Q CL x o o h 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o E m O O o 0 0 0 0 O O O 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 O ^y N N N N N N N N N N N N N N N N N N N N N N N N N V N N N N N N N N C m i W Ln Q. co n C( U O ET o 0 o O o O o O O o 0 0 0 o O O O O O O o 0 0 o O O o 0 o O O O O m 0 0 O O 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 0 0 N N : N N N N N N N N N N N N N tLo m C C N C r'I 0 }� 13 } } LL LL LL W W W LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL } >- } >- >- } LL >- >- V) } C (a !n N J J J J J J J J J J J J J J J J J J J J J J J {n y {n N N N J N N N y 5 d G O Z C 0 V O O =: i� n n n r n n n n r n n n n n t\ n f\ r, n n n rl n t` t\ t\ t\ n 00 D1 al al al N o O xa) Ii e-1 11 ri a-1 e-1 .-1 H .-i .-i li H ei ei H H li e-1 H H 14 H `-1 a-i H .-1 aq N ri `-i N N N N 1n n n : li a-i e-1 H li H H li H li 14 ri H H H H 1-1 �i 1-1 1-4 1-1 H ei H H H c-1 ri li li H ci r-i H C M M > O 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 0 0 0 C d e-1 d,. N N N N N N N N N N N N N N N N N N N N N N N N m N N N N N N N N m Mt M M M M M M M M M M M M m M m M M M M M M M M m M M m M M M M M M M m '0k OL v E CL N 0 O 0) W o Z• P' m Y m cu N � Q � C Y Y Y p m 'O 'B '>3 m m m m m m m Y f6 L L L a Y Y Y Y Z, Y C m m m m m m Y •m •m y •i c m m m m m m 'L ta � Y Y Y �1-• '6 �O a a a m D o) N N o1 01 N '6 . VI N N , , 7 N ev N of o) 'O L L L L L L Y � � � -p U V C C C i, m C N ',. •VI N .N iN Nin N yN o) 41 N o/ of 5 2' i, Y o) v v co m a) w L i i i i i ¢ O O "6 D -O -O C W W W Y Y Y m 3 C of w 0- C- w Q Q Q Q Q Q L c c c c c c v v O c c c Cl _ -0 v m a) v v i m .m .@ '10 'co .m o. 'ic 'co 'm .F 'm 'm n 'm 'm 'm .F .0 .m o_ v Ly C c c > > > � c v CL a a a a Q N a a a a a a N 0. 0. a 0. a a N Y O O O m m m m m 5 ¢ 6 w o w w v v � v w m w m w z m N v v m w ar 3 m >, >, >, 0. 0_ 0. v L CL Y Y Y Y Y Y E Y Y Y Y Y E Y Y Y Y Y Y E i i Co Co Co m m m m N W W ° E E E E E E > E E E E E E > E E E E E E > ._ ._ L L L = c -CL n ¢ = x p_ > > > > > > 0_ > > > > > > a_ > > > > > > a. m m m m m a a ''= L a a 0 n n n. a n a. a 0. 0_ M a 0_ 0- a_ 0. , a a a a a ti vm Y Y Y Y Y Y 16 Y Y Y Y Y Y 16 Y Y Y Y Y Y ,6 w Q ¢ ¢ ..0 m m m m CL CL CL CL C � :: m m m m m m s m m m m m m t m m m m m m .c � � � � � -r- 0 c Q co CL r s s c c = a c .0 c _c .c c a C s t s s s a E E E E E �_ v Ya m y a) v a a a a a a o a a a a a a a a a a a a N m V N N to ! to Q N 1 H N N N Q N N N N N N Q > > > > > i Y Y Y Y CL Q ¢ Q Q Q Q m Q Q ¢ ¢ ¢ Q w ¢ ¢ ¢ Q ¢ Q v a a a_ 0_ 0_ m E E E E E o -a -a 'o -O -O_ '2 'o 'O 'o M 'O 2 'a 76 'o 'o 'o m m m m m b Y Y Y - 8- CL L L CL CL L L W W W E C C C C 0 0 0 N - - - v o 0 0 0 � m .. <t Zr) is � o0 of ci v in iD i, co ai ci � Zr) iD i, oo ai N Q Q Q Q ¢ N i» v H v v v v [t r, H N m zt to w h H N M V' o tD 1, H N m d' to1 0 I� O ci ci N M ci N M O V10 It ID O O ei ei �-1 N e-I N e-i N N N N N N N M M m M M M M S - 0 0 0 0 0 0 0 H e-1 to 1f1 H N i e-i e-i i-1 ei e-I ei ei ei H H H H H H H H `-i H H `-i e-1 s-1 i-i N N N m m m t0 0 l0 wO O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 i- 1\ H e--i H t-i iq e-1 i-i .-1 e-I ei li H H li H H H H H N ei N e-i eq .-1 H H H rq ei ei H 1-1 ei m m O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o O O O O 0 0 0 O o O O o 0 0 d N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N IM-11 m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m W d' to LDn co al O N N M Ct u'1 t0 r co al O HN M zt to tD n o0 Ql O HN m V) l0 h 00 al O lD T tD t0 l0 I, n n n n n n t` r n o0 00 00 W 00 00 a0 00 W a0 al al 07 al a) al al al al al 0 Z N <-1 Hei H H li H H H H H li li H H H e l i i H .-1 ei ei H ei ei H H li li H H ei H H H m J 4 Q <f U N N 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 0 0 0 0 0 0 0 0 d' a 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 0 0 0 0 0 0 0 0 0 0 O p � 0 0 0 0 O O O O 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 O O 0) y O O O O Ln O Ln Co 00 0 m O to 0 0 0 0 0 0 0 0 0 0 0 0 0 LO 00 0 0 0 0 0 0 0 U a to O O O' O' N N n O N O Lo O 1�' Ln N O N t Ln O � LO Ln Ln Lo' V r1 O ci O O u) O' O Ln o0 LO O O p Li N c} LO00N cr w m N m it O Nm w rI M LO I� O M m n ri mm 00 M LO' m m I, mw w N o0 rl O m > ri e-1 rl r-I r1 H N Nm m H ri m t :2 2 00 n C O U i/} V? L? iA V? VT N i4i/? i/T v? V? in Vn t/? t/? L? t/} L? t/T V? V? N VT tn t/} i/? i/f i/1• V? VT L} N v 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 0 0 0 0 0 0 0 0 0 0_ O O 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 0 0 0 0 0 0 V O O O O to m o m O O O O m m m m N W Ln O 4 00 m m m 1, n to 4 00 O m LO N o 4 N N .� •` V d' V � 'IT V dt d' M M M to N 0 M Lo M N N N M N N N M N N N Ln M Lo N W n LO W W W 7 CL rl H Y � •� v D E v in v in in in in in in in in in in in in in in in in in in in in in in in in in in in in in in v'� in in in in in a CL x 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 0 0 0 0 0 0 0 0 E m Ln O m O m O m O m O m o m o Ln 0 0 0 0 0 0 0 0 0 0 0 0 0 x 00 0 0 0 0 0 0 0 - H ri N rl H N r1 r1 N r1 r1 N r1 N M Ln H N m m r1 N M Ln Ln In to m m H N m Lo OA UO M � J N L m0 CL d c O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 o ETC 0 0 0 0 ETC 0 m to O m O m O m O Ln O m O Ln O Ln O O O O O O O O O O O O O [t O O O O O O O O O — -T: A ri 11 N r- ri ri N H , L--1 N '- r1 ri N N m Ln r1 N M Ln c-1 N m Lo 0 Ln 0 m m r1 N M Ln C N bODr1 ri r1 ri rl rl A H H A A A r1 H r1 Hri ri H ri pq Ln o Ln Ln 0 Ln Ln 0 Ln Ln O Ln r1 r1 O O H r1 O 0 r1 H 0 0 H H O O C C r1 11 ei r1 H H H H O N m O N m 0 N m O Nm 3 ri ra ci ci � tt r 0 O V- O N •E cu N N to N to Ln N N N N N N to 5 O Z c O 'i m m m M H 11 Lo Lo 14 H IH Lo m N N N N N H 1 e-I N N H rl rl rl ri N rl rl rl N N N N N N N N N N M C rl rl rl ri N 11 ri r1 H r1 r1 H r1 r1 C N N N N N N N N N N N N N N +� m m m m m m m m m m m m m m v k N Q w N O O ri C O a+ Q •L N N N rl Y LL' Q Q Q Q 01 01 0 0 0 N 0/ O_ 11 N N O) Q Q H 0_ Q IZ CL a CL Q. Q. >• a1 YC Yr YC F- I>• — cu N N m m C C G O N N In N N co coY m m ti ti d am co Lb ca m E O) S Y Y Y L Y Y Y Y Y ,p s m m m m m m m m X X 0) U X X O) 0) LL LL V01 Q CLUQCL !Z CL 0 N O Q Q Q C Q Q Q Q Q U O N _ G _ _ _ _ LO 00 11 ri N m -�} Ln LO 1� W ID N M zT Ln N M V ri .-i N m V* Ln r1 ri 11 ri ri O O O 0 0 0 0 0 0 O ci ci H ci m m m Ln Ln Ln Ln Ln H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c-I H ri r1 N N N N N N N N N m r1 H ri H ri r1 ri 11 ri r1 ri rf H H N N N N N N N N N N N N N N m m m m m m m m M cn m m m m W O N N M Ln LO 1l 00 6) o -1 N M N D 0 o O O O O O O O O -1 rl rl ri Z N N N N N N N N N N N N N N m J ZT V Q <} U N 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 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 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o p ,moi O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 o o 0 0 O CC v y 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 0 0 0 0 0 0 0 0 0 0 o U a to 3 O Lfl ci Vl N O m O al lO Lr Ln c' O' Ln Ul Ll O C C oc LO C 0 dN' Ln o � Ll) Ln Ln oc LD O C of 1 Ul C C Vl Ln C p m r M O N W i, V c-i w i, Lil N t-iNoo i, c-i m O O r-i M M N i, Ln n oo' w 4 `--i m i, w (l'1' H N c-i N 0 co r-L N m i 4 NZT H N T c-1 N N dt N N M to H N M N H N co H N zt .-i N V H N M Ln t :2 i to H C O V V>• Vl Vl� V? V? to V? L} V} — VT — n VT V? V? VT t? L? —H-1-1— V? V) NVl V7I t, VT V} VT V} V) t4 N V? Vl• L? N u 0 00 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 0 0 0 0 0 0 0 0 a 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 0 0 0 0 0 0 0 0 0 0 0 O w i, to Ln Ln m N m W Lit 0 0 0 m m Ln m O O w oo OLn o6 i� N Ln U-) moi' N N O m w i� O O to m C u i` tO LO O w w w w w w w W H H m m H H O O H e-I H o hr, i` n W W W w m w w W H H O O O a Y � 'c °1 v V> V> Vt u* ur V V> Vl v> V> Vr <n v: V> V> vl V> Vl Vl in Vl V> Vt Vl Vt V> V> in Vl Vt Vl V vi v> Vl o CL x 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 0 0 0 0 0 0 0 0 0 0 E O O O o 0 0 0 o O O O O o o O O O O O O O o 0 o O O o O o o O O O o 0 o O O O o - y ci N M u7 H N M u7 c-I N m to .-1 N m tl') H N CO u7 c-i N M Ln .--I N M to c-I N M Li t H N M Ln H N M Ul t r r C UD � � J Y L � _ � v 16 � n N c O o 0N N N TN 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 0 0 0 0 0 0 0 0 O o8 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 0 0 0 0 0 0 0 0 - ci N M m H N m Ln c-I M to ri N M c-i M to c-1 M to c-I to N M c-i N M Ifl �-i N m to N M Ln @ v � A Aei H � H H ' e-I H ' � H H � H H rl H H r-4 ' ei H ' ' ti H txo 0 0 H 0 O .-i 0 .-i e1 0 0 N '�"i O O ei ei O e-I ei O O H H O O r-i .-i 0 0 e-i H 0 0 e-i .-i 0 0 C C o Nm O N M o N M O N m O N m O N M0 Cl m O Nm O Nm O N M u 3 a- 1 H H H Cf 12 F- n C) O •� � N (n M N N N N N N !n O Z c 0 :. m m m M m co M m m M to N .-i N r-i ci c-I r-i rl r-1 ci C MN MM .Mi MrA mr, ML MH �Mi N N N N N N N N N N +' M M m m m M m M M m u k v v Q N O ci ci C O Y Q L N d W W W W Y Y Y Y Y Y E £ E Y Y Y Y > > > a Li CL > > > > n a a u u u a a a a- a C C C U U U U 0 0 0 u U U 0 0 0 0 u U u _ _ _ u v u u o H I� W t-i H H W Ol O O O O O O O O OH 14 14 O O O O O O o N O O O m M M M M m m m m M H H H ci 1-1 i-i ei H ei H N N N N N N N N N N m m m m m m m m m m w 0 er-i 1-4 11 11 i^-I 11 O H N N N N Z N N N N N N N N N N 00 v ¢ v ti v o a 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 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 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 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 0 W v 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 cc 0 0 0 m 0 0 0 0 0 0 0 0 0 0 m o u n pp O In 0' 'C C C C ct O n N V1 V) C C C C V1 V1 C o O V) V) O O O N' O' V) V1 O O O m V) O N I` V) O p m e-I' Mm m N [t m m N m n N 0 m I\ m ci N' M M N M V' m O w lDd' ci N M M N M � Vl 00 00' O m > —1 N M V) r-I N M V) r-I N M LD H c-1 N M r-I N Mlzt H N M �* ci i-1 N M H N M V H N M :2 2 00 v c O U IA. V? N L? t/} i/T t/? L? V} L? L} t/T i/? in t/} y/}y/t (/t y/* i/? VT V} i/? LT V? VT VT t/? L? t/? L? L? i/? i/) t/1• VT V? V? V} N U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Vl o m o V) o m0 m O O m 0 0 m O V) o V) (D V1 0 V) O o. O 0 0 0 0 0 0 0 0 0 0 0 0 0 V) O n M N O n0 I` V) N O O n V) M N O n O n V> N O n N Y U V1 M O O O O 06 W n w m V1 O O m w H H H O N e-1 H eq o m w w H .-i H O N K rl H m w w G •` H H H i-I N N a-i H N N N N c-I O D. c-1 c-I ci ci r-1 ci r-i i-1 N N N ci N Y C C 0 £ v o Q X 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (DC) 0 0 0 0 0 0 0 0 0 0 -I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � 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 0 -_ . N M V) H N M V1 HN m V) O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O O pq ci N M ZT .-I N M et c-I N M IZT ci N M ct i-I N m I�t ci N M It e-I c-I -t C to � L J i+ N @ C Cf � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 + m 00 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 0 0 0 0 0 0 0 M LnN N HN O O m O N 0 �O 0 0 0 0 0 0 0 �O O O O O O N O OV Vl O o O O ci r-1 o O ci c-1 O O ci cici H ti H H i--i ci H H H H a�1 H C c O N m O N M O N M O O O O O O O O O 0 0 0 0 0 0 O O O ei ) m ci e-I 0 0 0 O O O 0 0 0 O O O O O O 0 0 0 O R oc ci N m H N M H N M r-I N M ci N m ci N m Ln H n N C i O y y } } } LL LL LL LL LL LL LL •� V) N N N Ln N N N En N of O z c O u v M M Mo 0 0 o O o 0 �N H H N N N N N N N N A M C Mce -I Mi mi Mi MM Mi IM, cSMI MM aMi N N N N N N N N N N m m m m M m m m m m u w u 0 V O vi o N N C O i.+ Q vV n O 3 7 7 U U V O O O Y Y Y I_ I_ C:u u u (6 t0 f6 T 'B 'a -D f0 V) to V) Q Q Q W W W -14 Y Y Y Y Y S 2 2 — N N (v U) 0) 0) a) LL LL d 'D "o 'D '6 -O 'D y U U U N N V) N V) In P, C C C U U U U U U U u u u 0 0 0 0 0 0 0 - - - U V U V V U V ci ci e-1 In lD V V) lD lD 0 0 0 0 0 o m m m 0 o O o 0 0 0 0 0 0 cn m m m m m m m m m e-I ci vi ci H r-I r-I N N N N N N N N N N N m m M M M m M m m M w ~ N N N N N N M m M M O z N N N N N N N N N N 00 J Ct Q V V N N O O O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � p 0 O OO M-i O O m o o ci o 0 0 0 0 0 0 0 0 0 0 0 0 o to o 0 0 0 0 0 o o 0 0 o 0 o 0 0 o 0 0 0 O O OCv N 0 0 0 m O ri O O t0 w N O O W O t0 O O m 0 n0 m 0 0 0 It N O N N 0 0 0 00 00 d' X0 0 U d 09 3 to O if) N O to O W n � ri V V O o Pl of in Ol O a n N 00 O) 00 l0 Vl C cl 00 N 00 N W W M M O o c p m 10 to O M w N' r-I O V of m 0 of m a-1 O m H m ct w ri M m w H m m n M to 00' r-1 H H M M C,3 4. > ri .-i .-i M m N N M N N M M N ri 'u a 2 m c O U t/1• t? t/} N t/? N L? t/1• t/) tn tn t/} t/? t? t/? VT V? VT VT to N [/) t/? t/1- V? In t/> VT to t/1 to t/? t/I, t/} v OO O O O O O 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 0 M to �- O O Lf? in O to O O O O O O O O O o 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 in to n n n n n h Q) ri o m N N ri o o O O O O O O O O w in M O of n N q o o 00 00 o 00 n o ri ri ri ri ri ri m m • ri ri H ri rq O O 00 W H to m � O W M m M m m m m m of m 00 00 L 1 It -4 ct M In U d' ct in tet' V• O In [t ri H Hri H H H Hy, N N' N' N' N N N' N' N' N C C ai D E 0) in to Ln -Ln tn. ton� tn-t -Ln V,? t4 (n to to t(n Ln Ln Ln (n -LntR t/? t/) t/> -kn i /? t ? t ? An to t(n to t) CL X O OO O r, N N N N N N N N N N O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m o 0 0 0 0 o ri ri H .-i H `-I H ri ri 1-1m O m o m o m o H N m V " V w w 0 0 0 0 0 0 0 0 Vl O O Ln O O r-I ri N r•i 1-1 N W [t [t N N w 00 L bD Y @ J L �O a V � O O t 0 0 + N N N N N N N N N N O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 H 0 0 H ri ri H ri H `-i ,-I ri ri ri to O in O in O in O ri N M V N V l0 W 0 0 0 0 0 0 0 0 - tn O Il O ri ri N ri ri N N w � V N N W W @ T O O N HH A Hm `1 H H H H ri a�i Ln ri 1-4e-1 Nm N d' lD 50 M O O to 0 to Orq ) C( m Il r ri O 0 N y+ N LL LL Q Q Q Q Q Q Q Q Q Q LL LL } } LL LL LL LL LL LL LL LL m N VI W W W W W W W W W W J J in V) J J J J J J J J C� G O Z c 0 u v O O 0 0 0 0 0 0 0 0 0 0 m m m m m m m m m m m m Ln N N N N N N " N N . N N ri ri ri HN N N N N N N N M m m M m m m in M M M M ID W ID 1 0 n n n n 1` n n 1\ c 1ri ri c-i i-i i-1 `-1 ri ri ri HH H ri c-I c-I ri ri .-i ri ri ri H a-1 C N N N N N N N N N N N N N N N N N N N N N N N N m m m m m m m m m m m m m m m m m m m m m m m m m V i1-• •N cl Q w N O M N O m a +� `u 3 H _ � c � _ ri ri i-1 N M ri N ri N M �- CC d Q N NQ Q Q Q W Q v v v v w v v v v v v Q Q x x m m CL O_ O_ CL 0_ O_ !Z O_ CL !Z x 2 2 2 m m !- t- F- f- t- f- F !- F- f- :3 Y C E c c c c c yY.• c GJ 0) 0Z CL Q a Q Q O. O. CL O. .O •O O CJ i i i i m Y Y > > E E E E E E E E E E c c (D > m m m m f6 16 i`o m Q � E Y Y v v v v v v v v v m u u > u E E S > > E E U U LL LL LL LL LL ULL LL LL LL W U U U n. a. D. d D- o- d d c = 0) 0) n) 0) 0) 0) 0) a) Gi 0) c c c O p p Y Y h- f- 0 O O O O O U J J Ir O O U U U U U - in v) m m p p v) in - io m io io io `m is o � 00 CD co m m m m m m an m l0 n Ol zT V V V V d' d' N m ri N M d' in (D n 00 0) 0 ri N ri N N N M -zt to lD n W O O 0 0 0 cc 0 0 0 0 ri O O o O 0 0 0 0 0 cc 0 d v m in in In in in in in in in H ri m m O 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 0 m m m m m m m m m m m m l0 l0 tD lD r n n n n t` 1\ n .' ri ri ri ri ri ri ri ri ci ri ri ri ri ri ri 11 ri ri ri ri ci ri ri ri N N N N N N N N N N N N N N N N N N N N N N N N m m m m m m m m m M.M.M. m m m m m m m m m m m m W ti' in w n 00 m O H N M Ct m lD n 00 01 O ri N m [t i11 lD n O m m m m m m v v v v v v 't It -�t -;t in in Ln In In in n Z N N N N N N N N N N N N N N N N N N N N N N N N 00 a Q a u 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 0 0 0 0 0 0 0 0 0 0 0 0 0 CL 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 0 0 0 0 0 0 0 0 0 0 0 0 0 . O f* O L) 0 0 0 0 0 0 0 0 0 0 0 L) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LD 0 0 0 0 0 0 O y O O W 0 0 0 0 0 0 0 to LD LD O O N 0 0 0 0 0 0 Ln O O LO w m m m m Ln 0 0 0 0 0 ct O Ln u p, OQ 3 Ll LD W Ln m tO O V' N N M cn M M O M O N W m lz lO lD m to m Ilm m m m t m m m Ln m m m lD O p @ ci ci Ln Ln m N Ln Ln M M Ln Ln N Cn Ln 4 Ci c-i N LD' r` ci � M M ri N' M c-I O m d > .--I N i1- [O V C: 0 u in in in in in in in in to in <n in in in in in vs yr in in in in in in in in in in in in in in in in in in in in in in w u 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 o o o o o o o Ln N m m O m Ln m a O O O N Ln O O O O Ln Ln N N r` r` O M Ln 0 0 0 0 0 0 0 0 m m O m O lD O N N r` N Ln lz� r` r u N N N N r` r` m m Lo m V d' lD lD O'1 W " N LOn O O LOn LLn lLn O O w w w w lD m N N O H e-I N N N L to ci N N Ln N m N vt a Y � C 0 E v V). in in in in in in in in in in in in in in in in in in in in in in in in in in in in in in in in in in in in in in in 0 CL X O O O O O O O O O O O O O O O O O W N W N N O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O M to N O O m m m m m 0 0 0 0 0 0 W 0 0 — N W W N W W O W W W W W W W d' lD lD c-1 ci c-I ci ci ct .Ni O o � m LAO J Y L N C O O O O O O O O O O O O O O O O O W N W N N O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m O O O O O O O O O O O O O O O O O c-I c-I H m L.O N O O m m Ln m Ln 0 0 0 0 0 0 0 0 — W W V N W W O W W W W co co co N W W H r-I H r-I ci ct ct N W N NW m iii 41 H ci ci H ci C C in 3 u c 12 F� r` N O 0 i N Y 0LL LL LL LL LL LL LL LL LL L.L LL LL LL LL LL LL LL <j< Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q LL LL LL LL W LL C m J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W J J J J J J Q N G O Z C O i+ u M m M m M m . . m m m . M . . m m m Ln N m N M m . . m Ln m m m . M M M M M m m m LN N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N n r` n r` r` r` r\ n r` r` r` r` r` r` r` r` r` r` r` r` r` r` r` r` Oe-i e-i ei ei ei ei ei ei L-i rl ri rq t•-I eq L--1 N H H H ei ei ei ei �-i L-i i-i L-i L-I r1 1-4 N H 14 ei e-I ei ei �-I ei ei N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N t' M M M M M m M M m M M M M M M M M M M M M M m M M m M M m M M M M M m M M m m m u u N Q w N O V ci C O Q L LA 0 _ } W W W W Ln Ln n Q Q Q Ln n Q Q a a � a - a Q V Lw un y_ }_ }_ >_- _ OO UO to c c 2 2 2 LLA F F- S S I— !— W h.0 OD OA W OA h0 p tL u F f— F F N i i i LO Lv OD to U t to to w OO to to c c C C C c C C 3 2 i i i i L i i Y Y ci0 to i i i i E 2: Q J '6 } N LL N LL O m LO m LO LO t0 f0 O J �' N = T i Yi.. i i � � } ccc ccm S� cm cccc cm cm c`m c`m 2 2 2 2i � g 5 m c Y = I- Lcca Lcca cco Lcca . Y L E > > G G L G G G G C G Y - i+ Y Y Y Y oc a Q O m m to N v N G G G G � r � > > > Q. LL Y Y �"� Y Y Y !✓ Y Y ♦✓ E E E E E E E a '6 -0 -0 -0 -0 -0 J i i i f0 E E E E E E E E E E > > > > > > > c c c c c c c a -o -o -o _ > > > > > > > > > > O. D. D. D. D. LL n. N N v N v N N O !D I6 n N v0_1 N f6 w � lO 00 c1 H O_ !>D l]D W q0 OO OO UD � N O LL O N Q Q Q Q Q Q O Lv v Lv Lv Lv v w tm io La Lo c Q Q Y ~ Q Q Q Q Q Q J J J J J J J J J J J J J J c 'O .0 K K d' LY 'O � � J O O O O O J J w O J J J J J J Ln Ln Ln (n N N N N N J J J J N Ln to m Q to In Ln Ln Ln Ln _ _ _ _ _ _ _ c c c c c c c i Ln Ln LL LL LL LL s s v E E E E E N N N N W W � m m m m (0 LO LO LO f0 'N W W W W Co N M N N N N N LO LO lD m W LD W W W co a-I Li L-1 L-I c-1 H N J J J J J J J LL O.' d' W K D' D' K F �-- LL LY D' K O' LY e-i N M t Ln lD r-I N M V r-I N m d' H N H H N M d' Ln to r` W e-I N H N M � H L-i N .-i I-i N M mt Ln 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 0 0 0 0 0 0 0 0 0 0 0 c-1 N -1 r-I H H N N N N m m m m V V to 0 0 0 0 0 0 0 0 0 0 c-I c-I H Li O H L-1 N M m M M m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .-i ri ci ci .-1 .-i H r1 N N N N N N fn M M ct ct ct d' 't m m m m m m m m n o 0 0 eq e-1 e-I eq e-I H H H H H H e-I H H ei H L-I N N ri H H 'i H e-I ei e-I r-I ei r-i H e-i 1-1 a-i `-i H e i ei L-1 ei N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N M M M M M M m m m m m m m m m M m m M m m M M m m m m M m m m m m m M m M M m m LU WC5 W m 0 H N M d' to lD r` W m 0 H N M d' Ln lO r W m o a i N m d* m lO r` W m o H N M ct Ln m m LO LO lO lO lD lD m lO lD m r` n r` r` r` r` n r` r` r` W W W W W W W W W W m m m m m m m m 0 Z N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N m J dT Q �t rq rq V) 6 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O OO O O O 00 O O O O O O O p 0 i O O O m O O u) O O O O O O O O O O O O O O O O O O O O O O O W O O O m 0 0 0 0 0 O y N ct W i, 'T m N O O u) 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 0 ct 0 0 0 0 0 0 0 r-i O u a 04 O tD V' O M W O d' ri ri O' u) u) u) N O' u) u) In N O V V0 N m m w O O V O 0 0 0 0 a 0 0 0 O ; d' r-irq c-I r-IN N e-1 r 4 14 H N mr'-I H H N m e-i e-1 ri u) u1 u1 O u'1 It u) O I- O 6 6 6 u) tD ri c-i ri ri N M N H N m m a c O u VT VT L? to V? L? L} VT V? i/)- VT L? V? t/) t/? VT iA to L? t/)• t/T VT [A U} L? V? to VT t/1• V? VT N VT L? t/� V? a) u u) 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 0 0 0 0 0 0 0 0 0 0 a co N O O O O O O O O O O O O O O O O O O O u) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M u r-1 O m O O u) O O O m u) u) N O m m N N O �}' [t O Nu) tD LD 6 0 0 W m N O m 0 0 0 0 0 O u m m r, n m 1l N 1\ N ri ri N M 11 '1 1-/ N M e-1 ri ri m u m u u) d' ri `-i ri ri ri ei ri O O CL a Ln 'c a) D E v 0 X O O N u) N u) u) O O u) 0 0 0 0 0 0 0 0 0 0 0 O O ri ri 0 0 0 0 0 0 0 0 0 ri O O O ri O O O 0 O � ri r., ri M H0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 0 Hy N N i i i i i N N e H1 i i ei N r 1 i Hi N M m O O O O O O O O as r-I r-I ri N M M N N M M C 'E O C � fa d t C N a O O N u) N m N 0 0 u) O O O O O O O O O O O O O O O O O O O O t O 0 0 t O 0 0 t 0 O O ri ri ri ri ri M M H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ri O O O ri O O O ri ri NN ri ri H r-I .i ri ri H H H .-i ri ri H ri H ri ri N M O O O O 00 O O O m N Hr-i rl H � m ri N M O N N M O mo0 100 ^) 001^ V) W O O O O n ri � L O O Y N LL Q Q Q Q Q Q Q Q Q LL LL u- W LL LL LL LL LL LL LL LL LL LL LL LL LL } } } Q G m J W W W W W W W W W J J J J J J J J J J J J J J J to N U N to W � a) G Z C O Y tow M M " M . m m N M M cn c i M M m M M M c i M N tD m m rn cn H H M m m N N N N N N N N N N ri ri r-1 N N ri ci c-1 ai ai N N N N N .i ri ri ci N � I, n n n n 1\ n N r, n H H ri ri ei 1-1 ri ri ri ri ri r•-1 ri H ri N N ri N N M C H ci ri .i ri ri ri ri H ci m m m m m m m m m m m m m m m m m D) D) D) m O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N m U m m m m m m m m M m m m m M M en m m m M m M m m m m M M m m m y V a) d. Ln O u) C O Y Q. Y '� fa a) a) > N N u a 0 � N N LL n Y v 00 3 Q JO d D- Y Y cc - m c Y 16 u E f.° 0 3 3 m z Q o O m m -�) x E E E E 3 v o v f0 Y a a a a a -a a s 3 3 3 3 o m c c c s c c c c c c c c in V) o t20 tl0 aA b.0 00 aA aD OD N al a) a) + 3 3 3 3 3 u u i' E Y > a J J J J J J J J N N N N N Q Q Q Q Q a) a) o O o 3 3 a) a) d a) a) a) a) a) Q) 41 a) al Y Y LL LL O O O — — u C C G C C C C C Y Y Y Y' C Y Y Y Y C d a/ V' !a (a N ru m 1a cu (a m C C C C J C E, C C 'J _ d O it N J J J J J J J J cLn > > > > > > > > > Cl)> E G C C •� C C C C '10 a s a) V U a) a) — O O O O O O O O O O O m m t •� •� t a) m C C C m u O N E E E E E E E E E E L _C = U t t s U n m a, v u N U U U U U U U U LL LL LL C a !Z u a) a) a) a) a) a) a) a) a) a) m O O to m O O O O N R' ar a� m K K oY w m d' u) to W ri V' Lr, tD W Hm m ;t ZD 00 U U F m N 4. tD Il -i N M r u) W I, W HN m u) r-IN M S u) ri ri ri N m O H O O O N 0 0 0 0 0 0 0 0 0 0 r-I Hri 3 H N N N N N ei N ei r-, r 1 O O O O O O M m d' V V V d' �* C* H H ci r-1 H ri H r-I ei ci N N V d' r-I r-1 r-1 .--I u) H O O O O O O O O O O O O O O O O O O O O O H H r-i HH H r4 -I .-i H ri H H H N N r--1 N N m V-4 vi Hr-I ri r-I r-I ri r-1 ri mm m m m m m m m m m m m m m m m m o) m rn N N N N N N N N N N N N N N N N N N N N N N N N N N N N NN N m m m m m m m m M M M M M m m m M M m m m m m m m m m m m m m W 00 m O H N MzT u) LD r, W Ol O ri N M V u) LD nW (3) O ri N M moi' u) W i� W H c; m m 0 a 0 0 0 0 0 0 0 0 ri ri H ri H H Hri H HN N N N N N N N N a Z N N m m m m m m M m M M M m m M M M M M m m m M M M m M M M M LO V Q V u N N `0 0 0 0 0 O ". O 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 0 0 @ ct O O O O O O Ln 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 0 0 0 0 0p 0 .�-� O O O O N 0 0 0 0 0 0 0 0 0 to 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O v ar O o 0 o a 0 0 0 0 0 0 0 o m o 0 0 0 0 0 0 0 0 0 0 0 LO o 0 0 0 0 0 0 0 0 0 u p, b0 3 O O O O N 0 0 0 0 0 Ln to N c n O c c c H c Ln O O Ln O c N c N 00 N' N' c H O O O c p (6 LD 6 & N r6 O to O Ln 0 11 N' N a M O w 0 Ln H N' �t 00 n O Ln Ln M N N Nmc} m N N n O m > H H N a N N m m H N N H H H H H m M N M M en i � m h C O U VT —1-1-1 } VTLT V? VT L? -Ln 1-1-1 - VE V? VT u 0 0 0 0 O 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 0 0 �- 0 0 0 0 c 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 0 0 0 0 += y 0 0 0 0 0 0 0 0 0 0 0 0 m O m 0 0 0 0 H O O O O O o 0 0 0 0 00 N N O Ho 0 0 .L O O o 0 E O 00 0 0 0 m a' It m 0 0 0 0 o Ln O O to O m m m o H N m ct 0 0 0 0 O O. O o O N N O O O O O M N N N N O W O to O N 00 n t0 m N H N N N n m :! rl rl N >O Ct Ln W N 00 ri r1 r-I c-II rl ri (� M M C C O E a/ t/T VT V1• to L t/? t/1_ V? to VT VT VT V? t/} LT V! t4 V1• VT V> VT N V? Vt• V1_ V} in VT V? VT V} t/> V) V)• V} VT t(n N LO X 0 0 0 0 'Ov to Ln Ln Ln Ln Ln 0 0 0 H O O o 0 o H 0 0 00 0 0 H 0 H o 0 0 0 0 0 0 0 H H H a) H Ln O O H H H H O H H H H Ln O O N O O O O O H H H y X H H H H H H H R H H W W cL N L N Y C L L a) Q z Ln V = _0 O O O O to Ln Ln to Ln to 0 0 0 + O O o 0 0 H o 0 0 0 0 0 + 0 H o 0 0 0 0 0 0 0 t0 H H H H 0 H to O H H H H H O H H H H Ln O HN O O O O O H H H c0 ci H H HO H H O H H H H H C Y 0A W H ci H A OD h Ln Lnn 3 td m u cr m F O � o YN Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q LL Vf Q Q Q Q z LL LL LL LL LL Q Q Q W W W W W W W W W W W W W W W J J W W W W U O J J J J J W W W C O Z c N N N N N a+ H H H H H u M m m m N N N N N ct O d' d' V d' O LO d' n [t O o ff H H m H ri H H H N H H H m H H m m M M M d' N H m m M m Ln Ln Ln Ln Ln to Ln to Ln to to Ln to Ln m Ln Ln in H M m m M m N N N c0 m m m 01 0 0 0 0 0 0 O O O o 0 0 0 0 00 O O -166666 -1 H H N N N N : m m m m m m M m m m m m M m m m m m m M m m m M m M M (D': m M M m m m m M M M M M M m m m M m M H H H H H M M M v H H H H H m m m m m 'u ;,. m m m m m M �. v N O l I �`OT i0 Z: c Gi O al c > m o a) tx V u N Y u v ai °/ o LU on to c v c v a`i c tto 00 t10 C C X O i.;GJ Y y c Y c - c aa)) W Y N ac/ 3 (D d C a) LL Y G 3 3 3 0 0 E muN � v m LU LOi J J Q/ al aJ N O O O N N x N 3 3 N i O N j > a1 al a) O.. d O > w B a o� v a o o v E n n Q a c c •� •� i o 3 Q Q m m x V Q LL W p n. a s i o to w N d Y Y 'O Y a) a) N M Ln l0 fa f6 f6 m _? Q O O — L m a1 O > u = O O Y c0 is its to = _ CL O- co m =' :_, m O is m O p N O W 00 Ho H ii w — E > > v > — o �t LO oo H H ii v 'i m to LO H N M -;t Ln H M Ln LO P 00 m O H N Ct Ln mH H H H H H H I� H 0 0 0 0 0 0 0 0 0 0 O O O O o 0 H H HH H 0 0 .4 4 V d' d' O H O H H R H0 O O O O H H H H H H H H H H H HN O O H N m O H00 O O O O O 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O O O O O O Cl Cl O N m M M m '.. Ln Ln Ln Ln to to to Ln Ln to to m Ln m to Ln to Ln 4 ri ri H H ri N N N (n m O) m 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 o O H H H H H H H H H N N N N m m m m m m M mm m m m M m m m m M m m M m m m M m m c m m m m m M M M M m m m m m M m m M m m M m m M M M M M M M M G W0) O H N m d• Ln LO n 00 (Y) o H N M to LO n 00 0) O H N m � to LO n 00 0) O N It [ �m m M m M m M m m m �t [t t d' V V ct Ln to Ln m m m m Ln Ln Ln z m M m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m J a Q V U N V) O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 �t 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 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �^-L O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Wa) y O O N 0 0 0 0 M Ln O Ln 0 0 0 Ln 0 0 0 0 0 0 Ln 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 U CL O0 O O t\ to L' O ul N N Ln N Vl [t Ln n -t Ln C Ln Lo Lo n Nlzj W Ln OI' ' O u7 C L' O C N Ln Ln C IA to O c N n0 N Ln tD I, 14 N �-i c-i H N N V) Il m W m N N N N � m w Nn O LO V N H L-1 N M m O [O > N 14 c-i c-i H m m H N d' 'fit ci M LO r- N Cf 00 n c O v V> yr V> lv� V> V> in V> vl� <n v>• V>• V> V> Vt V> in v) v> V>• V>• Vt Vt• V> � V> v) V> v} to V> in V> Vt V> v>• V> v> � V> v u O O O O o C) 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 0 0 0 0 0 0- 0 0 0 O O O O 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 0 0 0 u 0 0 o o o o o 0 0 6 o o Lb O Ln N 0 0 0 o o o N ct w m 0 (D 6 o o o o 0 0 0 0 o C) o c •i O O Ln o c) o o m to O Ln O N m m t m 00 0 0 m N N N N 0 0 0 0 0 0 Ln O O O O O Ln O 0. tT N m H Ln O to O N m N Ln C u1 -t I� (3l C M W Ln C N M to M N V) n Ln & N ci i-1 N' N' N r-i ci ci 111 14 n n Ln 00' Dl LD N dt rl 00 C C r1 H a O E a) VT i/T V? V? V? to V} in V? VT in VT VT Vl- t/T Vl• VT V} Vl n V? V)• t4 V} i? UT in V} VTin V} V? V) iR i/T V? UT V. in 4 O Q X O O Ln Ln N m N M Ln LO Ln Ln OO O O O M Ln Ln to m O O O O O to Ln Ln to to vl ul to to Lo Ln Ln O E ci r-i Ln to to Ln to OO O O O H H 14 O c-I ci H ci c-1 c-I .. OA C J Y L C � N m Q C N O O Ln V) Ln Ln m N to Ln Ln o O O O O O Ln to Ln Lo N O O O O O Ln Ln to Lo Ln m N to m m Ln to O m ci ci Ln Ln Ln to Ln O O O O O H L-1 N O a) H H H ci ci L-i f6 c N C C in M m u O' m h t` 0 0 0 i N Y N Q Q Q Q Q Q Q Q Q Q Q Q LL LL LL LL LL Q Q Q Q Q LL LL LL LL LL Q Q LL Q Q Q LL Q Q Q LL Q LL C W W W W W W W W W W W W J J J J J W W W W W J J J J J W W > W W W > W W W > W J � C 0 O O O O Z N N N N C N N N N N C m m m m 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N , i-t ei N L-1 H H N m m m m lT lT Ol m m m m O m m m m L) O O O O o o o o o o 0 0 M m m m m O o 0 o o m m m m m m m m m m m m m N H H N N N N N N N N N N m M m M M Ln M M MLn M N N N N m M m M M m M m m M M m H M N N N N N N N N N N N N M M M M M H H `q H N M - H - N M M M M m M m m M M M M H cc r-I i-i ci ci a-1 c-i N N i-i ci ci ci m M M m m m m m m N N N' N' N' O m m m m O' O O O O' O' 'i O' Oi O O' O m m M M M m M M M m M M N N N N N m M M M M c-I .-1 .-i e-1 N H L-I ci c-I ci .-1 a-1 M '� M m m M m m m m M M M m M M m M m m m m m M =u M L)') M M M ci m M M M M M M m M M M M m m m m m M r , , m m m m m m m m m m m m u m m m m m m H i ci m m m m m m m m m m m m M m m m m Ln O n ci c 0 c u a Q c cc 0 0 0 Y �Y Y '� •m U V V m m m i2. CL a) al Q) O. iZ 0. a) a) c c c N N N K0� O O O al (3) a) Y Y (1) N c u u u O O O a) (L) a) > > Y Y Y c c N a) 0) t t j_- > > > > c c c 'E '6 d' w w c al c c is m is > > O 'O O D. C m O m O m O Q) a) D D D a) a) a) a) N v 2i .c a) c v g J-- >u O > > ai u u v u u v a) o c o c p c a) v a) > > ,ai Y Y m ai w lu Q n '� > '� v a) a) Q. ci s s m c s m i -g- ra m > > > Q 2- L2 '- f2 S2 Q E c Y Y c Y f2 n Ln m m m L0 La m m m C7 U d a v v `m m a) d a n c az n > > (7 (� C7 c c 'n. 'n. n. Ln Ln Ln N Ln a s o.. a) p 3 o m 3 o m 3 w i°), .°/ a>i v v ;) Y c c c .� + v a`i 3 3 v v a`i a) v> v> a`) m` 3 3 s Is m O a o s Cl o a m m Y Y Y m m j, Y Y 3 3 3 m a 3 3 3 3 3 3 3 3 v a) c c cp m m m U U v a) a) N m a) v v a v a) v Ln m m o X m m o X m o X S C7 U CJ O (V U U U o N Ln Ln V) o N V) V) V) N V) V) N Ln O = 2 o` W Ln 0 W N p W V) io c-1 N d' LO 00 c-i .-i d' LO 00 eq c-1 d' LD 00 ci ci d' w Ch lD 00 d' LO 00 ci ci V d' V' d' Vn u7 Ln Ln LD LD LO lD N m m H N m �t m ci N m ct Ln H N m [t Ln H c-i ci N m H W m H w ci N M V H N M ct H N M :T c-I 0 0 0 0 0 0 0 0 C) 0 0 0 0 0 0 C 0 0 0 r-I r-, ci O0 c-1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N 0 0 0 0 0 ci a i rq H H H ci H H ci rl N m m m H L-1 ci N N O O O O H H H H N N N N ri N N m M m m m M M M M M 0 0 0 0 0 M M m M M ct ct ct moi' Ci' ei c-1 L-I ci ci ci .-i .-i N e-1 N c-i p N N N N N N N N N N N N H H c-i c-I rH H H H c-I H H H c-1 r-1 c-1i i Dl Oj (T (T Oj Oj Dl lTl lT /T (T (T N i N N ci ci ci ci c-I ci L-1 11 m m m m m m m m m m m m m m m m m m m m m m m m m m m v m M m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m W O c-i N m It m O n W m O ci Nm d' LI'1 O n W m O c-1 N m d' to w n W m O H N M V Ln lD n W cn F' 0 lO LD (D W W LO LO LD (D LD n n n n n n n I\ n n W W W W W W W W W 0 m Dl m D7 LT m m mOl m Q Z m m m M m M M M M M M M M M M M M m M m m M m M m M m M M m M m m m M M M M M M m J V Q V u N N 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 0 0 0 0 0 0 0 0 0 0 0 0 O 0 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 0 0 0 0 0 0 0 0 0 0 0 S OH O O O O O O O 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 o 0 0 0 0 0 0 O tC N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O U CL t>o O 'ci' W Ln Ln Ln Ln Ln M N O O O C C' C Ln to O O C O O -t O M tO 1� n W Ln W 1` Ln 1-1 01Ln Ln Ln C L c pm m ; m h m Lo O N 00 M � c-I O m Ln O 111 -4 m 1, 1\ m m .-i M [* t0 -4 n O M Ol H i, .4 Ln m h .4 h LD N O a. N N N M M e-i M m M et V' m m m w LD 1- r, w e-1 N M 14 ei 'V :9 i co c 0 U N t/? t/1• to i/} t/? t/1• V1, V). V1, to to t/1, t/1 to vT V/ tn to u 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 0 0 0 0 0 0 0 0 0 0 0 CL 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 0 0 0 0 0 0 0 0 0 0 0 - uV W m m m Ln m oo N O O O O O O m m 0 0 0 0 0 r-1 O m t0 n n W Ln W 1, m �4 o0 0 0 0 0 0 j •` to 11 m LO O N W M It ci O M m O m d' m i, n m m c-1 M d' w V it O M m H h c-1 to M O O O O O 4. N N e-1 .i .-i N N N M m e-1 M M M Ln m 0 w w 1, n W Ln m to N m ++ cri M N' C C N D E N VT t/T t/? t/1•t/? t/T tn to tn t/? t4 t/1• t? N t/T Lf N N N t/? tn t/? t/1• t? t/? t/> t/? to t/} t/1. to L? N VT t/1• t/) t/} 1/1• t? t/f O` iZ X 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ln Ln Ln Ln Ln 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 0 0 0 0 0 0 — ^y ei ei ei ei ei e I e i e e ei ei ei ei 1 1 1 ei ei ei ei ei 1 I e 1 ei e-1 e-i e-1 e-1 H e-1 e-1 `-i eq L bA � V N 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 0 0 0 0 0 0 Ln Ln Ln Ln Ln lO 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 0 0 0 0 0 0 H ci r-1 H N H rl ci H 11 r-i H H H H H 10 Ym N C r- in 10 t0 u cr F n C) O OL) N 3 .EN LL LL LL LL LL LL LL LL LL LL W LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Q Q Q Q } C L6 J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W U N C O Z C O Y u .-1 O O ci O O .-i 0 0 N 0 0 0 O O .-i r-1 N N .--I c-I ci 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ei ei ei ei s-i r-1 e-1 N e-I e-1 ei ei ei r-1 e-1 i-1 N N e-1 ei ei i-i N i--I H e-1 e-I e-I e-I ei r-1 ei a-i N N O Ol Ol Ql m C Y M M M M M M M M M M M M M M M M M cn M m m m M M M M m m M M m M M m M M M M m M M im m m m m m m m m m m m m m m m m m M m m m m m m m m m m m m m m m m m m m m s~ u v Gl a CL Ln 0 CO ei c 0 r a a D N N N N N N w X X X CC C C C C C m CO m > C C C O 3 C6 m m C C Y Y Y O O O ' U Q Q !? C N lA C N N C {n N N VI VI N H N v v 4J N N v N Y + Y N VI h N H N Q N N N VI h Y Y Y Y Y Y Y > > > > V U c m X > > > > > > > > > > > > > g m° ra co ra m ca co co c0 ra m r0 m ra la iO m m /a c c c O_ d d LL J J J J J J J 3 7 7 7 > > 3 7 U U V V U U U U U U U -O LU w w w w w w w w w w U U U U U V V V U U U U V a s Li a D: D: D a' a' D CL a a' a a a a o LL a a a X X X X X X X X X X X X X E E E Y 3 o u u o u u o u u o u u u u u o 0 0 0 0 0 0 o o o o o o o o o o o o 0 u 2 cc 2' 2 w w 2 w w 2 w0� OC rr 0� 2 2 2 2 2 2 2 m m w m m m m w m m m m m 0 0 0 Y -a N M N M �t M �* Ln N m to t0 to N ci N 00 W N V V n O O M lO l0 Ol N to oo Ln W <i � n O tD X X X X X X X X X X X X X N N N N N m m M m M m et et * e-1 ei N N N M m m m dt V V Ln Ln Ln w 6 w w tD V Zn Zo ;t 2 N m r-i V Ln w H N m W m N N Ln m H N m d' Ln t0 n H N H N M H N M e-1 N M et Ln N N M d' O 0 0 0 0 0 0 0 0 0 0 0 H 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 ci ci N N N N M M M M M M ct O m m m m m m O O H H H N N N M M M M M 0 0 0 H O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ci .-i i-1 H ei e-1 ei ei ei ci ei -! r i O O O O -! H H e-1 H H H H H H e-i H H 14 H H H H H H H H H H H H c l Hi-i li e-1 14 H H H H m m Ol o) al d' �t [t � 1* d* ;* V m M M M M m M m M M M M M M M M M M M M M M M M M M M M M M M m M M M M M M M M M M mm m m M m M m m m M M M m M m M MIMm m m m m M M M m M M m m m m m m m m W O H N M V Ln w n W m O r-I N M Ln w n W m O H N M V* Ln (D O r-, N M d' Ln tD h W m ~ 0 0 0 0 0 0 0 0 0 0 H ei c-1 N H N .--1 ei H H N N N N N N N N N N M M M M M M m M M M m rn J I a a ti N 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 0 0 0 0 0 0 0 0 0 0 0 0 0 O o 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 0 0 0 0 0 0 0 0 0 0 0 c aQ ti O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O CCw y 0 0 00 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 0 0 0 0 0 0 0 U LL OQ 3 C 0 0 0 C 0 C C 0 C 0 0 C C C C C C C C C C C C 0 C 0 C C C 0 C C 0 C 0 C C 0 C c p m @ ci c-I v-I c-I c-1 N rl c-I c-i c-1 c-I c-i c-I c-I c-1 r-i r-1 c-1 c-1 .-i a-1 L-1 N H N L-f i-i N i-1 L-i i-i i-i c-I L-i .-i i-i .-i r-1 i-i c-1 O co 0 a •m c O U V) V) V) V) V) V) V) V) V) V) V) V) in V) 1/t L? V) t/) t/) t/? VT VT V) V) VT V) L} V) V) LT V) V) i/) V) V) V) L? i/T V) u 00 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 0 0 0 0 0 0 0 0 0 u �- 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 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O C) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c • 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 0 0 0 0 0 0 0 0 0 0 0 D C N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N Y N N' N N N' N N' N N' N N' N' N' (q N' N N' N' N N' N N N N N N N N N N N' N' N' N N N N N' N N c C E N V) V) V) V) V? V) V) V) V) V) V) V) V) V) V? V)N V) V) V) V) V! V) in V) V) V) V) V). V) V) V) V) V) () V) t4 V) V) V) LO Q N Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln N Ln In Ln N 111 Ln Ln N Ln Ln Ln In Ln Ln Ln Ln Ln Ln Ln Ln N Ln N Ln Ln Ln Ln N Ln E � s 110 � � J C � v 6 CL n Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln m T m & L Y LN C C in M La u CY F n e-i O 0 i N Ya s a a a a a a s a a a a a a a a a a a a a a a a <1<1<1<1< a a a a a a a a a a 'C W W W W W W W W W W W LLL W W W W W W W W W W W W W W W W W W W W W W W W W W W W D 111 6 z c 0 O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 T V Ol Ol Q1 01 0) O1 01 01 01 0) O) 6) Ol Ol Ol Ol Ol Q1 Q1 Q1 Q) Q1 61 01 Q) Ol 01 0) 01 01 61 01 Q1 Q1 01 0 01 01 01 01 2 m m m m m m m m m M m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m +_• v m m m m m m m m In m c» m m m m m m m m m m m cn m m m co m cn m m m m m m m Mm m m 4= v C d Q H o rn N G O M Q. N lil 0) 0/ 0J 0/ 0) 0) 01 01 01 N 0) N O1 01 N O1 2- Q Q EL L2 L2 2- 2- L1 EL Q. LL EL 2- Q 2- 2- Q Q Li Q. L1 L2 ❑. LL 2- LZ L1 .2- .2- EL Q L1 2- Q 2- Q C2 Q C2 'Q •Q •Q •Q 'Q •a •Q •Q •Q 'Q •Q •Q •Q •Q 'Q •Q Q .Q .Q .CL CL .CL CL •CL CL CL CL CL Q O_ Ll CL L2 L2 L2 0- CL CL CL CL m m m m f6 f6 (O f6 <6 (0 f6 (0 (0 m m f6 m f6 m f6 ns m m fD m f6 �o m m 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 33 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 a a a a a a a a a a a m m a a -0 a a a a a a a a a s 'a m m m m m m m m m m m m a m m m m m m m m m m m m m m m m m m m m m m m m 2 2 2 2 2 S 2 2 S 2 2 2 2 S 2 S Y Y Y Y Y Y Y Y t10 h0 t10 •m •c �U0 tr0 .bp b .0p 00 cia c� � m LL m � m � m coo � cla Ly6 � clo •� 'c.° 'cyo La 'coo m m m m m m m m m m m m m m m m Y Y - - Y Y Y Y LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL C. 0. Q. LL LL LL LL d n. O,. LL Q. 0. a. Q. N Ln (n In (n to VI Ln 00 H 'r I, O M w 0) N LPL 00 00 �q d' I, O 00 ei [i' I, O M t0 0) N m00 00 r-L 1, O w H � n O M t0 m .-i N N N m m m m d' V V H N N N M c-I N N N m m m m cf d' d' 'i N N N m H N N N m m m m H N m V Ln w n W m O r-I H N m -1t Ln H N m t Ln O n W m O ci ci N M d' m ci N m d' m lD n 00 0 0 0 0 0 0 0 0 0 .-L I'm -i O O O O O O O O O O O O O O H H 0 0 0 0 0 0 0 I'Di 000000 0 0 0 0 0 0 0 0 0 ci H c-Ic-I H 0 0 0 0 0 0 0 0 0 0 0 � .-i H ci .-i 0 0 0 0 0 0 0 0 rie-1Ni-LN N N N N N N M M m M m M mmmmmmmm (D m O1 Ol m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m M m m m m M m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m W O �-i N M Ct to W I, 00 m O H N m V to O n W m O H N M � m LO n 00 m O H N M � Ln LD t` W O F- O CP V z' q V' V �* V Ln m Ln m to m Ln m m M W LD W W W W W W W W 1, n n n n n n n n n oz vMTlzT Ita -zT vvvIZT -1 v m v Q v u N 0 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 0 0 0 0 0 0 0 0 0 0 0 d' a 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 0 0 0 0 0 0 0 0 0 0 0 0 0 O0 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 0 0 0 0 0 0 0 0 0 0 m O CC wO 0 0 0 0 0 0 0 0 Ln0 0 0 0 0 0 0 0 0 0 0 In m O O O O O O O O O O O O O O O O O m U 4. 0D 3 C C C' C C C C C I� C O Vl O Vl to Vl VI Ll u1 ill N n N O Lj O Ul u/ O ul Vl O u Ul O m LF Ln u; Vl c p 10 ci H 1-1 H H H H H w m .-i 4 T4 1, n n n n n Ul t0 to t,, �-i N m t0 N m tD O1' m Vl N 4 N N ry I, tD O m a > H H H H H H H H H H N N N N N N N H H H H N N N M N N M H N M N M Ct N N N m a ` •° m m 0 0 U V} V? VT V) L? V? V} L? V? V? V} V? VT V. VT Vi V� VT VT VT N L? V? L} VT V} L? UT t/? V} V} to VT V? L? VT V} V? V) VF U! u 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 0 0 0 0 0 0 0 0 0 0o_ 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 0 0 0 0 0 0 0 0 0 0 •-, u 0 0 0 0 0 0 0 cc cc cc cc 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 - c •L 0 00 0 00 0 0 Vl 0 0 0 0 0 0 00 0 0 0 m to 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 a+ D a N N N N N N N N M W N m N m N m m m m H N m Vl N m 00 M Ul 00 m m W H Ul 00 Ul Ul i, m �n Y N N N' N N' N' N N' a--i c-i N' N V1 V) Lr Vl Vl Vl M' ff M M .t Vl r- to V1 6 00' V' d' ul c C N F E N VT VT Vl V} N V! VT V}Vf VT V} VT V} V} VT V? to (n V? N to (n Ln Vt V) V) V? Vf Vt V1 N V? V1 V} V1• L? t? V} if? z OL O N Vl N Ln Ul Vl N Ln Ln N m Vl LnVl Vl Vl Ln u) Ln Vl LnVl Vl In Vl N Vl N Vl Vl Vl Vl Ln Ln Vl Vl m Vl N O E 6 m C W OD 4n J L Q C L CO N m ryO O. n V _0 C V) Vl Vl Vl V) V) V) Vl Vl V) V) V) Vl V) V) Vl Vl in V) Vl V) V) V) Vl V) ul Vl u1 Vl ul Vl V) Vl V) Vl V) V) V) Vl m C b 0D C C to M M u C 2 n H 0 0 N Y N Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q QQ 1<1<1<1< Q <1<1<1<1 QQQ Q Q Q Q Q Q •C W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W C O Z C O a+ v N 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 0 0 0 0 0 0 0 0 0 0 CO Y m m M M M M m m m M m m m M m M M M M M M M m m m M M M M M M M M M M M m m M m m M M M M M M m M m M M M M M m M M M M m M m M M M M M m m m M m M m M M M O C d w N Q O N C O r Q `v v w v w al cu cu al cii n n n o_ n o_ - n Q .m .Q .Q .Q .Q .Q .m H H H N N N N N t6 f0 fD f0 (6 f6 f6 f6 3 3 3 3 3 3 3 3 m m m m m Y i+ Y o o o v m m r0 1a ca to m 10 m c0 C C C C S S S S S S S S ❑. >3. _O. SZ !_? Q _Q. _Q. SZ O. _Q Q !Z Q O_ Q Y Y Y Y Y Y Y Y Y Y Y N N 0) Y Y Y C C C t L L t t t c t O- O. 1Z SZ SZ O. tZ 1Z tZ SZ SZ SZ sZ SZ SZ SZ. C C p0 Op 00 p0 00 Op 00 Op H H H H H H H H H H H N N N N N - - - Nj h N C C C N N N C C C 2 10 �a 2 Io E2 m � � F 1= F � F FW F= E F� F: F= F: F: F= F- � 'Q � u US SU n n O_ Q, o. n - Y Y Y Y Y Y Y - Y Y W W W W W W W W W W W W W M y N y _ U U U K O O O F- F- F- c� m V) v) to to to N N N N N V) N N Vl N N N to N to N to N (n N Vl 00 00 H V n O W ci V I, O m t0 m N Ul 00 00 H zi' I, O O Ul O O N O p p O O N O (.7 (.7 (7 t 1* C* H N N N M H N N N M M M M It I � H N N N m H H N H H N � Vl t0 H H N N m 't m o H H N m d* In an d Ul t0 I, 00 m o H N m m � m t0 r` H N m H N m H N m H N m H N M O H H O O O O O O O O O O O O H H H H O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m m m m m v v V V V T 4 dH' V v v v NV VN'' dN' 10n l00 l00 l00 0 0 0 000 000 001 601 001 . . . cq m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m v �* v tt �t It �t 'r �T �t �* �r �r 1r �* �T �t * �t tt � �t � �t � 'T � d v a 1* 'T a v v -1 v v v m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m Cl) m m m co m m M m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m W o H N m cf Vl l0 n W m O H N m -i Ul O n 00 m O H N M -zt o t0 1, w m O H N M d' V) t0 I, W F" O w 00 00 W W W w 00 00 00 m m m m m m m m m m 0 0 0 0 0 0 0 0 0 0 H H H H HH H H H 0 Z d' �' �t tt �t d' ct d* -4 �t d* �t d' �t �* d' d* �t �t d' m m m m m m m M ul M m N m m m Vl Vl Vl Vl 00 J Q �( V N 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 0 0 0 0 0 0 0 0 0 d' a 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 0 0 0 0 0 0 0 0 0 0 op N : 0 0 0 0 0 0 0 0 0 0 0 0 W W 0 0 0 0 0 0 Ln O N O O ct It 0 0 0 0 0 0 0 0 0 0 0 O O w47 0 0 0 0 0 0 0 0 L" 0 0 0 d' d' 0 O O O O O N Ln n0 0 1p o0 0 0 0 0 0 0 0 0 0 0 U a o0 3 C Ln C O N C m M N Ln olet N N C C N ocW C M Lp LR p) C lfl n n 'ct oc 't 1` lz oclzj' lz M olc p r6 N o0 c-1 N V c-I Ln M Ln O M 00 LD M N N V M ON M l c-I M V N Ln M r-i c-1 N li .-i NN ci M O m o- > M H N li H 1-1 H H N N M N N N 9 i m C O U VT t/1_V) L? N V) V! V? V)• V? i/? L? V? N V) LT V} L? V? V} V? V) L? V) t/? Vt- V) Vf Vt• V? N L} V? L? t/1• V? L? t/? a1 v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 to m m m O O O O O O O O O O O N m O a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1p 1p ct ct O O O O O O O O O O O N t0 O +' W : O Lo O O O O Ln Ln 0 0 0 0 N N O 0 0 0 0 0 N N N N d -:t Ln Ln O O Ln Ln O O ci O to •� O N to O H m n r-I m m N N w w O O m m to to O i` i\ n m m n n Ln Ln N C 00 m C M N LI) N M C O O) p) Ln Ln Ln to 00 p) 00 rl 1p tD r i-1 .-i .-1 y, H 1-I r1' lD LD n N e-I i i C al C E O � Ln Vt• V) V! V) L? V! In cn V) N V? V). V? V} VT V} V} V? Cn V? V? V) Vf L)- -Ln V? V? L? V? Vl� to L? V tn O L2 X 0 0 0 0 0 0C:) 0 Ln O Ln O d' It �t �t N 00 N O O O O O W W ct 00 N W CO N W O O 00 d' N N -7tN N N N c-1 .-i N t 4 ri O (D O O O ri li li a-i .-i H O O — Ln O -1 0 0 O C4 C4 r-4 N � � J i+ a) C � N 10 3 Q In a 0 0 0 0C3 0 0 0 m O m O - 'ct T 'T N V W N 0 0 0 0 0 w w �t 00 N w �t W N w O0 a0 m d' N N ct N N N N ci 71 ri N N Lf L--1 O O O O O -1 L-i U0 ci In � ' rl ri ci LA ri ri O O ar LD Ol O) M Ol m ci ON c c I C C Hci HN O O O Ln O Ln cym F- t` o O a+ N Q Q Q Q Q Q Q Q Q Q Q Q Q d d LL LL Q a Q Q u- LL Q •� L0 W W W W W W W W W W w W W Q Q J J W W u j W J J Lu N G Q Z C O i+ w 0 0 0 0 0 0 0 0 O O O O O O O O 00 0 O O 0 0 0 Ln e-1 N L-1 N e-I C .C: c-i r-1 e-I ci ei c-I ci ci ei c-I ci ei ci c-I e-I ci ci ci ei c-I ci ei r-1 c-I Q ,...Q' � Ci' #+ moi' V M M M m m M m M m M M M M M M M m m m m m M M M V L +.= pCL ; n C` o N L' ci N n F_ Z' O O O Y Y Y U U U C M Y Y Q -p a) N a) C C (Vc p p p C a) a) C C O O C 'C O Y — O O �"• Y O V �"• 0 N Y Y cu Q/ Y CN C C C E E N E N O t Y Y C O E O w w p 0 m a) ..O E E H ? Y 'O a) (v 'a N N y U L-i N Q fl. 0 N C Y Y ci ci a1 N E E N ¢ n O T @ 0 0 0 0 n n a, aj cL Q i, a a Q Q N Y a Ln Ln w a Y v v v �' E v °� '6 'O N a) ti a) N C Z) ,Q v Q a) O O p_ w C O La f6 f0 x x a LY R m m E E Q a, z m m v v x x a, 2 2 x m f6 c�a c�a — — 'Yn cL C w w m a) fa <a >' >' (a '6 m 'O m m f0 (O C b0 in 2 2 N •w vYi cc N � 'c ti vYi H 'B 'o6 vYi a) � t10 0A M C !6 N 3 Ll m m S = 4 O O a) C in N N Y Q C C p_ \ z7- z7- \ \ \ \ \ Y Y Y M y., 00 to -Q mc L m m t L - _c c d. L a) a1 (1O a1 N N a 6 E L Y Y C N C co C i Y i y = M Ct Ln K A p_ p_ N Q LL LL — — LL LL — LL LL LL — LL H N m d' Ln c 1 N c-I c-I O O N M u) LD n oo O r-i N M d' Ln W 0 C) 0 0 0 H H N m O N N .-I L-I ci <i r-1 N N N N N N N 0 0 0 0 0 0 0 0 O N N N N N N N N N N N N N N N s•-I ei ei ei ei ei -! ei ei ei ei -! -i ei ei H ei N N t--I t--I e-1 N rl L-I e-1 e-i L-1 e-I H i-f N r4 i-1 i-1 L-1 li 14 14 N r4 i4 'i vl L-i L-i li IH zT M M M m m m m m m m m M A M m m m m m m m m m m Lu O) O r-i N M Ct to 1p n 00 0) O *H N M a Ln (0 n oo O) O .-i N H D H N N NN N N N N N N M M M M m m m m m m V d' d' z Ln Ln in Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln m a ¢ a N 0 `� O O O O O O 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 0 0 0 0 @ d 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 to 0 0 0 0 0 0 0 0 0 0 0 0 0 o o N 6 6 6 6 6 6 0 0 0 o o o c o o 0 0 o 0 m 0 0 0 O m o n m O O O m O O O m o o o o O 0_ v N O O O O O O O O O O o 0 0 0 0 0 0 0 0 n 0 0 0 0 I\ O 00 N to O m n m O O N Ln to O O U 4. 00 3 O O N O O zt N zt W LD W S W LD W m O m m O Ln to m O c l m V m .-i ct m Ln O t` V w N O C p m @ rJ LD N 'Zi m LD N 4, Dl c-I N M -ze c-i N rf -:F - ry (n Ln N N lD' 06 e-i 1 e-I L N' N O 00 > N m n m N m n m u m C O U Vt• Ln Vt to VT V? V? L} L} V? V? to L? Vq to to 1-1-1— ? L? — L? t/? Vt• V>• t/T V? V? V} t4 V} VT Vl• [/? VT VT L} V) VT V? V} VT dl U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ln Ln 0 0 0 0 0 Ln Ln 0 0 0 0 0 0 0 Ln Ln O O O u D- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Lfl O O O O Ln O n LD t0 Ln Dl Cl O9 Ln O d' 't -! -! O Ln O O O O O O O O O O O o o o o o m m N N �-1 0 m 00 00 O O O O .--I .-I rI r-1 N e-1 .4 '1 .-1 L-i G •i n 0 0 0 0 0 0 0 0 to m O O m to O O ci O C N Ln m N N to to N N m m m m m m m m ," lD lD LD lD LD LD lD LD c G N D d VT V} VT V1 V? t/? V). V} t/) VT Vf V? V? V? t/? VT N V? N V} V} t/? N V} V)N VT Vl• [/? iR VT VT t/T VT VT VT V? V} VT V} OL fZ X w 00 N LD d- W N tD Zt 00 N LD [t w N O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 rq e-1 11 1-1 .l r-I c-1 1-1 O O O O O Ln O m Oto O m O O m O O O O O o 0 0 - m O Ln O O N Ln t` O N Ln n O 1-1 N Ln 0 0 m O Ln O O L OA N e--1 N N ci ci c-i c-I c-I r-I N N LN N L C � N 16 Q � N (n V 17 00 00 N LD 'T CON w -ZT W N LD d* 00 N LD 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 m ci LA ci N A to e-1 H A LA .-1 r- ri to ri a-1 O O O O O m O m O m O m O O m 0 0 0 0 0 0 0 0 Ln O Ln O O N Ln n O N to h 0 11 N Ln O O Ln O m O O i+ imi N A A A e-I A A e-1 e-1 A A A ei ei A c-1 c-1 ti Ln O ci Ln O r1 O Ln H H ci ci in C C O O O N Ln Ln N Ln Ln rI N O O O O 3 m Ln O Ln t\ n Ln Ln O Ln CY 2 H n N O C) i N O •�'� N Q a' n' D' d J J J J J J J J C N LUQ Q Q Q � G OG z G O Y w O O O O O O O O O O O O O to L--i N e-I 11 ei r-1 N N r-I L-I ci c-i e-I a-1 H e-1 H r-I ei H i-1 L-1 a-i rl rq 11 CO � � d' ct �t 'Lt d' d' T Y d' d' 't ct m m m m m m m m m m m m m w u v N v Q N o N N v y U U C O a! 0 C O Q LO p O U U •VO u O! Ol N Y Y Y Q O1 v O O O O O V U N O c C v v 3 Ol U O O Q N � N Y U 4 7 3 E v a D p m 16 U a C c v a QU N V v a `o m o O m (0 C O t6 N v w V U N m LO N td co NCL O1 is Y a+ N cv > w m V p O :3 3 m o_ Q U o Q 0 Y Y Y Y O X p _C C 'L7 '6 C '6 N JO Q 1, 2 LY LY LY N (:J OU a Q Q 00 C LL LL = LL -j c�-i w 4 N d' n O .-i N m V Ln .-1 N m ct Di O N m m m m m m O O O O O r-I N N N N N N N m m m m m m ci i-i ci ci r-1 ci c-I r-1 ci c-I ci ci ci r-I H li 1-1 L-1 L-1 H c-1 r-I r-I e-1 14 L-1 V V m m m m m m m m m ml m I m m m m m m tL m Ln lD n 00 Ol O HN M d' to F O V �t ct ct dt 'ct Ln Ln Ln Ln Ln Ln 0 Z Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln m J Q U NN `� O 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 0 0 0 0 0 0 0 @ <f a 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 0 0 0 0 0 0 0 0 0 0 c O p N O O O O O O O O O O O O O O O O O O o Ln 0 to o o o LnO to O of O O O O m O O O O O 1= , 4) 566656666565656 Li) O O O n In N O N Ln n o I\ In n o o O o N Ln ti t o U CL CO 3 C Ln I� olLn C M W til N d' l0 OO C C N O) a N l0 M n m' h � W Ln M n LD O) Ln C M ID .-i lD C C p m N N N n NN -1 N r-i N m d1 N N ci N' M ri ri Nri ri N c q N m T V ZT m H r-I N 0 m °- u m � C O U L} L} n L) Lt_ L? Ll L} L} LT L} L? L>• L? LT Lt_ Lt Lt L) L? L} L? Lt_ L} L) Lt L? LT L? L? L? t/f L? t/T V} LT L} L? a1 v Otil Ln O til O m O til O O O O o O O O O O til ul Ln til m m m til to m N to Ln o Ln to til O O O N M a n O ri a N d' d' d' l9t O O O) O) 1p lD M M ri ri a d' N N r 1\ 'rl' a N O 1p N ri ri O V ri r-I ri N M ri ri N N N N N N ri r-I N ri ri r-I ri a i ri c i ri ri ri H N N N N N N H H ri ri ri a c E ai L? t/) t/T L} LT L? Lt Lt t/) LT L} L? L} Lf L) L) L} Ll L? L! L} LT L) L? Lt L) Lt L? L? vt_ L? L? L? L? V} VT V) Lt � 0 x o O o 0 0 0 O O O o O O O O O O O O O O O O O O O 0 O O o o O o o O 0 O O O E m 00 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 0 O O O O O 0 — 0 0 0 o O O O o O m o m O O o to O m O m O Ln o to O to O Ln o Ln o o o o m o to o s C N N N N N N N N N 1-4 r-I N N N ri ri N ri ri N �q rq N ri ri N N N N r-I ri N OD � J V � C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o 0 0 0 ra 00 0a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 — 0 0 0 0 0 0 0 0 0 Ln O Ln O O O to O til O Ln O to O trl O Ln O Ln O Ln 0 0 0 0 in O Ln O � aT+ y N N N N N N N N N ri r1 N N N A N N N ri ri N r4 N e--I N A ri ri N N N N A ri ri N ri ri ri H r-1 ri ri ri ri ri ri ri ri ri ri ri ri ri In 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 0 0 m trl O til to O to to O til til O Ln Ln O N Ln O ul u aC ri ri ri L-1 ri ri r-I ri ri ri ri e-1 N F- r ti O O � N 7 y � LL LL LL LL LL LL LL LL LL LL LL W LL LL LL W LL LL LL LL D a1 C Z 0 00 0 0 0 0 0 0 0 O O O O O O O O O O O iN i-i ri r-I r-1 H ri H N ri r-I ri `-i 11 ri ri a-i ri a-I r-i ri ri c-I ri ri ri ri ri ri rl c-I ri ri ri c-i ri ri ri ri ri ri C 0 a �t a -;ta a a * �t �t �t It �r �t v �r �t �t It v 'rzv T dt a a a v d d* d v v v d 1* a v v @ m m m m m m m mm m m m m m m m m m m m U u d N rY Q Ln O M N C O Y mcli a C v v v u al v al Q v v s v ai a) a) a) n n n m m s s m m -0 Q fl O 0 0 v u v u u v v u u v v v u u u 2 8`0 0 0 ° 0 `0 0 0 `o `o a' y y y U U y y U y y y y W W W U U u U U U U U U 0 0 0 v v 0 0 v 0 0 0 0 0 v -0 -0 -0 C C -0 -0 C '0 -0 -0 -0 v °1 v c c a 0 0 c c 0 c c C c m 12 m 0 0 0 0 0 0 0 a u u 0 0 u 0 u 0 0 0 � 3 u u u u u ..L l+ +� to to U u O u u Y i+ Y 75 5 - - Y Y Y Y = N m 0 0 � � � 0 =5 5; 0 O =5 =5 _ _ = W w w w w 2 2 2 0 (D 2 2 O 2 2 O O O (7 C7 C7 CU C7 ?� (7 l7 C7 C7 aa) v ax, � R T m m Q Q Q a a Q Q Q Q Q Q Q Q 7 r 3 7 0 7 � Ln d' d 'a' r�'I r�i lD LD c�-I d' d' 'T O F O F C C C C C IA ri ri U U ri ri U N N ri N a' LO lD ri N m d' (D u U u \ \ u u \ u u u u p 0 0 0 000 p \ \ \ O O \ \ N \ \ \ \ L 00 ri i W .-1 t0 O) m O) Z Z Z Ln n N Z Z Z Z Z ri N m d' Ln n W m o ri N d' ri N m a Ln lD n 00 ri ei ri ri ri ri ri ri N N N N O O O o O O O O m M M M m M m m m M M M d' MT d' V d' d' ri ri ri ri ri ri ri ri ri ri ri ri ri l i ri e-i N ri ri c-1 a-1 `-1 ri N ri r-1 r-1 ri N N a-i ri ri ri c-I c-I ri ri ri e-1 co mA m m m m m m m m m m m m m M m mm m m m m W wn 00 m O ri N m � N Wt\ 00 O) O ri N M It to 0 Lilto Ln to W 1p W W W to w O wLD I` r N n n n Q Z m m In In Ln m Ln m N Ln Ln Ln N Ln Ln Ln Ln Ln Ln Ln m J a Q d u N 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 0 0 0 0 0 0 0 0 0 0 0 0 0 � 0 a 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 0 0 0 0 0 0 0 0 0 c p Q N 0 0 0 0 0 0 Ln 0 Ln O O O Ln 0 0 0 0 0 0 0 0 0 Ln 0 0 0 Ln O Ln O O O Ln 0 0 0 0 0 00 O CC. y, Ln O r O O W N ct n N Ln O No n O Ln Ln O O O O N O m d- V O N O r O N O r 0 0 0 0 0 U LZ m O Ln O' (31 M Ln W O N Ln n c H N N m Ln O Ln c Ln O V LT H N M 4 H N N M e-I N N M O O d' N C N' e-i 1-1 14 C m > ^ O v :2 2 m N C O U VT V? LT in If In VT N to t/? V? N to L} i/? V? V! L? in L? t/? VT in in t/? in L! to t/? V? V} a) U O O 00 Ln O 00 LnN Ln N O O Ln O 00 Ln O Ln 00 O O Ln Ln W [t M O Ln O w to Ln O W Ln O O 00 D. H O Dl M LD Ln Ln Lf) Ln Lr!Ln Ln N N H H H 0 0 0 0 0 a1 m N N N N N N H H N N H H 0 0 0 0 O H H O 66 66 O 00606666 ,1 -1 H H H '406660, 60 0 0 0 0 0 0 0 0 0 0 0 c u 00 Ln n o, Ln Ln �t � Y C D v Q X 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 0 0 0 0 0 0 0 d' 00 N LD y m 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 0 0 0 0 0 0 0 H H Ln Ln —O O Ln O Ln O Ln O Ln O Ln O Ln O Ln O Ln O Ln O Ln O m O Ln O Ln O Ln O to O Ln O L 0p H H N H H N H H N H H N H H N H H N H H N H H N H H N C J Y � � Q C N U 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 0 0 0 0 0 0 0 00 N tD m 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 0 0 0 0 0 0 C) H H N O Ln O to O Ln O Ln O Ln O Ln O Ln O Ln O Ln O Ln O Ln O Ln O Ln O Ln O to O LI1 O to O to ro yN H ecccc - TH N N a N N eC O3 O O O O O O O O O O O O O O O O O O O O O M Ln O Ln Ln O Ln Ln O Ln Ln O Ln Ln O Ln Ln O Ln Ln O Ln Ln O Ln Ln O Ln CY 11' H H H H H H H H H H H H H H H H H H F n H O 3 .E N J J J J J J J J J W C Q/ O z C O u v O O O O O O O O O O LN H H H H H H HH H 11 14 H H H C V <t d' �-' m m m m m m m m m m V L9 u v a7 CL N O d N C O a.+ G H N 6 C C C V V V V N u ai a) cu LU w w o o u v u 0 ° V v U U U Q Y Y Y N Y m N W W W W W N a/ X O vii N H sa.10 h C C C N o LD m C a (0 m m m m -O lb 00 li H iii lD 00 OH H a�-1 O O O O O O O O O O z z z z z z z z z t, N c�-I iii -ZT c�-i c�-I Ct c-I N Ln m CY) m m m m m m m m LU O rl r, r, n 00 00 00 00 m 00 0 z Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln m J N N p 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 0 0 0 0 0 0 0 0 0 0 m o0 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 0 0 0 0 0 0 0 0 0 0 0 c OO N 0 0 0 0 0 0 0 0 w O O O O O O O O O O O O O O O O O N N O O O O V N W O O O O In O O Mv y 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ln m 00 'tt m N 00 c-1 't 0 0 0 m N U L1 0o O lqt 00 Lc ocC C 'tN O ocC C W i m OO L/1 C V O C O V W C C Ln' m' lfLO m' rl M It N' 'C LD N lz tO C p ti N d* tD W' M tD W c-i d- 00 m tD n O m n O d' ri N M V ri N m ct r1Om It WO d' tD r1Wm rl tD m O Co > ri N m r1 r1 r1 Ln in Ln Ln m m N m a0 a-1 M m u :9 i Co c O v vt vt in yr Aft +n vt vt vt in in V? in v> vt V) Ln in i/) yr V• VT i/ v> +n vt sn vt vt i/ yr al U OO O O O O O O O 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 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 0 0 0 0 0 0 0 0 0 0 0 0 0 v 6 0 0 0 cc 0 0 " O O O O O Ln Ln Ln Ln O O O O O O cc N 1, O Ln LO O -4 1-, 00 0 0 0 LD m •` O O m Ln m to O O r1 m m m m Ln 1, n n n Ln Ln m Ln Ln m Ln Ln N d' m r1 tet' n N m n O O O 00 n Ll Co tD Ln Ln 1, r, n n O 00 1, n tO tO m m 00 00 m m N N m m N N N r1 1, V ri w Ln N O Ln lO 1, V d' N y,. M' d' M ffl ffl M tD Lf1 ri N N C C N M N V)• V! N n V? L? V1, V? V} V? V? VT -Ln V? V? V} V} V? V} V? V} V) V? V). VT VT VT VT V? N N VT V? L? VT L1 VT i/T V? VT O` Q x 00N wCt 00 N W00 00 d' 00 N tO � 00 N LO � 00 N LD dt 00 N tO tO W WW W W tD W LO LO WtD Ln Ln Cu ri ci r1 r1 L l ri r 1 r1 L-1 11 r1 e-1 r1 r1 r1 r1 H ri r1 r1 H ri r1 r1 1" N C � � J c W a � ♦;L" In U -a [t 00 N lO e} 00 N wo0 W d' W N wt 00 N wt W N LD T W N O wtO tO w w w tD lO w w w Ln to m A Ln rl rl rl rl ci Ln r♦ 1l rt Ln N rl ci Ln 11 N rt Ln ri rl ri r1 r1 r1 rl r1 rl rl c-1 c-i H ri 1, N ? t-i Ln i-L t 01 HOl lii dl Lmi Ql HQl Lmi Ol C CCC 00 G vl m m U C m rl O O i N MN Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q 'C m Lil LL LU W LU LU ui LU w w w w w W w W W W W w w W 5 a) OG Z c 0 u u O O O O O O O O O O O O O O O O O O O O O O iN rl r1 ri e-i ri r1 r1 ri ri r1 r1 ri rl r1 H H H H H H N N H r1 r1 r1 ri r1 H r1 r1 1-1 ri r1 ri r1 r1 e-1 11 r1 ri 1-i ri 11 c �r v �* �t -;t �r v �r 'aI � vd vvvvvvvvv ZT Cu Co m m Co m m m m m m m m m m m M m m m m m m u V V Cu a NA O Ln N v O C n. O C > Q O O 0 Q O Q Q Q N N m 3 3 Qc0 Qc0 x Fx LDc LL a Tcv ac� aci cv cv cav itoO oBO iOn aa0 °0 aCLm -;r tD :rl QE QEo O Cow 0 CL Gi to m on ci v Ln + ZZ E f- Fv LL 7 rA N m 'cF Ln W £ (Df V lOD N V i �1 LL O d' d d d c} cr Q Q Q N N CS 0 Q N C LL al al al a) N 0. N N N t0 O Ln N M m 'a n. a La >Z Q Qm m � Ln m rt Q. a. m a) a) al O L T T T T T > E E e H CLT T CL Zn H t; LL 1-- � � � F- I- I- H I- Co io m m m m ma io m m m Q Q Q m m O O O O vii vYi N vi-i 0 v�.,i v+'i v+'i H v+'i N 0va. i Co Co Co Co c c a c c c c c c c c c m m m c c Ln Ln Ln N_ Ln Ln - - - Ln Ln O O O O i c Y im-L i i i L C C C c c ,m, iml im-+ C C O 3 7 7 7 7 7 7 7 C C C 7 7 C7 (� C7 C7 LL LL LL LL LL LL LL LL LL LL LL - - LL LL N Co d' Ln r1 m d' LD r1 N M Ln tO M 't Ln LO n o0 r1 N O O O O O O O O 1-1 rl ei r1 r1 H N N N N N N �t d' Ln Ln Ln Ln LD w O LO tO tO w tO LD tO w LO LD lO tO tO w tO rl ri ri r1 rl ri rl rl r1 r1 rl r1 ri ri r1 ri r1 ri ri ri r1 ri . rl ri N N ri rl rl ri e-1 L--1 N rl rl rl rl rl rl ri rl rl N rl � � V V V d* d' c* V V d' V d* m mImiml m I m I m I m m m m m COm m m m m m m m m ui tD n 00 m O N N m -zt Ln LO 1, 00 m O r1 N m V Ln tO n O 00 00 00 00 m m m m m m m m m m 0 0 0 O O O O O Z Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln 0 m m w tD tD LD tD tO tD tD m J tt Q u a0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o 0 0 0 0 0 CL 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 0 0 0 0 0 0 0 0 0 0 0 c O Q N f/1 m O m O O N O LO � 00 lD 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O o 0 0 0 O O WN N n n m N c* O M w m O N m O O O o 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U CL p0 O C W n H N lD N al lD m Ol V O IR N 00 kR N' C N � � N N' � W V C C W d� al of N l0 l0 O to ClW C p N w n 4 m w m I, w N m N' 00 w m oq m n ON V 00 H m Oo W w c* w O -44 m M i, n O N .-i m O Co > M M N N 1p lfl m 00 H m Il m H H H H H H N N M H Nzi m H N mf m H H H H V H i Co C O v in v} "4 to to vt v> in v� Vr yr v� v* yr v>1-1 U O O O 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 0 0 0 0 0 0 0 fi 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 0 0 0 0 0 0 0 0 0 0 0 u H m O m o m r, m H m w w o O o O O o o O o cc o o o O O O o O m m O O O o O O O c o0 o m m v n r, m v H m m O o O m m m m m m m m m m o o o o O o N N o o m o m o m CL m M m H m 0 a- O N m H m w r� m m w n O O m m m m m m 11 r� w w m m H w ct y M fn li) N N lD V l0 N N' N N fA M rr M M M M M N M N' M C C E O Cu V? VT t4 V) t? VT t/T VT N V} VT VT V} V? t? V} VT V? V} VT VT V} VT VT V} VT V} V? V? V} 2 Q X m m m m w lD w lD w lD lO w w w w V 00 N w V W N w V W N w V W N w V W N w V d' d' M H bC Lh0 Y f6 J V C � N f6 � Q' N U Ln m m m to lD LD LO l0 l0 lD to t0 LO ID V W N LD V 00 N W V 00 N W d' 00 NW V 00 N l0 00 V V V M m r n ^ ^ H H H H HH H H H H H Am H H ci Ln H H ci v) H H � V;,� H H A L H H N N 00 H 00 H 00 H 00 H 00 txo H C0 C N tfp m V C N F- n H d/ O 0 L N Y N QQ Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q •� f6 W W W W W W W W W W W W W W W W W W W W W W W W W 5 Cm G O Z C O i+ v O o 0 Ncoo H H H H 0 0 0 0 H H H O o O O O O O O o H H N N N N H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H R H H V V d* V V V d' It VIt V V d' Y It ci' �* -Zt It [F It It ch V' It m m m m m m m m m m m m m m m m m m m m m m m m m m u Cu V CL o N lvD N C O fL N fL N N N Q > a a a a a a o0 O lD m m Um Co y C C C C c c O N c o6 63 hq O0 OD 00 00 00 d' m 0 m m m m m m E E lO 00 O + m Ln m m E E E O O O O O O Q Q m M M M M Q Q Q N v N v N N N N lD O (V O c c c c Q Q Q m p p p O O O m m H m p 0 0 0 0 mm m m H N m cr In lD 2 :2 E E E N N m m -It -zT -ZT d" d' O O O O 0 N N N N N N N N N N N O O Q Q Q '+.. 'a=• '%• 'a+ 'a+ c c c c Q C2 C2 C2 C2 Cl C2 C2 C2 C2 U U y y y f0 m m m f6 m >• > > A > > T >- > > fU 01 m Louv� �n 'O D D"O 'O '0 "6 O O O O F F o o � = c 2 2 :3 LL LL LL LL mmmmmmmmm mm m o 0 0 0 0 3 ayi a v y y y y y y y y y y y y LL LL LL LL LL c c c C c c C c c c c C N N o m m m m m U Q 4 4 \ \ \ \ \ \ \ \ \ \ \ \ 00 p � Oc0 w a0 w m U U U U L L L L L L L L L L L L _ � N D N L1 to h V1 D N D N = m m m m m to fa fo fo m fa N N H }N M [} m c c c c C LL LL LL LL LL LL LL LL LL LL LL LL C r m m m m N m -Zt m l0 H N M 't m w H N M cF m H N m m lD M V' m to d' 4 cf cF m m m m m m i, n n r n O O O O o O H H H H lD w lD W ID lD l0 LO lD LO lD l0 lD w lD it n n n n t\ n n n n H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H It [* ZT m m Cn m m m moi' m m m m d' m m m m m m d' m m m m m m m m m m M m m m m m m m m m m M m m M M M M M M M W00 Ol O HN Co Ch m lD n 00 Dl O H N M d' m LD n 00 Ol O H N ~ o o H H HM H H H H H HN N N N N N N N N N M M M 0 Z w wlD W l0 w w l0 lD tD LO l0 W l0 W lfl LD LO lD w l0 LD l0 lO m mm Q a u N N d 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 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 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 c O p N O O 00 O O O O m 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 0 0 0 O O CCN O1 O O d' 0 0 0 V) [t 0 0 0 N O O O 0 0 0 0 m O O O Ln 0 0 0 N 0 0 0 Ln O O O m 0 0 0 m U d C0 O C N W V) C 00 00 lr' O V) N lr C ul N Lr C Lr) N Lr C V N V C 'V N V C ul N V) C V1 N to C VI N c p m M M ri M m H 00 1, N' M 00 n N' M 00 n N M 00 1, N M 00 1, N m 00 1, NM 00 n N' M 00' 1, N' m' O m d > ri N f to lD H NN HN N H N N H N N H N N H N N11 N NH N N '� pp to C O U -ta t/} i/} 'En V} V} V) V? t? t/} VT Vl t/1- to t/) t/J• Ili U O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O u O O N O O O u1 M 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 0 0 0 c •` M M t0 O m m m m V) to m ut to V1 m m Ln to m m m m to m m m Ln Ln to Ln to to u) V) u7 V) V7 V1 u7 u'1 C n n N N ri ri m m W W 1, n W W 1, n W W h 1, W 00 i, n 00 00 1, n 00 W 1� n W 00 1l r 00 W 1, n Y M N r4 N ri c N C E D N V} V? VT V? V} VT VT VA L4 V} V) in VT t6 VT t4 VT V} VT VT V, V? Vf V? t4 V? VT VT t4 VT Vf t/t to t/? t/? to to (n V> V> Q Q X 1 V -zt a 0 0 0 ri O O O c-1 0 0 0 ri 0 0 0 ri O O O ri 0 0 0 ri 0 0 0 ri 0 0 0 ri 0 0 0 H m _ H N m m ri N m m ri N m m 1-1 N m m e-1 N m m ri N m m H N m m ri N m m ri N m m N s Cp C0 "E L c y v m 3 n � U v I d a 0 0 0 + O O O + 0 0 0 + O o 0 + 0 0 0 + 0 0 0 + O O o + 0 0 0 + O o o + ri N M H N N M ri ei1 N M ri N N M e-1 ri N M �-I r; N ('�1 H N N M ri ri N M ri ei N M r-I m ci c-I c-I m c-i ri ri m ci ri N m ri H N m ri N r-1 m ci ri c-I m ci ri c-1 m ci ri ri m c V b�A ri - c1 N N ri N CD C C in m IC u O' m H r ri O 0 L N Y N QQ Q Q Q Q Q Q Q Q Q Q Q 'C l0 W W W W W W W W W W W W W C� G O z G O a+ v O O O O O O O O O O O O O CA c-I H H HN N N N N N N N N �-i ri ri ri rl ri ri ri ci ri ri N r-I o � � � � � a �t �t a v �r �* rr v v It -4 v T m ro m m m m m m m m m m m u u a N a O N O t` N C O Y Q •L Q zc O z G Y O }N }m }� V) W I}} O I- O O O O O O O O O N N N O Y 'Y i-� Y 4+ '}+ 'Y 'Y Y C C u u m m N M f0 m CO m O U U — c 3 O O O O O O O O y N LL LO, LL LL W LL LL LCL LL V) N C C LL c cc i cc 0C cc K Of 0: m cr V1 tD ri N m ct V) ID 1, 00 m N N N N m m m m m m m m m N n n n n n t\ n n n I\ n n H c-1 N ri ri ri ri e-i e-I e-1 ri ri e-1 c-I ri c-i ri H c-I ri c-I r-1 c-I r-1 H ri It a v v m ro �r m m m m m v m m m v m m mm �r m m m m m m Wm �I' Ln ID 1, 00 m O HN m ti' VI O m m m m m m m v -4 T v v Z lD W tD lD tD W LD LD tD w LD tD W m J v a v N NO O O 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 0 0 0 0 0 0 0 a a ° 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 0 0 0 0 0 0 0 0 0 o c O Q " 00 0 0 d' O W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W W W LD O O O O O O N O O O O O o 0 O O m a) y O O O Ln W O W O O O O O o 0 0 0 0 0 0 0 0 0 0 c-I O c-I 0 0 0 0 0 0 n 0 0 0 0 0 0 0 U p. U9 3 Ln O Ln N ci O lD [t Ln Ln LO O N LD C C C 0 LO O '"tW O W O W W LD ' d' V V O V d' W O O d' d• c p La W n N L•)1 M M W' M N' N' LO' N W ci c-1 O r M W W o d� O T O m N N N' N 0 O to W m N' N N' O m (L ; .-i N N to r N N e i e-I N V i N N m e-1 N m 0 m In m m O47 N i m C O U VT Vl• n V? VT V). V} VT VT Ll• VT VT V? V? V} VT L? L? N V? t/? VT L? L? L? L? V! V? ut V? V) t/? V? N V? VT N V? VT V) v u 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 0 0 0 0 0 0 0 0 0 0 0 u �- 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 0 0 0 0 0 0 0 0 0 0 O O O O O O n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 H N H N 0 0 0 0 0 0 4 0 0 0 0 0 0 0 c •L o Ln Ln o m Ln LD o Ln o o 0 0 0 o O O m O O m Ln m m m m o m o 0 0 o m Ln o 0 0 0 66 D C W W h n N n LD W N N N o W W Ln O In N W N m m N m N m LO -t m m m m H m n n N m m m H & � cl N N' Ln Lr I: It lO' tO' tO' et lO' Iz lO' N' G E N VT VT VT to N VTin. "n (n VT V? V) V} V? Vt n La Ln L4 V} V? V). V? V? V ? V ? V? Ln n VV? } {n yn N � VT VT T V7. V). VOL Z X 0 0 0 ci d• V d' ct OO M W m N N W W W W W W W W W N W W W W E mH N Mm M m ci Gl � Y @ J 'E L C WCL i �O V 'a cob t V a' ct c* O O m W m N N -;t LO OO N d' LO OO W W W W W W W W W W W W N �7 t0 W OO W m H N M M M m A 4 n `i ri M n Ln A M LA n ani fel L!1 1-� �O N ei N W Y W C in G (pV La c U N H N W G N 0 a Q Q a Q a ¢ Q a a Q a a a Q Q Q ¢ Q ¢ ¢ a ¢ a s .E m W W W W W W W W W W W W W W W W W W W W W W W W W 5 6 z O Y u O 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 O O LN N ci e-I c-I i-i N N N N N H rA 1-1 a l .-i L-1 LM H H H H H H c-I e-I N `-i H i-i e-I H H H e-i e-I H H e-I e-I H a-i H e-I ei ei rl e-i ei e-1 11 V V d' V d' d' d' '* d' -Zt d' d' mm m m m m m m m m m m m m m m m m m m m m m m m m v k "u v v v CL Ln o W N N 41 N O O D_ t6 � � N 'a m m c a c = v O .L a) J N a) cu a m Y a, u o u v `m s s o a)21 27 W 0 a ¢ a v 0 m E E E u a") La ? - a >. a u `m °N' °�' o o a -0 n .oZ T o v o c a E E E E E a Ln a v O N N LN O Y LJ tOm.. E 2— [2 � m a) Ly N Q Ln In 0 M N 0 N .Q >. >. N N h N J? Q Lu c E c E P >. a a _� _T �. �. ¢ ¢ ¢ Q Q ¢ m E E E E W N Q y Lv N a) v „O :E � � O O OvOi vOi V Q u Q 3 m O tN vEi v v La La m ¢ ¢ Q Q Y Y LV Y D_ N N N a) T ba OD a) a) a) a) f6 a1 � Y Y Q Q VI N m m m CO m m c c C C N a Q OL OL i) m O O O U) G) c c c c OCA O'O OCO m N H Y ra Y ra m m �, > > t t O O t t Ln Lo La c U 0 U N c-1 a) O O to H U U y N L L t .c N L.L LL LL LL c 0 N N N •O U N U N �' �' G N � LL LL al Q! 11 LJO a) LII N La cu a) N m a) a) m m LL LL LL LL Q) O c iV p O p >Z fZ c O O M b0 N N L O O O O c Ln m +-' m +-' 1— I— Z .Ni N .� OO Oca .a •a 7 LY Uc c ','n ' — ,n O OO Y O O y Ln N Ln O O O O O O c u u E c fV C O c c c c c O O LL LL CE K W cc O N Ln n to _� \ m \ m \ \ \ \ v a) � v v v m ^) Y Y v a) — — �_ �_ H C Cin 'in La LO > > > > o m m > > 0 0 0 0 u u O O 3 E ,'° L ,L° c c c E E > > o m ° o E E E E .c O o E E a a ^ ^ a -a o o a) a) a) v a) v u a) a) a) m O H N M d' N m O ci N e-I N LD n ei N e-I rH N O li N M [t ILna d' It d' Ln Ln r n n O O O O H H N N N m m M m M n n n n n n 1\ n n W W W W W W W W W W W W W W N e-1 e-I r-I ei N e-I r-1 L-i e-1 N H t--1 N N e--1 e-1 ei ei ei ei ei ei ei mmm m m m m m m m m m m m m m m m mmmmmm m m W LO n W m 0 r-i N M Ln LO nW MY) 0 ci N m � Ln W h W m 0 . h 0 ct Ct 'ct Ln N N Ln Ln Ln Ln Ln to M W LO LD W W LD LD LD LD LD n o z LD t0 W lD LO LD LD W kD LD LO O O LO LD LD W W W W W W W W LO m � a v N N 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 0 0 0 0 0 0 0 0 0 0 @ a 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 0 0 0 0 0 0 0 0 0 0 0 0 o Q N o0 01:T 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 00 0 0 0 0 0 0 0 O O� v 0) 'T W W 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 0 0 0 0 0 0 00 U 0_ 0D O kl Ln N [t of O O V� cl O O cl O O ocO O W O W V t0 N to O 00 tO W [t W tD W d' d' H n O p a t0 O m w M tD m N M t0 m N M t0 m N m w m N H 4 r T rl ri N -Z N .-1 c-i N rl N r1 O CD > Ln tO tp tO r1 rl r1 rl rl rl N to n 0 O U t/T V? V? Vf V? </? Vl• V) N tV>• VT L? o Ln LVt•t N Vt• VT V? L? L? L? V? V) V? i/f Vt• N L? L? 1/? (1) u 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 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 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 utD t/1 00 to O O O O O O O O O O O O O O O O cc cc O O O O O O cc cc O O O Ln Ln a •i O 00 ci' N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ln m 0 0 0 0 0 0 0 0 to N H Z) O. O m m m r- r Ln 01 n n Ln Ln n n m Ln n n Ln m moi' Ct M m M M N N m M m M 0) d* 00 �n y ^ r- 0 ri rl rl rl rl e-I I-I e-I rl rl H t--i e-1 t--1 e-I rl rl' rl C E � N VT N N t/T n N V). N to V) V} in V? () V? L? Ln to Cn V? VT VT V) to t4 t/? t/T N V) V)- L? (? An V} V} V) Ln V), in O` Q x00 00 00 00 N a' tD 00 N -;T tD 00 N mt tD 00 N � tD 00 N LD 00 N V tO 00 N �t W00 N a LO 00 aN-i .N-i C14 E N L v C 0A M_ L9 J Y L f.. � L1 C W 00 00 W N a' to 00 N �t tD W N mt tD 00 N -;TtD W N tD W N lO 00 N a' lO 00 N t0 W N .N-1 ir4 ns T H M Ln n ci M Ln n ci M N t` M Ln ri H M Ln n ci m Ln r ei M LI) n ci M Ln ntko m Y a) 7 C V)u 0 m h n ci r y O a a a a a a a a a a a a a a a .E N W W W W LU LU LU W W LU LU LU LU W LU 0 z c 0 u w O O O O O O O O O O O O O O O LN r1 r1 H ri H 1 rl ri H 1-I Hrl 1--1 ri rl H H ei rl 1-1 rl rl r1 rl ri N H H ci r1 G V d' V V V 'ct d' V' 't a V �!' [t It �t tt �t dt t ZT V dt d' tt V dt d* V +� m m m m m m M m m m m m m m m ii N 0L w N O Ol N C catj i=, Q v Q v () 0 V a Q G _0 -O 'O Z •LLJ a) a) '0 U 'a) "a) al a) M ct w m a/ fu U O a t� N � a) a) in N a) a) i14 � LO a) a) Q N a '0 0A 00 -Fxo 7 7 00 00 O 7 a a a 'O '6 a) 4) a) C O O a) a) " C 0: O O O 'O v> V) N N O N N a) Cu .0 .0 .Q Q Z Q v a) E E E E E E E E v a) v 00 00 7 3 O O O N V�1 N N In In Q Q Q Q uN N N 0a0 �m 0o0 T T ? ? CO m Co Co a a a a in in in Q Q LL LL LL LL Co m Co m y y y w w a/ a) K cc0C Oc O O O a) a) a)N a) > > > aj > a a a a u u u u > > > > v a) m Co mmm _0 _0 _0 0 E E E E 3 3 3 LL LL LL LL Ww w 0C m () Cu a) al a) a) a) O O O C) li �F m Ln O n 00 Ol O r-I r1 N m 00 00 00 00 00 0000 00-;t 0000 0000 0000 00 00 Ln m (n Cn ri ei H ri rl rl rl N e-1 rl ri N -! r1 ei . dt dt d' V d' rl rl rl �, It -;r :3 V m m m m m m m m m m m m m m m W ri N M �t Ln tD h 00 m O rl ~ O n N n N n n n n n 00 00 00 00 W W p z LO tD tD tD tD lO LO tO W LO tD lO lO tD lD m v ¢ v 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 0 0 0 0 0 0 0 0 0 0 0 0 a O0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ln O = v y 0 0 0 0 0 0 0 0 0 Ln Ln O Ln to 0 0 0 v) to 0 0 0 0 0 6 c) 0 0 0 0 0 0 o 0 0 0 Ln m o w U a pp 3 O N N lD V 00 LD' 00 L' 00 O r1 LO r0 �1 to L� 0Ol M N N O LD O N O N N O O O N O ll 00 O N m N O p rf m [F o ri N Mt c-i N V to H M V Ln H m V w H N M m r, �--i 1, H M M m m Ln O' Ol Ln 1, In WN O r+ r r O I, Ol m m W r, m Ln N N H m m m y C O U V? V} N V? V} VT VT V? N L! L1 V! V? V?I t/1_ -1-1-1 ? V? - V} VT V? V? V} V} [/)• V? V! N - - V>• t/� V? VT L? V? V? N N u u O 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 0 0 0 0 0 0 0 0 0 a` 0) O O O O O O O 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 M O O O O O O o u 6 0 0 0 0 0 0 0 0 to O Ln O Ln O Ln O o O o O N O Lo O O O O O N N N M O i� 00 N m m m •i O O m Ln Ln Ln O O O 1� m N Ln N O n O r Ln N O i\ Ln N O 6 0 0 0 O m Ln O O 00 00 D C 'cY t m m m m m m Ln d' c} 4 Ln m m t LO m to to M N N N m W Ln W ri O h m h n l0 O � �.. M N cn N rl to N N M M M M C a) E a) VT V? i/} V} VT Vl• V? V>• L} L? N t/1_ V} cn En tn VT V). V? V). V? V? VT t4 [/? V? L? V} 1/1• V> V? VT V? V* V? LT C4 VT Vl- Vf � Q X W N LD -1 00 NLD M LD m N m LO m N m O Ol N W N w N V N -Zt N O O O O O O O O O O ri m r-i 14 r1 r1 ri ri ri H ri ri O O O OO N .-i O O ri Ln O O - .� OA Ln Ln Ln ri .-i ri r1 ri r-1 c-1 rI i7 c vm d v d' W N lD 00 N lD M lD Ol N M 1p a) N M lO Ql N W N l0 N c} N d' N 0 0 0 0 0 0 0 0 0 0 t m .� r-1 ri rl ri ri N r1 N ri O O O O O O O r1 m O r1 A Ln i Ln v r1 v Ln i m rt m Ln Ln Y of of 0 0 0 of r`n+ N ri i ri c+ o m c c Ln Ln 3m u Cy N H n r1 O W i N O Y N Q Q Q Q Q Q Q VI Q LL W LL LL Q Q Q Q C d W W W W W W W J W J J J J W W W W C O Z c O i+ V O O O O O O M M M r1 r1 r1 ri O N O O to ri ri r! N N N ri rl rl r7 N H ri N N N N N r1 rl rl ri ri r1 ri ri r1 rl r1 ri iq r1 r1 ri o T �t v It a v T �t v -t * aT v a �r T ZT d dt v v a �* -Zt +� m m m m m m m m m m m m m m m m m u aa) v CL Ln o 0 m d v i6 O T v C c O O - V E E7 j ai E J a J Q J v c = o m v LSD c v 0/ ai ai c y Q is O a O LD O N O tL0 0) a is .Q rl V t!1 a (n N p - N 0 3 a a a o i ai ala -ao �o �i3 �a � CIO o v ate. d iOa m m X) in f- ai _ m u O U d H W to (a O O OO LL M m r1 Ln m - ate+ ate+ v U a a a o a v w w v c c c c OA LLD OA a) F t L L L 3 3 c c c c m n 0 c c c O O •ia co •m m m `" `n m n n n S S O a a a a a a Ln 3 3 N Ln Ln V) LL U- LL LL d' Ln O ri N m 11 N m r1 N M 't Ln LO 1, 00 O O �i rl rl r1 O O O rl H H 4 N N N N O 0) Ol D) O1 0) O O 0 0 0 0 0 0 0 0 O N rl rl rl ri ri N N N [n M (9 fn M M fn M ri rl rI H rl rl r1 ri r1 r1H ri rl H ri rl rl d v v T a �r � v v �* v �r �t a 't �r v dt v v �l a vvvavv �r Zr m m m m m m m m m m m m m m m m m W LD 1l 00 a) O ri N M d' Ln LD N 00 iT O r1 N ~ 00 00 00 00 O O) m cn Ol O m O Ol O1 O O O 0 Z LO O O LO LO LO W W l0 LO W LO LO W i, n n m V Q V u NN 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 0 0 0 0 0 0 0 0 0 0 0 0 @ 0 a 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 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m O O o 0 6 0 0 o tri o o o o o o o o o o o m o o o o o o o o o o o o o o o o o o o o 0 K v y 0 0 0 0 0 to m O w O O O O O O O N O O O n O O O w m to O O Ln to O w m to 0 0 0 0 0 0 U a 00 O C to tr) Ln ci C N Lr V Lr' Ln In .-i M' to C M C O U Ol C O C Ln N N O n 0 N 0 O' m N N C -ti C C C to O p m O NI n " M O O 00 r4 Nn N M MlD N' N Ln to n n W O 00 00 1� to O O m Ci) (D n e-i to O O LD O 00 00 0 Lm Ln r-1 r-i M m m O M Ln H I-1 .-1 M M N et ct M Ln Ln M n n .i w m m L-i r-I M to to m > d' H m m 11 N m H M m H H 00 in C O U to tr) '1 V} t/? t/* VT t/1• t/} t? t/t t/? to t/)• t/? t/T t/T t/? t/1• Ul t/? t/} t? t/} t/? in t/? t/? N N t/T to to t/? t/? t/1 to t/? u 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 0 0 0 0 0 0 0 0 0 0 0 O D- 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 0 0 0 0 0 0 0 0 0 0 0 0 N O O O to O Ln U1 0 to O o tri 0 0 0 0 0 0 0 N m O O O O Ln tri O o to m O O m Ln 0, 0 0 0 0 0 O V O mto N O O O 00 W Ln to N O m M N N 0 0 r n O O w W N N O O W W wlD N N 0 0 0 0 00 00 IL L to N c-1 ci r-i O O m m N H H a-i M M m M Ln to tD l0 ti 1 t11 t� I, 1l h m M M M c-1 .-i H r-I l0 LD Ln to v> d' (n M' M M ('r) M N N M M M fn c-I c-1 c-i c-I C O E N t/? Ll• i? L} t? t/? to VT VT t/1- t/? t/T t/)• t4 to � -tn to to VT Vr iR ir? t/? vi- v", t/? U? to to V) t/? p CL X O O O O e-1 O OO e-1 0 0 0 rH 0 0 0 H O O O r'i 0 0 0 e-I 0 0 0 ei O O O .-i0 O O V-4O r• O O i m O H In O O ci LPL O O 1-I N O O H N O O H m O O c-i Ln O O H m O O H m O O c-1 Ln O O c-1 Ln O O - ri N N e-1 e-1 N e-1 N N N N e-I ri e-1 i-i r-1 r1 r-I N ei L-1 L OA e0 Y � J CN N f0 G Y c 0 0 0 0 + 0 0 0 + 000 + 0 0 0 + 000 + O o o + 0 0 0 + 0 0 0 + 0 0 0 + 0 0 0 + m O H Ln O c-i r i to O ri N N O H c-I N O -f c-I N O ci c-1 In O a-I ri Ln O H N Ln O i-i c-i Ln O ri ri Ln O g — �` r-I ci ri o a�i c-I O 14 c=1 � O ci ci Iq O ci A o A .�i O c=1 c=1 O ci ci � O c�i r1 0 ri O Ye-1 ei e-I e-1 N i--I r-i e-1 e-I e-I e-I i-I 'I H A ei A H A tw C C Ln Ln Ln Ln Irl Ln Ln Ln In Ln to N? M V V � F- n C) O G v N y+ Q Q Q Q Q Q Q Q Q Q Q C N w w w w w w w w w w w 5 G O Z C O i+ v O O O O O O O O O O O LN N N N N N N N N N N N ri ei e-1 rl e-1 N e-i e-I e-1 e-1 e-I v a d +� m m m m m m m m m m m V w V CL N O m M _N O 4. O cu c p fO w Q J w T ? J 0 O O 0 LU J !d 6 U O 2 2 LL � LL N X m m Q N QO l CL) = 2 = C C N ro .O � E CL v u u c c O Y N N N t0 I6 L0 In N : E m Q Q O O a Y ) Y o N � 33OD OD CL = °' 3 n 0 m N N O u O O N LL 0O v v N 0 a� E C J Y� =3 � =j N bn C =_ X X X X X Y CL IL i1 LL LL LL Y L D on to to to ao Y 5>, r r-IOD LAP Cp OO CD v J Y YO X O J J J 2 J LL X OD Y ice+ Y Y Y Y Fm-` N m LL bD G C C C C C C C C O L L t L L L L L L L J J� N uj LL LL LL LL LL LL LL LL LL � J Ol LnlD 11 O N N m O r-I N m m m Ln Ln to Ln Ln H O O O O O O O O O O c-i N M M M M M M M M M M M ci r-I r-1 ri r-I c-I N H dam' ct :9 � m m M D. m M m m m m m m W M V to tD n 00 0) O 11 N M ~' O O O O O O O O ri c-1 r-i c-i m J N N ` 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 0 0 0 0 0 0 0 � 0 d 0 0 0 0 0 0 0 0 0 0 0q 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 � O O m 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 0 0 0 0 0 0 0 O O v y O O O in O O O Ln 0 0 0 Ln 0 0 0 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u d Lw a Ln O O 01 Ln Ln O O' n Ln Lr LLO O' O O O ct l0 LO 00 00 O O'ct O W V W of It N N O O' O' O c p @ Ol Ln Ln Ln N N O LO00 h i, Ln OLO -i <t It 00' N LO et LO d' 00N' LO 14 O1 M 00' n � -1 000000' O m > -zT 00 00 ci (fl H O M W l0 N m Ln O r-1 H r-i r-i r-i r-1 H i-i N N eI a co V C O u -En V? V1• VT V1 V? V? L? VT to VT V> V) V1• VT VT V) V? VT Vl to V1 VT V) VT Ln V1 N Vf VT V? Ll• V? t/? V} N N u 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 0 0 0 0 0 0 0 a 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 0 0 0 0 0 0 0 u 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 m O O O O O m 0 0 0 m 0 0 0 Ln 0 0 00 c •` m O Ln m m N O Ln Ln Ln n Ln O O Ln O O I, Ln Ln O O O n Ln Ln O n to to O n 111 Ln O O p ll O1 m W 00 N N ei O W r O LO O Ln N O r--I O O O m O H O O O N H H H W n n n Ln Ln y Ln d' ci ci ci ci ci a-i ri ci r-i ci r--I ci ci ri r-1 r-i r-i C N N V? n V? VT VT V1 VT V} Vl VT VT VTV) VT t/? VT V? V? V) VT V). t4 VT VT t4 N V? V? V? VT N V? Vl• V) in V? O2 a X O O O H O O O H O O O H d' 00 N O d' 00 N O lfl O ct 00 N l0 rt 00 N l0 00 N l0 O E C H 111 O O e q m O O H m O O H e-I r-i e-I H r-i r-1 r-I H rl e-I H ei H — 00 to V @ J L 16 �.�y � In V U O O O t O O O t O O O t d' W N O -100 N OW LO ct W N LO �t W N w a' 00 N LD O W m ei N O O H N O O H N O O A N ci r- A LA r- r- H H A LA ci r- c„� N r- r- H LA r- r V H H 6 1-1 r-1 ci ci ci ci LT M Ql m (nM m m Cil M C N� N ei r-7 r�i ei ei ei ei e-I e-I ei by C C Ln Ln 111 (n t6 m u 3 p[ c F- n O 0 i N Y N QQ Q Q Q Q Q Q Q Q Q Q 'C W W W W W W W W W W W W D G O Z C O i+ V O O O O O O r•i r-i r--i O O LN N N N N N N H r--I H r-i r-i N N H C-1 N N N r-I H e q H H a-i ei OG d' V V V V V V V Gt Gt [t � d' d' m m m m m m m m m m m m Li= U ct 0) d Q w In O N 10 C O i Q 00 L N = � O 0J m Cp d O N Ln a H M F- 2a O O C C C -a O -a d d O O O i9 O O Y Y Y Y a+ d O N N N N co -a _0 'a v o u u u c c c :3 :3 :3N v a1 a/ v av o 0 LOy LOi L, O i0 is O O O O O O Y Y d d d d V N O O O W Ln O ,p ,p E E E E m m T T T m 3 3 3 c E E F- i= F- Y Y 'a 'a 'a O 3 3 O in O O N `^ LY � � u LL LL m m ct Ln c c H N m N r--1 M r--I N m -:T Ln W O O O r-i N N m m M m m m m m m m m m m m m m m m m m m m m m m m m m m m H li rl 14 H H r-i r--I v v T v v m m m m m m mi m I m I m imiml W tt Ln lD n 00 Ol O H N m ct - ~ r-1 rl r-i H N N N N N N m Cl) J d Q V U 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 @ CL 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 0 0 0 0 0 0 0 0 0 0 0 C:) O m 0 0 0 0 0 0 0 0 0 0 00 0 0 0 V) O O O O N O O O O 00 V) O u) 0 co 0 0 0 V) V) O O O v y coo O O O O O O O O O O O m N O V) 0 00 0 0 0 m m O n0 n0 m 0 Om N n N O w U n. 00 N 00 ct N N 00 N N N t` C V) ct H N V) V) N l0 O N C' O' V) n r O 00 M W W � N C n' t- M kc V) W C p CL ct n e-I V) V) N N rn CO Ct N w N M r �-i m w NNn M' 00 O) c-i M V V t0 N l0 MN r V O m > H H H M N V n m N M O V) H H H H H H M H H H H H H H N N H 'O m n C O V N Vl Vl• V? (n V) V) V) Lt V? V) V? i/T t/? Vt V? y/t V? t/t V) V? i/T V} VT V) Vl• t4 V). V? Lt• lid—I V). VT V? V) Vl• V? N V? a) U 00 0 0 0 0 0 0 0 0 0 0 C) 0 0 m O O O m V) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C) 0 n- a) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V) M O V) m N 0 0 0 0 0 0 0 0 0 0 0 C) 0 0 0 0 0 V O m O O O W N N N n O m 4 H H N V) N N N N M OO V) O O V) O V) 0 0 0 0o* 0 V) V) V) O C M V) n m V) V) N � N M M ct N w �t O O n V) m r` m NO V) V) O V) u) N n n tD p C O m m m m m N d' r, N N m O V) H )') N N fN M M m M � h V N H 00 00 �n l0 c E a) V? VT V} V) V? N i/} V? VT V? V} N VT V) V? V) VT V) VT V) V? t/? N N t/} i/? VT t/? VT V) VT VT V} Vt• .� O` O m d- 00 N l0 w O0 O O O O O O O O O O O O O N O H O O O V) Vl O V) lD H H H H to H u) O 00 H H H O O O O O O O O O O O O O O O O N N V) t\ tr,` H H H H H H H HH H N t H H H H H H H H H H H H Nm Ln Ln Ln O Ct Gt [Y t N m � N= fl. V V 00 N O l0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 + 0 0 V) O o t trf O V1 t V) V) u) V) V) o V) O W m H N H H H H H H H 0 0 0 0 00 0 0 0 0 0 0 0 H C) N N N n t0 H H to H H H H H HH N H H H H H H H V) V) V) V) O O O O h `-I H m T H H H N d' �O H N LO cHi Oc0 M CUCC O O of V) O Cf N m F- n H N w � N a+ m Q Q Q Q Q Q Q Q Q Q Q LL LL LL LL LL Q Q Q Q Q Q Q Q Q Q Q Q C � W W W W W W W W W W W J J J J J W W W W W W W W W W W W � C O Z G O i+ V O 0 0 to 0 0 0 0 0 0 0 0 0 O O O O O 0 l0 N N N N N N N N N N N N N N N N N N m m 0 0 0 0 m H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H CO V ct It d- - d' V V V d' ct V d' d' d' V It m m m m m Co.m m m m m m m m m M m m m m m m m m m m m m m V t4- m 0. Nn O m m v N O '^ O m m a) O =3 H U Y O O O a O •p = C O m O Md- Od v YY O O n- o O O aO t0 O) Ol O O O O '0 a 0N � c U o V V m ,C o onH00 m o O 00 H H HH p ao ca E E E E E E E E E o u Lu a—"i 3 0 c7 w o c 0 0 0 0 0 0 0 0 Q a m v o - - - - - - - - - U w E w m c c c c c0 O O -- _ _ _ _ _ _ _ — v 3 E v o no. a0 ca ao cn a in 0 0 >. A >. T T A >� >. >� a) E Q 7 S?. O O_ Y V) N In N C — — m m m m m m m m m w 0 E E E E `a +° o 3 3 3 3 3 3 3 3 3 ¢ Q m s in o -a -o -o -a _0 -a -o -a -o E x fl. x o ao :_I c c C c m M W W W z W W W W W o y m O -o Q Q Q Q m m 'v a) O CL F C — a. a m U m m m m m m m m m m m N O Y Y Y Y Y Y Y Y Y Y Y x O m U L Y Y Y Y C: .o m m VI to N N N N h N N N to a) F-' \ y,, Y N H H N h0 ca C C C C C C C C C C C C C C Q N M 3 V Y N C C C C N N m ca 0a \ \ \ \ \ \ \ \ \ p Cf a) V) m L L = m m m in in L L L L L L L L L L L O O C () Y M T M v) y 2 a N N C u H N O O O Y Y E C c c E E C E E c E o o N o o > o 0 0 E E E E 3 0 \ In \ m m a) =3 =3 :3v m v Q Q LL LL LL L1. LL LL LL LL LL LL LL LO H N N H cr fn 01 LL LL LL LL = C' d' m = n 00 O H N m -zt m . . 00 H N M ct V) H HN H N M � 00 O) O HN M M V) V) M M V) V) V) V) O O H0 O O O O O O O H O O m m m m m m m m m m m v v v <t �t m u) O o o O HH H 0 0 C9 m m m m m m m m m m m m m m m m m m �t �t d�t v d Vo Vo . . . H H H H HH H H H H H H H H H H H H H H H H H H H H H H v v v v v lzt v v� v v v v v l** a m m m m m m m m m m m m m m m m m m m mi m m m m m m m m w O n w m O H N m [t m (D n w O) O H N m V1 O n W al O H N m N N N N M m m m m M m m m M d' Z 00 J Ct Q U N Lon 0 0 0 0 0 0 0 0 Ln 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O d' 0 0 0 0 0 0 0 0 0 V) 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O OO m 0 0 0 0 0 0 0 0 e-i 0 0 0 0 0 0 0 0 Ln 0 0 0 O O o O O O O O O O O W N O 0 0 0 0 0 0 0 0 00 O O O O to O O O N O O O O O O O O O O O Ln U o_ pa 3 0 0 0 0 0 (:: 0 u) tD C C C o n to O' In H 0 tD V) O O O O O O O O N O p nm. @ M � Ln to n W m N t-I LO 0 0 O —1 M [t c-1 tri tD n Ln O Ln e O to Ln Ln c-1 O m > H N a-1 H N m N �t Ln N LD n n 00 H u lD H m ZF m t7 C Q U to Vf .,.. V? V} V? VT in to t/1• L} L? V? L? to to tn to (} [n to L) V? L? a) u 0 0 0 0 0 0 0 0 c ' 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O o_ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O cmJ M d' to l0 t` CO O O NO O O O m N m m Ln O O to in O Ln O O Ln Ln Ln Ln O ion Ln O O O O H H H H N N O H [t to Ln W r n00 cH-1 N p CL +.. r4 p, tri O O O .-i c c 0 H N M N C i N N ta t4 lf� L4 t4 t/? <n ~ ' '!n to y/) In Ln t/f to () 1/1 V) ,a [/} t/} N L? L? In to to V} VT � X 00 0 0 00 tD 0 H H H H O O O O N O tD O O O O O O O O O O CL i= m 0 0 0 0 0 0 M F to O O O O O O O O O O O O O to — e ^y 0 0 0 0 0 0 H N M 1-4 to O O O O O O O O v H H H H H H Z H H H H H H H H m OA (DCL ui L N Cf 0 0 0 0 0 0 tD O m H H H H 0 0 0 0 V) O O O O0 O O O O O O O m 0 0 0 0 0 0 M to 0 0 0 0 0 O O O O o 0 0 0 in — 00 0 0 0 0 H N m H in o 0 0 o O O O O C vi o o n 3 � C n H o L O 4+ 13/1 LL LL LL LL LL LL O Y Q Q Q Q LL Q LL Q } } >- >- } } > C (a J J J J J J W W W W V) W --) W V) V) V) V) V) N V) N VI Q yy c� C Y p v v a) v v v v p Zn n s n o o u c x x x x x x x x a) 0 LL a) 00 0 0 0 0 m m m: 0 0 0 o m �t O � n a in to Ln m to m m H H 0 0 0 0 H H H o (v rt a) a) d a) d' a v v v v v a) o H H H H H H H H ' 0 0 0 0 .--1 H H O N O N N N O N 1n N N N y N 1n N y H C Gt ct ct '� ++ h ^ �' �}' �{' H m m m m m m m m M o — E m E m E m E m E m E m E m E m V d' d' d' d' d' d' �f' H H H H N N N H m m M m m m m m '��.. 0 0 0 0 C O O m a) Y Y N Y Y Y Y mN V O O O O O O O O t- p p p 0 0 0 0 0 O v N a Ci m 0 00 z z 00 ,- o 0 0 O O O 0 0 0 0 - - Ln m in CD o0 0) Ni rl R�' 00 n N N N N N N N N _ O 1OC CC CC 0C w R � 1 Ln O O o (9 (D Q <n O o o p p O p p D p p +on v`^i .Hn vmi E 00 O O O O O J J J J J O o 0 o a) -a o a a o a D n 0. c cg '--i cu Z Z Z Z Z Z Z Z n Q m E Q a a n n a a a a Q u v v u 0 0 0 0 o a o " O U O O O O w 2 2 2 2 a) m N m V U U U v w O N LL 22i 2 � m c a, v v v v o x °ca m m m m m m m m c C (7 m Ln 3 J J J J J J J J G N to N V) �. O N 7e 'E 72 a) 1p LL LL LL LL LL LL LL LL D_ m w_ z m Q u O O O O > > > Ln a) F- F- F- !- F- F- F- F- Q Q Q Q D m Y Y Y Y O O O E V O O O O O O O O O CL CL CL d N ci' 00 tD �} m 0 O O O O E a) m O N p p O p p p p p p N N V rn H H a � � � � � N V) FX- FX H Fx F H F H Fx H N m [t Ln to H N H Nm d' to LD n 00 D) O H N m 'cl' N LD t, 00 0 0 0 0 0 0 0 0 _ 0 0 0 0 O O O O O H H H H H 1-4 H H H 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O n n n n n h 00 .,' 0 0 0 0 O O O O O O O O O O O O O O c-1 c-1 c l c-i c-i 1-1 1-i 1-i ,; O1 Cn Dl Dl Gi m (3i (3iCT Om O Ol Ol Ol l Dl l Ol O) 'T -4 ZT � t, h .<€ a) m D (3) O ) O) Ol ) O) M O) D) O) a) O) D) D) O) 0) d' V' � �t qt �t �t �t 0) O) CF) 0) D) Ol D) Q) D) D) m O) (n 0) O) O) D) O) m m m m m m m m 0) m m 0) 0) m 0) m m a) Irn rn rn m rn m rn rn W �t to tD n 00 m O H N M zt Ln LD 1\ 00 D) O H N m ct Ln (D h00 D) ~' to Ln Ln V) Ln Ln to tD W to W O tD tD O to n n n n n n n n n 11 m lzr v a v t N om ' O O O O O O O O O O O O O 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 @ d' 00 O 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 0 0 O m o o to o to o o o o o u-) o Ln o 0 o 0 o 0 o o o tri o tri o o o o o u) o to o o o 0 o m O O0: to N u) u) nm N O to O m O n to N O O O O O 0 O Ln O N 0 n O to O m O N N n O O O O O N U a to n' N' M n' e-1 tr1 n Lr N O W ; O V t ) i- N V n toi M N O �--t N M !1 M n LO lz -t Ni r u1 Vi) O Vt O' O e p ti 00 e-1 W NO)' to l0 M O n n to M H 00 t0 V N m m m m 0 0 0 0 O O' e 4 ri n V e-i 00 Ln N tO00' 0 m > N N rN N M H ri t 1-1 N m H N m H N M H N m �t HN M et r1 N N e-I N M '� :2 2 OD in 0 O U in i/1• t/i• L} �/} L? L? t/1- t/T VT L? 4/ u O O O O O O O O O O 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 a O 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 0 0 0 0 0 0 0 0 y to trl tri m tri u) O o o o to ul to L!) 00 00 00 00 o o O O tri o o tri W 00 00 W tr) m tr) tr) do O O to m •L ci N 00 00 00 00 m m m m 0 0 0 0 0 0 0 0 m m m m m m m M m M m M m m m m 00 0 0 H O C e-Iai ri r! ri ri �-+ ri ri t-i ri N N N N ri N e-1 ri e-1 ri e-i e-1 rl e-t e--I N r-1 H Y C c E � tv 'La V) 'En V). IL4 tn V� vl� L4 'En -Ln V). In ta V). V� in V). Ln VII V t4 t4 -k� t4 �(n "Ln V). V)� vl� vl� t4 tn iA "n o n x O o to o toO to O to o to o u) o to o u, o m o to o m o to o to o to o to o to o m o to o to E Ln to n LnN O r, tn N O n L!) N O n to N O F, to N O n 0 N O n N N O n u) N O n to N O n - ^y N N H N M H N M H N M c-I N M ei N M ri N M ri N M 14 N M H N m L Y m J N � v a m v m CL N U v 0 o to o to o to o Ln o to o m o to o to o m o m o to o too to O to O to o m O to O m o m m Ln to n ul N O N L!) N O n to N O n to N O n to N O n to N O n to N o n to N O n to N O n - r N N A ri NT � ri N m H ei NT N ri N m A e-1 N m H ri NT H ri N M -i ri N M Ari NT H m Y tko W r4 (D lD ei tD t0 ci t0 LD ci LD W ani W w ei lD (D H LD w .-i tD t0 ei LD 000 r L!) N n to N n ul N n ul N n u) N N Ln N n Ln N n to N n tr) N M m H N ci N c-I N ri N ri N H N r I N r-t N ri N 7 p[ GY m !L n ri O tF 11 N O a+ m Z Z > C N 0 N N tr) N tr) to N N to O '� '-� -0 'O 'B .O '6 'O '6 'O '6 'O '6 U a a Z a)) vO m i C C c Q c n O m O m O m O m O m L O m O m O N N , O N 0) O 0) 0) O 0) 0) O 0) 0) O 0) v O N N O N 0) u p Q p Q U > U Yj > U v > U y > U 0) > U Yj > U v > N d- X x N u d N u a N V tl N v D- N v 4. N u D- N U d H IH `^ �' m to c v m c v u) c v to c v u) c m m e m c v m to o a o n O tz o n o Q o 0. o Q C E o E o E U m U m U m U m U m U m m m m v v v .a v W .o V v U tv 'o o a s u v -, u o a u m m Y '�'� = Y = Y Y Y Y Y N Y Y O O m � a v v v a tv a v -o v -o v -a O O m p cyo p x -t p x -) p x -r o x p X '� p x p X V Ln F- (7 E- t7 Fx F �' F" Fx- t' F t' F ~ O Ln M c O Y ajQ N O N N N N tD lD a0.+ a0+ v v CL u V N (v 0) c C F- F- N +O+ s0.+ v � i U U a) u u u '0 a Q u u u u C c c v v _ m 0 0 0 o U° u v O U U U U a _0 70 0 0 u u Y Y ami v v v n n 0. m i0 o. a m ❑ a v F E E E E m m O O Y Y m Y N N N 0 0 p to N to to O 00 li tD m O H N m tr) LD t� 00 m cq N N N N N N N N N N O o o O O O O O O o 0 O O O O O O O o o O O Ol Dl m m m m m m 0) m m .. m m m m m m m m m m m m m m m m m m m m m 0) m O m m m a) (n O) m m m W O ri N m ZT to LD h 00 m O �• 0 00 00 00 00 00 00 00 c0 00 00 m Z n n r N t\ r, t` r, n n n m — T v V) v a 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 0 0 0 0 0 0 0 0 0 0 0 0 00 0 00 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 0 0 0 0 0 0 0 m O Ln o o o o o o o o o LA o m o o o o o Ln o In o o o o o m o m o o o o o o o o o 0 w v y m n O m O m O O O O O n m N O O O O O h N N O LnO Ln O n m N 0 0 0 0 0 Ln O m O U CL O N W u) W n to c} u) C Ln C W h LR V c-1 N' m' [t o0 tl LD V) N u) n C M n c-1 Ln LD N oc 't N V) n C O 2 n Ln d' oo n LO Ln O -i �-i N O r-i N' m c 4 Nmq n N M' c-I o0 Lo m m 00 W' n m m 00 00 H N m m O co > c-I N m H N m H N m d' H N mZT H N m ct `-I N M 14 N m H N M H N M H N m 'u 'O i m c 0 U V? L? t/? N LT t/? (/? LT L? L? U? L? to V? V} V? i/} in i/? L? V? L? L? L} V} L} L} V} V? VT to N 0) u 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 0 0 0 0 0 0 0 0 0 0 i O O 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 0 0 0 0 0 0 0 u VI to VI 00 o0 00 o0o o o o Ln to VI Ln w 00 0o W Ln Ln V1 Lo o 0 0 o Ln o m m o0 oo o0 oo o o o o .c •` ci ci ci ci ci �-i H ct [t * 't T 3 V V d' ct di V O O O O H H H H N N N N N N N N Ln m u) Ln O a ,� r+ t•-i ci � c-i ci c-I r1 ,-I .-� rt .-� t•-i ci ,-I c-I c-I c-i .-� ci c-I .-I .-� c-I ,-I ri ci t--i .� ,� c-I c-I c-I .-� r1 ei c-L c-I .+ c •� v E a) o CL X O N O u) O N o Ln O " O u) O to O u1 O N O Ln O ul O Ln O " O Ln O N O to O ll1 O V) O u) O N m N O n u> N O r u) N O r Ln N O n u) N O N N O n Lo N O n V7 N O t` u) N O n to N O - ^Z c-I N M .-1 N M L-I N m ci N m `-I N M ci N m H N m ci N m L-i N m ci N m DA L0 Y C J O N m L6 G c N Om O Ln O Ln O m O Lo O m o Ln o to O Ln o m O o O m O m o m o Ln o Ln o N O Ln o Ln O m m N Ohm N O n in N O n Lo N O ho N o n Ln N o n Lo N O h Ln N o n Ln N O n Lo N O H N M �' ci N M N N M w lD c-1 tD l0 N LD tD H ID LO H LD W H W LD ci LO LO .�i LO w e-i LO LO H w LD LD bD F, Ln N t, u) N n Ln N h N N n Ln Nt� Ln N n Ln N N to N n N NF, N N N ci N H N H N H N H N H N H N 14 N H N L-I N � O � m H n C) 0 O i N � (U N N V) VI N V) N N V) m O Z 2c - c 8c Tc vc C O co O M O to i O Lo O cu Ln O O 0) 0) O LU N O 0) 0) O 0) 0) O LL N i� U w U i+ > U w > U a) > U i+ > u m m m m m m m �) m v m m m 01 0) H ci .-1 N c-i ci W U �- M, 00 U 2 MM Lb U - ci W u 4. MA 00 U 0_ Ln Ln Ln Ln Ln m VN) N o Ln c 0) to N C 0) m No c N Ln L"n a 0) o m m m m m m E U m m E U m E V c m U c cn u c m m m m m m u m u m u m w u m u m 0 0 0 0 0 0 ; a) o °' v O Y � o ; v a o °/ cli _0 to H O f- a cf- H O F a c u x ro 0 x M x x 0 xro v a) 0 0 a v x v 0 a) o m v N F ~ F ~ F ~ F ~ ~ O t0 M C O r ll Q Y Y Y Y Ql N d v v V uu u u m v v u u v v Y Y 0) i) d -O '6 'a -O LU Q) v LU �/ v i) u u C C C O O O O O OO U U u u u u u U U U 'a 'O U (a 5 m (o 'a -o v a) v _O _O _OGi O O O O O U u V U U c C c c io io io 00 00 Y Y aO+ � E E E to 1�+ Y C C C YY ice+ Y V) V) V) to V) 00 Ol c-I s-i l0 n 00 O) OH C) ci N M to t0 h 00 0) O O O O O O O O O O cn O LT LT m a) 0) (n m m 0) m ma) Q) m a) O) LT 0) 0) LT 0) Q) L0) LT LT O) O O) m m 0) LT m d) O 0) a) Q) W ~ (n O) 6) 00) LT O LT O) m O W m a Q -zT u a 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O @ p a n O O O O O O O O O O O O O O O O O O O O O O O O c p O m Ln 0 Ln O O O O O O O O O O O O O O O O O O O O O O W v y N Ln r O Ln O Ln O O O O O O O O O O O Ln O Ln O O O U CL 00 3 tO N 00 Ln 00 n N ct C O O O C O O O C C N to n e-1 W p i M � tO c-1 M Ln 1, O O Ln O' O O O 0 to O H N M N m' ct O an d > .-i N M �t HN m [t O N N N m N N N '0 :2 2 co c 0 U i/? iA t/1• L? L? VT i/? L? N N L} L? V? V? L? V? V? t/? V? t/? V} ta i/} a) u O O O O 0 0 00 O 0 0 O O O 0 0 O O 0 0 O 0 0 0 L O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O ?-' u Ln Ln Ln U1 00 00 00 00 O O Ln O O O O O Ln O to O Ln O O O O •L Ln Ln m m to Ln Ln Ln O N N m Ct N H m m 00 00 m M H 00 H O 4. M [h n a+ N' N N c C N E N t/1• L? V} L? L? V? V? LT L? t/} i/} 't/? [? L? V? VT to i/T t/? t/? LT i/1• t/? i/} p Q x Ln O to O to O Ln O O O O O O O O O O O O O O O O O m n LnN O 1, Ln No O O O0 O O O O O Ln Ln to Ln .-1 ci -1 ^y — H N M ai N M O O O O O O O O O N N N N Op a-i i--1 ci c-1 �-1 r1 e-I c-1 ci LbD C J L Y a Ln O Ln O Ln O Ln O O O O O O O O O O O O O O O O 0 m n Ln N O 1, Ln N O O OO O O O O O O to Ln Ln Ln 11 H 14 ei NT N 1- NT O O O O O 0 O O O N N N N N a/ tD ci to tD rl LO N c-1 ci i-i N N c-I r-1 C00 ea 1, to N 1\ Ln N N cr F- n N O O i N 3 C N In In In N N N N In N V1 N (n (n N W W W G Q Y Y Y Y Y Y Y ice-• Y Z v C it = it v a) v v Ll d a) !4 f0 f6 >' m m m c 0 to L o m u u u u u u u u u 3 3 3 `° 3 3 3 c c c c c c c c c v v m 0) ai v 0 U +C+ j U aO-• j O O O O O O O O 0 Yo '0 'a ,�, 'O 'O 'O d U Y U Y U Y U Y U Y U Y U Y U Y U Y Ln > u m 00 00 >- C C C C C C C C in N in in in in N Ln N C n' N c d 'D a) uD aJ w w l0O N w al N Q) a7 a1 c-I m m E Q N N N c m ui o Q `n o n m E m E m E m E co E m E m E m E m E Lrmi Ln Lmn °' m m m v ai v v v v ai v D n Ln Ln p v v gun Y a y M W m v M W M v m v M W M v M v m E E E 0 o -0 E E E U — a) '6 — i/ 'C Y d Y d Y d Y o- Y n- Y 0- Y d Y d Y d N Y Y Q V C Y a) Y C C O J�� N O y !B �"' F- F- F- '"' F- F'- I"' F- F- u' Q x Q x -1 O O O O O O O O O O O O O O O d' v v a� Q Q Q Q Q Q Q Q °/ v ~ ~ ~ ~ F- E- !- F- F- f•- F- H F_ Q Q Q = Q Q Q O ♦- F � F- F- F- m C 00 Ol N v v v d aO+ Yom• u u u u u U o u U u u U U u Q Q Q H u u U U U C c a1 O O a n a U U z z z z Z Z U U U o '0 w w w w w w v v w i= i= of w I= w w wZn - - o _o f- F- F- F- F- F- F- F- F- O O Z Z z z z z z z z N to to z u u O O O O O O O O O a Q Q O t r- f- F- F- f- F- F- F 3 3 N a a a aa)i aa)i 2 2i :2 w w w > g g 2 a nom. a a d m a a a Q Q Q cc o v U U u U u u u u U u u U m m m Q n z z z z z z z z z z z z >_ O O OO O O O O O O O O cr > > D E E u u u u u u u u u u u u Q u u u .m m F- F- F- t- F- F- F- F- F- ♦- F- t- F F- F- F- Ln 1n O O O O O O O O O O O O O O O O Q Q Q O O Q Q Q Q Q Q Q Q Q Q Q c�-1 cN-1 fx Fx Fx fx F ♦x F Fx Fx tX H fx Fx F F Fx- O N M Ln LO n 00 Ol O H N m d' Ln tO i, d' d- T V V V' It d' 'T Ln Ln Ln Ln Ln In Ln Ln O O O O O O 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O m Q7 m Ol 011 ai Ol Ol Ol Ol Qi Qi m Ol 01 m ai Ol D1 O1 Ol Ol m a) Ol (n Ol Ol O Ol al 0) O1 a) a) a) Ol N m m m m 01) m O (n m a) Ol 0) m O Ol Ol 0) Ol Ol a) Ol Ol Ol Ol Ol Q1 Ol O m Ol 01 Ol O 0) WH N m Ln W1, 00 Q1 O ci N m d' N tOT-7 WN � O O O O O O O O O H H H �A c-I ci �-IH p Z 00 00 00 00 00 00 00 00 00 00 00 00 00 a0 00 W 00 m v V) v N N `0 O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O m O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O c o O m O O o O O O O O 0 0 0 Ln 0 0 0 0 0 o O Ln O o N O O O O Ln O 00 O N r-i N O V) N .-i t0 O O I, to U M tO N c-i ci s-i `--t iT' M O) O V �) O) I m l0 ci d' V) O O 00 N c in m t0 N N N N 00 c-I Ln Ln N r m N Ln I, D) m �t [t 0 an d N N N N N N N N N t '6 i c➢ C O U V). V) VT V). V) L? L? L? VA V? Vt V) VT N1-1— TV) Vf t/} V? V? VT a) Y O O O O O o o 0 0 0 0 0 0 0 0 0 0 O O LI) O 0) O O O O O O O O O O ri u) ill O N "t 00 O O i� V) uN O O O 0 in O 00 O ci Ol n to M H m i, w 00 O 00 iLD N N N N 00Mi V) .N-1 V) d' [t v7 V d' V CL N N N N N N' N' M G C � O E a) N VT VT VT N V} L? in V? N V} t/} t/) N t/? L? LT V)- L} t/) Vt 4 11 xO O O O O O0 O 0 0 0 0 0 0 0 0 0 O O O O e l ei c-I H c-i H .-i ci O to O V) O Ln O to O0 O O O — a) r_,cr-I c-I N r-1 c-I N In V) Vl Ln L � � J Y � N m 3 fl' N c a O O O O O O O O 0 0 0 0 00 0 00 O O O O m O Ln O in 0 0 0 0 O O O O O ci ti ci ci N H r- ci N in V) Ln Ln m N bbD ci ci ci rl rl ri m in O Ln in o N u 47 cr n a w i O Q Q Q Q Q U- m m W W W W W W W W J J J J J J J a/ G 0 Y Y Y Y Y Y Y Y 0a Q) ) ya.i� y }yl+ y y Z m m m m m m m m c �) Y a) Y (D ✓ a) Y :3 =3 o a) aa)) aa)) aa)) aa)) a) aa)) a) m c c C7 c (D c -6 'O :6 '6 'o v 'a U m C U m C U m C V o V N N N V) V) V) N N O M M ci ci H c-i I-i cl i-i a-i in iH "i O) m 0) a) m Ol a) m 0) m M m M M Mm M M M � LO N Y LOQ N �+ -2 N v .fl N tj -2 C V) V) V) U) V) V) 1n In E c-i 11 Ln j Ln 7 7 N 7 7 N 7 7 E E E E E E v N N E C7 UE C7 V E t7 V E C7 v V Y Y Y Y Y Y Y Y Y M M Y .O a) Y Q a) Y Q � Y Q v F F F F F F F F O F a c Fa 3 >= F c w O O O O O O O O 0 O U s O U 'M O v .n O v Q v 0 0 0 0 0 0 0 0 0 UE 0 UE 0 E 0 E0) o o o o(n U U 0 o0 m c o v -' LD ov N — m u � W W W O ci O ci N O In —ID n a-i N N N Nr F- z 0 V) V) N N N V) V) V) < 06 06 06 2 d LL LL LL D- D. D. D. 0 _Q „Q m m m m Z 3 7 w OC w K Q Q Q Q Q Q Q Q Q V V Z) D D cc ix = v v V V U V m m m m m m m m U V U U w a: Of of 1= J m m Z Z Z Z > > > > > > > > Q + + O O O O U U V U V U U V cc _ U U V V F F F F- F F F F F p p F F-- F F O O O O O O O O O 0 0 O O O O D D 0 D O 0 0 D D D D D D =m UD F H F H 00 m O .-i N M ZT V) LO I- 00 D) O H N V) V) w LO LD W w LD LD LD lD LO I" n O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O M () D) m D) Ol O) M D) D) m m m m D) 0) 0) D) m m O) D) () D) O) m iT m O) D) iT 0) m 0) D) m a) iT m m D) m D) O) iT D) (n D) D) D) (n O) m D) 0) D) 0) D) D) m W O) O "1 N M [t V) (D it 00 D) O N N M h 0 c-i N N N N N N N N N N M M m m v. 0 Z 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 v Q v u N V) — O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 O O 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 c o O m O o O 0 0 0 LO O O O 0 O 0 O 0 O 0 0 0 O 0 0 0 't dt O O O W w w O O O O O O I, N N O O O O O O O M O Ul N O O O n n w O U M 0D C Ol O a' c N m m I, m i tt m O w O w lD to r` N m Ln O w w m d* C p m N Ln to l0 (DM M M m ' M � � N lD O O to V O N l0 I- n 00' O 00 `""� V e-4 14 N N M N n H ci u a 'm 0 0 U -cn u). yr vl� v> vl v* yr vt vt v} vt v* V)- if� vt vt In "n vt v} v} -tr v* v} Ur in w V O O o O O O m O O O O O O O O O O 0 0 0 0 0 0 r` n o 0 0 O O O O O O n N N O O O O N O N N O O O O O O M M O O +' OO m ul m N M to n m H o O M O to to O to m O O 00 00 00 00 N C V c-i lD .-i N m m m m m Ct mO H N N N H H W H m M W W V V O N In W et a •� w E w v* u* u} u* v} v} v} v} v} vt v} Ur lkn v} v} U} ur ut o CL x O O o O o 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 0 0 0 E O O O O O O O O O O O N N O O O N In Ln in In m 0 0 0 " 0 — ^y �n H M H H H H H H H Ln Ln to O N N N15 to N J00 N � C y w 16 Q. � NN V O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 to 0 0 0 0 0 0 0 0 0 0 m O O O O O 00 O O O O N N O O O N Ln to In o to O O O N O Ln et M H H H H H H H to Ln to O N N N C aT+ t N C C in f6 M U V 03 N L 0 N y N LL } } LL LL LL L. L. LL LL LL Q Q LL LL LL Q Q Q Q Q Q } LL LL Q LL C (a J N to J J J J J J J J W W J J J W W W W W W N J J W J W G y — w ZC y/ C C U •o V O v O O C C C Y C O 6 'O O V OV U c U v m m m m m m m m m M m m m m m m m m W m m m m w cn N to to p lDCN C to M to -O C N 'a C l0 l0 lD lD lD l0 lD n r` n n n n n n n N n n r` n _ E N N N N N N N N NN N N N N N N N N N N N N N N .a -p y H Y N M M m m M M m M M m M M m M M M M M M M M m m U w C C I w h w F O v O U s O 'a O a v C. Eo N F U F H o 0 m C G C C C C C ° _ 0 0 0 0 0 0 0CL 3 _ o Bo Q Q Q Q Q Q Q o a) .N U U U U U U U > Q O w y—y- 7 7 3 3 3 3 3 on j w ¢ O OD U 0 Q o i+ L �: O vw � � ^ � � c� � � m N t10 h0 t10 0A 00 0q Oq +"� y to M U V z -° _c C c c c c _c � EE Y C C C C w N i n=o co C w C .0 C C C .0 .0 O d > a o o o o N °>, f6 N f6 � cuS Y Y Y Y Y Y Y 3 LL - y U w - LL 2i (� a (6 Y w w w w w w w w et U w v w w w w w w w y C a ° a a m ca o E Y y Y Y Y Y Y Y Y 'a C C� U U > E Z U N d v i/ �/ v d d C C O U o w C C C C F Y C C d > O L w w V V V V V V V pw0 w U U N bwA Ow0 0w0 pw0 -p t6 a 4. U Y Y Y c c c c C C c w °q o w w w w C 3 3 w Y H v v O o o o o 0 0 J w F' O J E J J J J _w p_ O o W O O c c u U U U U U U U w w p �^ f0 w w w w } Q o O O O N m �* to (D t` 0o C C _ O C C C C (O _ F- u U H H A H ei c-1 H J J 00 ' N N J J J J -4 N Z Z 00 H N [t Ln lDn 00 m O H N M a N LD t` W 0) O H N m 1' Ul W n 00 m I, n n n n n n 00 00 00 00 00 00 W W W W al Ol Ol 0) m Ol Ol Ol Ol al O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0amj 0c3i 0am; 0 0 0 0 O O 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 cn Ol m (n Ol Ol cn Ol cn (n Ol cn (n M cn 0) O M Ol Ql Ql Ol Ol Ol Ql Ol Ql Ol Ql Q) Ql Ql Ql Ql Q) Ql Ol Ql Ol m Ol Ol Ol (l Ol M Ol 0) M Ol (l 0) Ql O W d' Ln lD h 00 m O i-f N M Ct to w r` W m O H N M Ln w t` W 01 O O m m m mm m V V V V �t cT 14 �t �t It m m in in Ln 0 m m m m LD .. 0 Z 00 00 W W W W W W W W W W 00 W 00 00 00 00 00 00 00 00 00 00 00 00 00 m J co Q V u N 0 0 0 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O 0 O a O O O O O O N N O O Ln O O O O N O Ln to O O LO m Ln O m Ln O to U a to 3 W C t� n O O 00 to N 00 d' N N c p m e-i M' M N O m 1� 00 N d' c-1 a-1' O m to N u to c O U Vl to V} V? N t/} Ul• Ll• L? i/? V? V? N Vl a) u O cc O O O O O o O Ln O O Ln a` O O O O O O O O O O m to O N V Ci O O O O O N N LA 00 00 c} LD H c L ci 1- m m0 00 00 Ln N CL j ui r� oo c c E E v CL x O O Ln to O Ln `-+ 14 O O O O O O E m N N O m Lf) O O O O — N L Y � J L a) C v �. = CL/ In C O O O Ln to O Ln r•1 .-1 O O O O O O m N N O m Ln O O O O 70- �, 11 c-1 i-i N N += a) m C C N m m u cr H n N O O V N Q Q Q u- Q Q V- U- N N J J m w U w w J w w w J J a) G O a) fa m m 'd VI -o N (i -O N (L -6 h m -6 N m •B z } c 3 3 a c o o c 0 o c o o c o o c 0 0 c o C O -O -O '6 Q. m Y L1 O Y O_ O Y O_ O Y L2 m Y L1 m a:+ O c ami ami m E c o E c o E c o E c o E c o E c o m O O O O m S `° S ca a) u a) U a) U Fes- a) u F a) U v U LN N �--i c-1 ci c-L t LO t4 W mo o E m D E m D E D E is kD E is w m C .N -I O Ln cN-i H V O to C V to C O -O c O -p C O -O C O '6 c O -p c O •LS c O E t Ln a) a) M N a) N to a) a) a) a/ a) a) +� m m m m m m e E E E n E E N E E n E E `" E E N E E N E m Y m a) -O a) 'O a) C c a) c c a) != c a) c c a) c c a) c c F � = C: � �' O O �' O O �' O O " O O '�' 0 0 �' O O F- y • ~ •N F •N •N •N i F- •N L ami p v O O 0 0 > 0 0 > 0 0 > 0 0 > 0 0 > p o > w p L U w p w` Lu p w` w p w` w O w W N ~ m F' w V i m _ i F u _ w w w J O c0 m M fV N v Q O c to > N w Mc-I J FQ- O Z a) Q) v a) N u m N Z Z Z W � m m x CL CL z F w ui w CU a) a) Q x n to Ln X x CC cr a Ln A 2 2 0 0 � m "' w O O x x _ O O N p O Z Z U U Q y Co Co n is 3 O O I- F LU w 7G t � °) °) p 3 m !— F O O O W a) a) U cu a) w w S O Y Y N N 0- O_ J U V Z Z 2 a 'O >m U Z d cu � uU u Fw- F Y > O CL N N m O O O O O O O O O O �-1 .-1 Ln H F F F Ix 1 H H 9 O ci N M S Ln LO n 00 m O -1 N m O O O (D O O O O O O r-t .-L N ci H ei ei ci r-i e-I ei ei ei i-i s-1 ei N c-I O O O O O O O O O O O O O O m m m O) m m m m m cn m m cn Qi in m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m wei Nm � Ln w t` 00 m i O eN M et F Q W l0 W 'D "0 to m m Lo n n 1\ n r .. 0 Z 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 J u v Q v NV) 0 O O O O O O O O O O O O O O O @ .* o 0 o O o Ln o 0 0 0 o O o 0 0 0 s p a o L/i Ln 0 r- 0 0 0 0 0 0 0 0 0 0 0 O O n n Ln m0 O w O O O N l0 O 00 U W to V * V) a) O O O O O O V) O l0 c p m Ln V1 r- Lr� D) N 0 m 0- > u a 00 C O U Vl V) LT V)- to (4 V1- VT t/f VF to VT V). a) u O O O O O O O O O O O O O O O L O Ln O O Ln O O OO O O c-I O O O V 00 H Ln o 0) O O m O O O Ln O 00 N rn ci m Ln to m Ln Ln Ln n m Ln C N c-i O L\ 00 n n 00 00 c-i c-L Y E D N L4 V) VT V} V) N VT VT VT VT t/? V) to t/T V). 2 0_ X o O V) U') Ln O o O o O O O O o E Ln Ln N ('4 N N N N N O O Z - cu r N V) c q .� oA OD � J M CD L Cf a o O V) V) Ln O O O O O O O d' O O m Ln Ln N N N N N N O O It aT+ � h0 c � (a m u CJ m F- n ci O I � N Q Q LL Q Q Q Q Q Q LL Q LL LL (0 J J W W V) W W W W W W J W J J 5 a) G i 0 m -a v1 m -O N _ a) _ a) _ W _ a/ _ a) — 0) m Q Q/ 9 a/ z o m o n a a Q Q n +� m m •C m •C c 0' c 0 c E E E E E E a) m +� y, v c o m c 0 F- cu uO d' V Zt N V N V N V N V y C)cu LL (7 ac) no. m a Co Ln 'D E co E -F. m Q Q Q Q Q Q ct E c oN c Ln c v E m E c E c E c E ago E c E m Ln m Ln `n i� E `^ E E N E m - V) Y Ln Y N - N Y V1 Y V) Y C7 F. m V y c c � c I- NF' � w a E F- 01 v 0 0 Y0 o O a a 'a 'a ' v F- F- 'Cli ~ 'Ui 0 0 O m F- c p 'o OO o > O o > m m m o g oa) a x m O C O C Q p W W p W W O o o O o o U u V) u wvv 0 oc or z F F F o v N 4 F N W 0 J O V) V) V) d F V- V) W —O m O. z m E VQ) VQ) VQ) 2 V V N C7 CJ l7 = N mo` a) a) O O C C O o O 00 00 00 O o .--I e>--1 e.t N >N> V})'ZI 73 z z O O cu W yo Yo i i m m i u m m z z d d m O O O O O o F. 00 00 0 0_ 0_ 0_ 0_ C O O a, 0 d 0 0 0 0. n a LL a °a)) IV c 0 0 0 =30 'E C v v W W W C C OD N N V) V) V) V) m U U i N a a a a a a 3 C c p p m m m m m m m w U u C C C C C C E (n N al N a) O 00 00 00 00 bD W m 00 f0 \ VI to V) V) VI to m (- 0 0 'e d d O O O O O O O 0F- „ m p E D o p p p o v 0 0 0 F- fx LL LL h Fx- F Fx H F 2 ( J J Ct V) l0 1, 00 0) O ci N m 1n O n 00 ci ci ci .-i ci c-1 N N N N N N N N N e-I N N e-I N H O O 0 0 0 O O O O O O O O O O Q) 0) m 0) 0) m 0) 0) Q) a) a) () 0) Q) m r 0) 0) 0) a) 0) Ql (n () O) 0) m m m Q) m m 0) m0) 01 m 0) (n 01 () 0) m 0) m m 0) 0) 0) m m 0) m M O) 0) m 0) O) O) O) W Ln O n 00 O) O H N m � Ln l0 Il 00 - f” n11, nn n 00 00 00 00 00 00 00 00 00 00 i 0 Z 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 m v ¢ v a o o o O O O 0 0 0 0 0 0 o 00 o O o O o 0 0 0 o O O o 0 O o 0 0 0 0 0000 O o 0 0 0 o O o 0 0 C:, p a 0 000 0 0 0 0 0 0 0 0 0 o Ln o Ln o nt m m m rl o 0: a a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n c-i f\ 0 [t n H 00 rn u a. to 3 Ln C C t0 Ln C O o O N N C Lc O ocN Ln Ln' M N M Ln Ln C p m m N Ol 00 m N m O m O H N m m ci m to w `-it0 n tO n LO co > H N N m n m 11 u 'O i m ti C O U In In t/) to to tn in t/? t4 t/) i/? U1 t/T t/1• to t/) t/? t/T V) V} to t/) t/1• a u 00 0 0 0 0 0 0 o 0 0 0 0 O O O O O O O O O O �- 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O o O O +-• U o O O o Ln O O O o O Ln o Ln O Ln O LA O d' O) m m n C 0 0 0 o N Ln o Lo to o n to N O n ci n O V n ri 00 (3) O a to to to W N N m n H m N N N o 00 to N Ln m N m Ln V) N M Ln t0 -Z tO C C 14 D E a in to V/ V). to V). to vi- in• to t/) to 4/n to V'? to t/1- L} In 1 N N LO epi tD O O O o O d' 00 kD ei H H ci H .-i IH ei H ci E ^y H iq a-1 Iq N L 00 by N � J C N 3 M VI Ln tO tO t0 O O O o O Ct 00 N w ri H H ci li IH e-i H H H C ci e-1 C) 0 0 0 0 ci ci f6 a H OCD C C n M M U V � N F 0 Q o i N a+ vOi a 0a a a a a a a a a a a a a a a a a a C N W 2 W W W W W W W W W W W W W W W W W W C O '° TS a 'O a U U U U ti U y Z a N a N a H a H a H � a F a � a � a E y C ._ C ._ C ._ C ._ C fy6 4m- ° o t o ° o O pL ° o O F E r E i- E i- E F- E m o 0 o O o o O O to - to - to m to � to - to a m a to a to a to a) a N H H N N N N N ci H -O H -° H •° H •O H ° 00 h ^ 00 N ^ 00 ^ 00 00 0 ^ ci a-f i-f `-1 H H R H H `}' C �t C ct C d' C d' C l0 a a O a a O a a to a a l0 a a n d d v v v �t 3 7 3 a) E a E a E a +� E a O ct d' d' ct ct ct 'ct 'ct a) LL a LL a LQ a w a LL a v N v a v a N y VI a m m m m m m m m m +_ a a Y ,_ + na + + a +_ a Y a U ?E O s O = O t O t O r 0 a O 16 O fO O is O is w C 0 N 0 N 0 M O N O N 0 tjo D 0Cp D to D 0Cp 0 0p a N I- N F" N N o N V L N LL U a O a O. a) E C C a a E -p -p LL LL a Y C O D U m C V L C D >� ,flC ' LL LL m G_0 00 a u c _' �_' a a tw m w a UU U t L a 'C V `. � O 'O m E O LD N00 O O 00 C t0 Ln i-f N C iy N M M N N N N N d � i fa vv O �t t rf N L U J J J J J K d' K � 0D ry ,-i .- -- -- o .- O O OO O a a a a a d- � a a a 0 E a a a a o- r i c1 rf � c1 s aa. a a a C7 C7 C7 C7 C7 in in V v in Y Y Y � Y .J a a t o m = LL LL LL LL LL G G G G G a o o ao oa ap H ao a a a a a O O d f1 J J _1 J a ~ ~ ~ ~ t J J J J J � �' — Y Y Y \ Y — LL LL LL LL l.L f1 4. 0. d d a c c v a a �t v O C7 (� 0 3 Y lb i+ } Y _0 2 2 2 2 2 N N h N N aO in N N N v) 1--' to d N N N N N LL LL LL LL LL cc: m La f0 f0 fa m (O �'' J_ J _J J_ J F- F-' F F-• F U "Cop N vYf v+'i vYi OC N N N to N Ol O H N m ct m to n 00 0) o H N m �!' Ln tO n 00 N M M M m M M M M m m V' [t 'T V V V Ct It N e-I N N N c-I N c-I ci ci ci a--I N c-f N N i--1 ci a-i e-I 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O mm () m m m m m m m m O) 0) 0) Ol () O1 m 0) 0) m m (nm m m m m m 0) O) m m O) 0) Ol m O) O) Ol m m m O) m m m m m 0) 0) 0) O) 01 O) Ol O) 1T O m m m m m m O m m m O) O) O) O) O) O) m 0) O) a) m ui YJJ O H N m to lO n CO O) O H N m Ln LO n 00 O) ~ m m m m m Ol O Q) O m O O O O o O O o O O Z W W 00 00 W 00 00 00 00 00 O) O) O) O) O) cn M O) m O) m V Q V u a V) o O O O O O O O O O O O O O CL O O O O O O O O O O O O O o O v m o o vi Ln o Lo 06 m (D w Ln ri o aJ y O lD to V rH m d' LD LD a1 M 14 N U a 0q O D1 O O Ln LD Ol O N M O M V a c p m n n 00 N 00' i, D) OO Dl Cl) O 'ct Ln ° m > c-I H a-f LD �n c O U to VT i/? 1n i/) i/T to L? to t/? i/T to vi- 0 nO O O O O O O O O O O O O a O O O O O O O O O O O O O + u m O O Ln N O LD 00 m w W Ln IA C •� O l0 LD 'T H D) -tF W LD D) M N N O y rn O O Ln ko rn O H m O m m Oo r-� Oo r- rn Oo m m o v Ln c C L ai E v n v Q) L OA OO R J 'E L m v La Q c p LID C L C Ln / N U V N F n N O L O a_+ vOi a a a a a a a a a a a a a C W W W W W W W W W W W W W � G O U U h U N U N U y U N U t/) U N U N U N U h U H U N Z F= a) a) F= a) E a) Ez a) E aE a/ E a) Z- a) F a) F_ a) C m s cL s EE :E m _E cL s cL B 2 _E m .Q cyo :E 2 :a C2 :a m :E 2 .Q O F_ E E F_ E F_ E ~ E F_ E E F_ E F_ E F_ E E E F_ E y (D a) LD a) lD a) lD a) W a) LD a) LD a) lD a) LD a) LD (v w a) w a) lD a) N CO N CO N 00 N W H W N ^ W N ^ W N W N ^ W ^ W N ^ W N ^ W N ^ W N ^ H W a) W m W a) W a/ W a) lD a1 LD a1 lD 7@ .o 7@ lD a) lD a) tD N (D N E v E E v E v E v E E a, E v E E E ` E E 76 75 aN aO y v v ad a) Yn Y Y Y Yv Y Y Yv vdv d da a a a a a a a_ Y Y 0- v ?� O �6 O f6 O LO O '6 O ° O L6 O f6 O )O O �6 O '6 O 'O O f6 O L6 v p 0 p t O O p c p 0 p 0 a O p = p 0 p O p 0 p M p O a N x X x x x x x x OO x OO x x x x tlO V N ~ Ln I-- N ~ N ~ N ~ i ~ N ~ N ~ N ~ N ~ N ~ N ~ N ~ N O m a C O a+ Q u a J_ _ _ _ J _ _ 0 J J J J J 00 N N lD lD O O d' d' 0O 00 O O v iDo a a a a a a a a a a a a a H N N N to to N N N to to to V1 1n to V1 2 2 a a a a a a a a a a a a a J J J J J J J J J J J J J a a a a a a a a a a D_ n. a (D LD l2 9 2 C7 LD o 0 C7 2 Co 0 LA Ln N N N (n to In [n LA N Ln N LL LL LL LL LL W LL LL LL LL LL LL LL Ln N N Ln Ln N N Ln N Ln Ln N N Z Z Z Z Z Z Z Z Z Z Z Z Z D) O H N m -Zt Ln W I, 00 D) O H V Ln Ln Ln Ln Ln Ln in Ln Ln Ln LD lD �-1 H ci a-i i-1 N N c-1 ci ci i-i ci ci O O O O O O O O O O O O O LT Dl O) D) O) Dl D) LT m D) D) m m .. O) O) D) D) () D) CY) Q) m D) D) D) m m 0) 01 O) D) D) D) Q) O) D) D) D) D) m (3) D) T m O) D) 6) m D) Dl (n (n FO N M d' Ln LD n 00 D) O O H H H i-I N i--1 c-I ci ci i-1 N N N Z O) O) D) D) m (n O) M D) ma) D) D) m V a V u 0 o O O O O O O O O 0 0 0 0 0 O d V O O O O O O O O 0 0 0 0 Vf c p O V m O 00 O O Ln u1 O O O v1 O O M v y O 00 LO N O Ln r, O Vl O r- Nu d M r` ri 00 M O t!1 m r` O N to M r` mCL ; c-I c0-I N cw-i N cw-i e-I c-I N rl O co Ln P m h C O u vi- tnn V? to t/} to L? L? t/T N v O O O O O O O O O O O O N o_ O O O O O O O O o 0 0 0 E u M O 00 d ' O O Ln Ln 0 O •i O 00 O N O to rl O D. r, H 00 M O to m r, O N U1 m v� N cV-I c-1 H c-I c-i C m D C E m N Y to t/T in Vl L? L? Lf t/? (n UT V} N O C CL N N rl N c-i H c-1 N rl c-I H H Ln O E E Z G) t C 00 b0 Z v v Q cr O r ri ri ra r -+ LnLU m m N c a bn a m C m 7 m u F r` ci 4- O O a_+ V31 a a a a a a a a a s a C m W W W W W W W W W W W 5 0) Ln O u �n u �n O �n a v� u �n a v m m O Oli LOn O ON O LQ Ln N 1! Z EF N F= N F= O) G! 0/ G/ v+ rl m B cL a -a �n _� ON 00 Ln C3 N m 00 O 14 N In E F- E w E F- E �- E U- E a v a °/ m 0o v of r: ni & ri ip u l0 O1 l0 O) l0 O) lO Ol l0 O1 lO Ol .fl Q M -i N w �n ^. 00 �n w W w W ^ E ^ E N N N M °r+° m � kR L d' E ar °' E +� E v +' a a m a v m m a, a ri cni m y Ln of 0 _ _ _ E a, +� E Ol +� E v Y N m N Y Y O „ Y O N ate+ O y O N Y O r 0 N a a Q m d O. O_ Q. 0- O Y O) Y a F ttiO m O m O m O m O m O m F- o F- O O 3 0 0 0 0 bn 0 0 O o O ° F CL F n I- in F- in F N F N in 0 N F• F• t/T L? L? L? to L? N L? �? O V W W O O a F• F• G W W 0 0 W W a CL LL m w = W C O 0 Q O m N N Q X X Y F- 2 x x Z Q J J J J i N z z LnLn v a O O on c F H � O o 0 Y T c C E E a a a a a a z z v oo ; ri r 1 N ri 0 > > = o = >- v o O o m N (D (D mC9 vv _ Y E c a J a J a a w Z Z F do o n m CL a a a a a a N Z O O ai Y_ ai ; Y C Y n Cl C7 2 C7 C2 2 a a O O 0 'x v X v o X +-, � 0 V) In N N N N J LL LL N w (7 w W W W F— Z LL LL LL LL LL LL O (--. 0 0 Y ; I I I i i i F F- F- F F F• W W W U O e-1 N M V u') lO r` W C N Vl cn cn in cn 0 0 'n, o E Z Z Z Z Z Z a d N N W Z Z z Z Z Z Z Z m uj N M V to LO r, 00 m O ri N M j ? j ? ? = j ? N LO W W lO LD l0 l0 W r, r, r, r, p 0 0 0 0 0 0 0 Q ri r ri i r ri i c-i -i ri ri m O O O O O O O O O (M Ol O) Ol Oj Ol O) O) Ol m O) cn w w W w w w w w Q m m m m m m m m m m N N VI N N to N to F m m m m m m m m m m m m a a a a a a a a O m m m m m m m m m m m m m m m m m m m m F- w m It Ln m r. 00 m o 1 N m F- 0 N N N N N N N M m M m M Z m m m m m m m m m m m m m BID BOND SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Bean Electrical,Inc. " hereinafter, called the Principal, and(Surety Name) SureTec Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATESTAMOUNT BID and No/100 Dollars ($ 5%GAB .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs,executors, administrators, successors and assigns,jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as 2017"Traffic Signal and Street Light Improvements Unit Price Construction Contract NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 22nd,----- way of December 2016 By: Bean Electrical,Inc,,' f. , (Signature and Title 3f Principal) *By: SureTec Insu/ra`� Com a Johnny`'Moss (Signature of Attorney-of-Fact) *Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS POAg: 4221049 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Tony Fierro,Jay Jordan,Johnny Moss,Steven W.Searcey,Robert J.Shuya, Mistie Beck,Jeremy Barnett, Robert G. Kanuth,Jade Porter,Jennifer Cisneros its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 001100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 05118/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-iii-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate basting facsimile signature or facsin'ule seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting field on 20a'of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 3rd day of August A.D. 2015 utaAN� RAN SURETEC INSUtt&NCE COMPANY ��j. ...� +� By, i w 1 John ox Ji'. resident State of Texas ss; County of Harris On this 3rd day of August A.D. 2015 before me personally came John Knox Jr.,to me known,who,being by me duly swom,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so axed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. JACQUELYN MALDONADONotary PublicP. Stale of Texas[010, My Comm.Exp.5/18/2017 Jacq elyu Maldonado,Notary Public My commission expires May 18,2017 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company, which is still in full force and effect;and furths(more,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. v�J Given under my hand and the seal of said Company at Houston,Texas this day of +�L ' ?°�•D 0 M. Brr t Beaty,Assistant ecretary p, Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of 'State Here or Blank , our principal place of business, are required to be % Here_ percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of :State Here or Blank,, our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. El BIDDER: Bean Electrical, Inc RoyE nII 821 E Enon (Signature) Everman, Texas 76140 Title: President Date: zz 2-0 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_13id Proposal Workbook 2017 004511-1 BIDDERS PREQUALIFICATIONS Page i of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids.To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s) listed with their Bid.Any contractor or subcontractor who is 7 not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7) days prior 12 to the date of the opening of bids.For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 23 of Incorporation,Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification.These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual,corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion,or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter,in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10.Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of 1 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s) listed. 6 Major Work Type Contractor/Subcontractor Prequalification Company Name Expiration Date Roadway and Pedestrian Lighting Bean Electrical, Inc 5/4/2017 Water Distribution,Urban and The Fain Group 4/30/2017 Renewal, 12-inch diameter and smaller CCTV, 12 inches and smaller The Fain Group 4/30/2017 Sewer Collection System, The Fain Group 4/30/2017 Urban/Renewal, 12-inches and smaller Sewer Cleaning, 12-inches and The Fain Group 4/30/2017 smaller Asphalt Paving Reynolds Asphalt and 6/1/2017 Construction/Reconstruction Construction (LESS THAN 15,000 square yards) Concrete Paving The Fain Group 4/30/2017 Construction/Reconstruction (LESS THAN 15,000 square yards) 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently prequalified for the work types listed. 11 12 BIDDER: 13 14 Bean Electrical,Inc By:_Roy E Bean II 15 Company (Please Pit—nn ) 16 17 821 E Enon Signature: 18 Address 19 20 Everman Texas 76140 Title: _President 21 City/State/Zip (Please Print) 22 23 Date: 12/22/2016 24 25 END OF SECTION CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 FORT WORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORD CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater,350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller X Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission, Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission, Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller X CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP,24-inches and smaller Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller X Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller X Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works X Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) X Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) X Roadway and Pedestrian Lighting CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual,other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so,state the name of the individual,name of owner and reason. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director,or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse,child, or parent of an owner,officer, stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model, and general common description of each. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said statement. , being duly Sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer;director,or stockholder or relative thereof. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No.Various Projects. Contractor further certifies that,pursuant to Texas Labor Code, 6 Section 406.096(b),as amended, it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. 8 9 CONTRACTOR: 10 11 Bean Electrical,Inc By:_Roy4Bean 12 Company ase P t) 13 14 821 E Enon Signature: 15 Address 16 17 Everman Texas 76140 Title:_President 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 B�FORE ME,the undersigned authority, on this day personally appeared 26 O 0 G- f5c'k IaV known to me to be the person whose name is 27 subscribed to the forego' g instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of 094 cn tied ca(.Ttic . for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this a Lp J day of 32 er ,20k. 33 34 CHERYLE R. ESPREE 35 c Notary Public, State of Texas 36 Comm.Expires 02 29 2020 otat Public i r the State of Texas P. "9rF�FNotary ID 1890225 38 END OF SECTION 39 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 00 45 40- 1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 15% of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 30 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 31 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 32 time allocated. A faxed and/or emailed copy will not be accepted. 33 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH 2017 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH 2017 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9,2015 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 5 THIS AGREEMENT, authorized on March 7, 2017 is made by and between the City of Forth 6 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 7 ("City"), and Bean Electrical,Inc. authorized to do business in Texas, acting by and through its 8 duly authorized representative, ("Contractor"). 9 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 10 follows: 11 Article 1. WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Article 2.PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 18 Various Projects; TPW-TM-2017-1 19 Article 3. CONTRACT TIME 20 3.1 Time is of the essence. 21 This contract shall be valid for one full calendar year beginning on the date executed in this 22 agreement. All work shall be defined through task orders to be identified prior to the 23 completion of one full year from the contract execution date. Actual Work completed per 24 this agreement may extend beyond the one year time limit as long as the task order 25 pertaining to the Work is executed prior to the agreement closing date. 26 3.2 Final Acceptance. 27 The Work will be complete for Final Acceptance within the days specified in each task 28 order. 29 3.3 Liquidated damages 30 Contractor recognizes that time is of the essence of this Agreement and that City will 31 suffer financial loss if the Work is not completed within the times specified in Paragraph 32 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 33 General Conditions. The Contractor also recognizes the delays, expense and difficulties 34 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 35 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 36 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 37 City five hundred Dollars ($500.00) for each day that expires after the time specified in 38 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09,2011 August 17,2012February 2,2016 005243-2 Agreement Page 2 of 4 39 Article 4. CONTRACT PRICE 40 City agrees to pay Contractor for performance of the Work in accordance with the Contract 41 Documents an amount in current funds as determined in each task order supplemental to this 42 agreement. At no time shall the contract total exceed three million and 00/100 dollars 43 ($3,000,000.00)without written approval from the City of Fort Worth City Council. 44 Article 5. CONTRACT DOCUMENTS 45 5.1 CONTENTS: 46 A. The Contract Documents which comprise the entire agreement between City and 47 Contractor concerning the Work consist of the following: 48 1. This Agreement. 49 2. Attachments to this Agreement: 50 a. Bid Form 51 1) Proposal Form 52 2) Vendor Compliance to State Law Non-Resident Bidder 53 3) Prequalification Statement 54 4) State and Federal documents (project specific) 55 b. Current Prevailing Wage Rate Table 56 c. Insurance ACORD Form(s) 57 d. Payment Bond 58 e. Performance Bond 59 f. Maintenance Bond 60 g. Power of Attorney for the Bonds 61 h. Worker's Compensation Affidavit 62 i. MWBE MBE and/or SBE Commitment Form 63 i j. Form 1295 Certification No. 64 3. General Conditions. 65 4. Supplementary Conditions. 66 5. Specifications specifically made a part of the Contract Documents by attachment 67 or, if not attached, as incorporated by reference and described in the Table of 68 Contents of the Project's Contract Documents. 69 6. Drawings. 70 7. Addenda. 71 8. Documentation submitted by Contractor prior to Notice of Award. 72 9. The following which may be delivered or issued after the Effective Date of the 73 Agreement and, if issued,become an incorporated part of the Contract Documents: 74 a. Notice to Proceed. 75 b. Field Orders. 76 c. Change Orders. 77 d. Letter of Final Acceptance. 78 79 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09,2011August 17,2012February 2,2016 005243-3 Agreement Page 3 of 4 80 Article 6. INDEMNIFICATION 81 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 82 expense, the city, its officers, servants and employees, from and against any and all 83 claims arising out of, or alleged to arise out of, the work and services to be performed 84 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 85 under this contract. This indemnification provision is specifically intended to operate 86 and be effective even if it is alleged or proven that all or some of the damages being 87 sought were caused,in whole or in part, by any act, omission or negligence of the city. 88 This indemnity provision is intended to include, without limitation, indemnity for 89 costs, expenses and legal fees incurred by the city in defending against such claims and 90 causes of actions. 91 92 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 93 the city,its officers,servants and employees,from and against any and all loss, damage 94 or destruction of property of the city, arising out of,or alleged to arise out of,the work 95 and services to be performed by the contractor, its officers, agents, employees, 96 subcontractors, licensees or invitees under this contract. This indemnification 97 provision is specifically intended to operate and be effective even if it is alleged or 98 proven that all or some of the damages being sought were caused, in whole or in part, 99 by any act,omission or negligence of the city. 100 101 Article 7. MISCELLANEOUS 102 7.1 Terms. 103 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 104 have the meanings indicated in the General Conditions. 105 7.2 Assignment of Contract. 106 This Agreement, including all of the Contract Documents may not be assigned by the 107 Contractor without the advanced express written consent of the City. 108 7.3 Successors and Assigns. 109 City and Contractor each binds itself, its partners, successors, assigns and legal 110 representatives to the other party hereto, in respect to all covenants, agreements and 111 obligations contained in the Contract Documents. 112 7.4 Severability. 113 Any provision or part of the Contract Documents held to be unconstitutional, void or 114 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 115 remaining provisions shall continue to be valid and binding upon CITY and 116 CONTRACTOR. 117 7.5 Governing Law and Venue. 118 This Agreement, including all of the Contract Documents is performable in the State of 119 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 120 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09,2011August 17,2012February 2,2016 005243-4 Agreement Page 4 of 4 121 7.6 Other Provisions. 122 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 123 classified, promulgated and set out by the City, a copy of which is attached hereto and 124 made a part hereof the same as if it were copied verbatim herein, 125 7.7 Authority to Sign. 126 Contractor shall attach evidence of authority to sign Agreement, if other than duly 127 authorized signatory of the Contractor. 128 129 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 130 counterparts. 131 132 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 133 Contractor: _ City of Fort Worth By: Py.� Wlb— Jay Chapa By: Assistant City Manager (Signature) Date � Attest: (Printed Name) City Secfetary Title: ��(aF �®� (Seal) Address: Z� f 6v'��✓ M&C C Date: City/State/Zip:Ar� i4''74F! �x -7�/y Approved as to Form and Legality: �S Date Douglas W. Black Assistant City Attorney 134 135 136 APPROVAL RECOMMENDED: 137 138 139 140 Do as -rsig,P.E. 141 DIRECT , 142 Transportation and Public Works Department 143 OFFICIAL RECORD ii CITY$ACRRTARY i WORTH, CITY OF FORT WO i "" - —. ` _,_ 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09,201 lAugust 17,2012February 2,2016 i I C-28146 C CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-157848 Bean Electrical, Inc. Everman,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/24/2017 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. TPW 2017 Traffic Signal Part 2 Traffic Signal and Street Light Improvements Part 2 Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Bean, Roy EVERMAN,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or aff ,under pe perjury,th a above disclosure is true and correct. .'r"p' CHERYLE R. ESPREE Notary Public,State of Texas •. `'P Comm.Expires 0229-2020 Notary ID 1890225 Sig atur f authorized agent of con tractirig business entity nmu�" AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said J1 h -,this the aqh day of 20__Ll_,to certify which,witness my hand and seal o office. fir. le reel L igna officer admin' ering oath Printed name officer administering oath Title of offi administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensu,7ig all performance and reporting requirements. i Name of Emplo e_e • -Pi0 SS ta'd Title 0061 13-1 PERFORMANCE BOND Page 1 of 2 Bond Number: 4411139 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we,BEANELECTRICAL,INC., known as"Principal"herein and g SureTec Insurance Company , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas,known as"Surety"herein(whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created I l pursuant to the laws of Texas, known as "City"herein, in the penal sum of, THREE MILLION 12 AND 00/100 Dollars 03,000,000.00), lawful money of the United States,to be paid in Fort 13 Worth, Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 14 ourselves, our heirs,executors, administrators, successors and assigns,jointly and severally, 15 firmly by these presents. 16 WHEREAS,the Principal has entered into a certain written contract with the City 17 awarded the 7th day of March,2017,which Contract is hereby referred to and made a part 18 hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and 19 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 20 as provided for in said Contract designated as 21 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 22 City Project Number:Various Proiects, TPW-TM-2017-1 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall 24 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 25 perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void,otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division, 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 33 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 34 accordance with the provisions of said statue. CITY OF FORT WORTH 2017 Traffic Signal&Street Lights Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:Various Projects;TPW TAI-2017-1 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Pale 2 of 2 1 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this 7th day of c , 017. 3 PRINCIP 4 Bean ctrical, I 5 6 7 BY. 8 i re 9 A*E T: 10 12 (Principal)Sefetsy Name and Title 13 14 Address: 821 E Enon 15 Fort Worth,TX 76140 16 17 18 Witness as to Principal 19 SURETY: 20 SureTec Insurance Company 21 22 -- 23 BI's x i_xir,max 24 vSignature 25 26 Mistie Beck,Attorney-in-Fact 27 Name and Title 28 29 Address: P.O. Box 277 30 Rockwall,TX 75087 31 32 33 Witness as to SuretyKes a Crites,Account Manager Telephone Number: 972/772-7220 34 35 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH 2017 Traffic Signal&Street Lights Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: Various Projects;TPTI,TM-2017-1 Revised July 1,2011 0061 14-I PAYMENTBOND Page I of 2 1 SECTION 00 6114 Bond Number: 4411139 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, BEAN ELECTRICAL, INC., known as "Principal" herein, and 8 SureTec Insurance Company a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of THREE MILLION AND 00/100 Dollars ($3,000,000.00), lawful money of the 13 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 14 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 15 assigns,jointly and severally, firmly by these presents: 16 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 17 7th day of March,2017,which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein,to furnish all materials, equipment, labor and other 19 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 20 designated as 2017 Traffic Signal and Street Light Improvements Unit Price Construction 21 Contract, City Project Number.Various Projects; TPW--TM-2017-1; 22 NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any(and all)payment bond beneficiary(as defined in 24 Chapter 2253 of the Texas Government Code,as amended) in the prosecution of the Work under 25 the Contract,then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH 2017 Tiafjic Signa(&Street Lights Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: I'arious Projects;TPN'-T11-2017-1 Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 7th day of March,2017. 3 PRINCIP Bean E ctrical, c. A EST: BY. L— (Principal) Secretary 'Narde and Title Address: 821 E. Enon Fort Worth, TX 76140 Witness as to Principal SURETY: SureTec Insurance Company ATTEST: BY: Signature Mistie Beck)Attorney-in-Fact _ (Surety) Secretary Name and Title Address: P.O. Box 277 III Rockwall, TX 75087 ess as to Sul'etyKesha Crites,Account Manager Telephone Number: 972/772-7220 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address, both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 CITY OF FORT WORTH 2017 Traffic Signa!&Street Lights Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:Nanous Projects;TPGI!Ti11-2017-1 Revised July 1,2011 0061 19-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 Bond Number: 4411139 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we BEANELECTRICAL INC. known as"Principal"herein and 9 SureTec Insurance Company , a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as"Surety"herein (whether one I I or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as"City"herein, in the sum of THREE 13 MILLIONAND 00/100 Dollars( 3,000,000.00), lawful money of the United States,to be paid 14 in Fort Worth,Tarrant County,Texas,for payment of which sum well and truly be made unto the 15 City and its successors,we bind ourselves, our heirs, executors,administrators,successors and 16 assigns,jointly and severally, firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 19 7th day of March,2017,which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 23 designated as 2017 Trak Signal and Street Light Improvements Unit Price Construction 24 Contract, City Proiect Number;Various Projects; TPW-TM-2017-1; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 30 31 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH 1017 Traffic Signal&Street Lights Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: Marious Projects;TPHI-TIMI-1017-1 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work,for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH 2017 Traffic Signal&Street Lights Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: Various Projects;TPFi!-TM-2017-1 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 7th day of March,2017. 3 4 PRINCIP 5 Bean cWn 6 — 7 8 BY. 9 Si tore l0 ATT ST 11 12 `1 13 (Principal)Secretary Name and Title 14 15 Address: 821 E. Enon 16 Fort Worth, TX 76140 1 188 19 Witness as to PriaKcipal 20 SURETY: 21 SureTec Insurance Company 22 ----- 23 n 24 25 Signature _ V 26 27 Mistie Beck,Attorney-in-Fact _ 28 ATTEST: Name and Title 29 30 Address: P.O. Box 277 31 (Surety)Secretary oc wa 7 087 32 �033 34 Milness as to SuretyKesha Crites,Account Manager Telephone Number: 972/772-7220 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 (1) CITY OF FORT WORTH 2017 Trac Signa!&Street Lights Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: Various Projects;TP I-V-TM-2017-1 Revised July I,2011 POA N: 4221049 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Tony Fierro,Jay Jordan,Johnny Moss,Steven W.Searcey, Robert J.Shuya, Mistie Beck, Jeremy Barnett, Robert G. Kanuth,Jade Porter,Jennifer Cisneros its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 05/18/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`4 of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 3rd day of August,A.D. 2015 ���}FIANC � SURETEC INSURANCE COMPANY B w; w j>1 John ox Jr: resident State of Texas ss: 7�., d CO!Z9 County of Harriss �pRYYYlYMW19�`�'p On this 3rd day of August,A.D. 2015 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. =o.�vruB� JACQUELYN MALDONADO Notary Public State of Texas My Comm.Exp.5/18/2017 Jacq elyn Maldonado,Notary Public My commission expires May 18,2017 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect; and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this day of A.D. Bre t Beaty,Assistant�ecrztary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm 03T. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: httr)://www,tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ------------------------------------------------------------------------------------------------------------------------------ Texas Rider 06042015 DATE(MM/DDNYYY) CERTIFICATE OF LIABILITY INSURANCE 3/13/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is.an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Natasha Bart NAME: K&S Insurance Agency PHC No. (972)772-7256 FAX No:(972)771-4695 2255 Ridge Road, Ste. 333 ADDRREss:nhart@kandsins.com P. 0. Box 277 INSURERS AFFORDING COVERAGE NAIC# Rockwall TX 75087 INSURERA:The Cincinnati Insurance Co. 10677 INSURED INSURERB:Texas Mutual Insurance Co. 22945 Bean Electrical, Inc INSURERC:Federal Insurance Company 20281 P.O. Box 40016 INSURERD:Torus National Insurance Company INSURER E: Fort Worth TX 76140 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 SUER POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MWDD/YYYY MMIDD/YYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A CLAIMS-MADE OCCUR PREMISES Ea occu DAMTGE TO-RENTED $ 500,000 ENP0332927 6/15/2016 6/15/2017 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENT AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $ 2,000,000 POLICY a jR0 LOC PRODUCTS-COMP/OP AGG S 2,000,000 OTHER: S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 Ea acc dent A X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED ERA0332927 6/15/2016 6/15/2017 BODILY INJURY(Per accident) $ X HIRED AUTOSAUTOS X n AUTOS NON Ot WNED PROPERTY DAMAGE $ AUTOS Per accide PIP-Basic $ 5,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 5,000,000 A EXCESS LIAB CLAIMS-MADE ENP0332927 6/15/2016 6/15/2017 AGGREGATE $ 5,000,000 DED I I RETENTIONS $ WORKERS COMPENSATION g AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/�N NIA A B (Mandatory In NH) 0001239148 6/15/2016 6/15/2017 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE S 1,000,000 Ues,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Contractors Equipment 45467826 6/15/2016 6/15/2017 Leased/Rented Equipment $200,000 D Excess Liability 7107OP161ALI 6/15/2016 6/15/2017 Each Occurence/Aggregate $4,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Project: 2017 Traffic Signal & Street Light Improvements Project Number: Various Projects; TPW-TM-2017-1 See Attached Page CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1000 Throckmorton ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102-6311 AUTHORIZED REPRESENTATIVE Johnny Moss/HART — --'!� ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025 0II04rrn COMMENTS/REMARKS Additional Insured & Waiver of Suborgation Form #GA233 02/07 Applies to the General Liability Policy. Primary & Non-Contributory Form #GA233 02/07 Applies to General Liability Policy. Additional Insured Form #AA4171 11/05 Applies to the Business Auto Policy. Waiver of Subrogation Form #AA4172 09/09 Applies to the Business Auto Policy. Waiver of Subrogation Form #WC420304B 06/14 Applies to the Workers Compensation Policy. *ALWAYS REFER TO THE ATTACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS & EXCLUSIONS. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. Policy Number: ENP0332927 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS' COMMERCIAL GENERAL LIABILITY BROADENED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Endorsement-Table of Contents: Coverage: Begins on Page: 1. Employee Benefit Liability Coverage.................................................................................................2 2. Unintentional Failure to Disclose Hazards.........................................................................................7 3. Damage to Premises Rented to You.................................................................................................8 4. Supplementary Payments..................................................................................................................9 5. Medical Payments..............................................................................................................................9 6. Voluntary Property Damage(Coverage a.) and Care, Custody or Control Liability Coverage(Coverage b.).......................................................................................................9 7. 180 Day Coverage for Newly Formed or Acquired Organizations...................................................10 8. Waiver of Subrogation.....................................................................................................................10 9. Automatic Additional Insured-Specified Relationships: ...............................................................10 • Managers or Lessors of Premises; • Lessor of Leased Equipment; • Vendors; • State or Political Subdivisions-Permits Relating to Premises; State or Political Subdivisions-Permits; and • Contractors' Operations 10. Broadened Contractual Liability-Work Within 50'of Railroad Property.........................................14 11. Property Damage to Borrowed Equipment......................................................................................14 12. Employees as Insureds-Specified Health Care Services: ...........................................................14 • Nurses; • Emergency Medical Technicians; and • Paramedics 13. Broadened Notice of Occurrence....................................................................................................14 B. Limits of Insurance: The Commercial General Liability Limits of Insurance apply to the insurance provided by this endorse- ment, except as provided below: 1. Employee Benefit Liability Coverage Each Employee Limit: $ 1,000,000 Aggregate Limit: $ 3,000,000 Deductible: $ 1,000 3. Damage to Premises Rented to You The lesser of: a. The Each Occurrence Limit shown in the Declarations;or b. $500,000 unless otherwise stated $ 4. Supplementary Payments a. Bail bonds: $ 1,000 b. Loss of earnings: $ 350 5. Medical Payments Medical Expense Limit: $ 10,000 Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 1 of 15 6. Voluntary Property Damage(Coverage a.) and Care, Custody or Control Liability Coverage (Coverage b.) Limits of Insurance (Each Occurrence) Coverage a.$1,000 Coverage b.$5,000 unless otherwise stated $ Deductibles(Each Occurrence) Coverage a.$250 Coverage b.$250 unless otherwise stated $ COVERAGE PREMIUM BASIS RATE ADVANCE PREMIUM �al Area (For Limits in Excess of (For Limits in Excess of b Payroll $5,000) $5,000) (c) Gross Sales Md Units e Other b. Care, Custody $ or Control TOTAL ANNUAL PREMIUM 11. Property Damage to Borrowed Equipment Each Occurrence Limit: $ 10,000 Deductible: $ 250 C. Coverages: have used up the appli- cable limit of insurance 1. Employee Benefit Liability Coverage in the payment of a. The following is added to SECTION I judgments or settle- - COVERAGES: Employee Benefit ments. Liability Coverage. No other obligation or liabil- (1) Insuring Agreement ity to pay sums or perform acts or services is covered (a) We will pay those sums that unless explicitly provided for the insured becomes legally under Supplementary Pay- obligated to pay as dam- ments. ages caused by any act, er- of the in- (b) This insurance applies to ror or omissiondamages only if the act, er- sured, or any other per- son for whose acts the in- or omission, is negli- ge sured is legally liable, to gently committed in the which this insurance ap- administration of your "employee benefit pro- plies. We will have the right and duty to defend the in- sured against any "suit' 1) Occurs during the pol- seeking those damages. icy period; or However, we will have no duty to defend against any 2) Occurred prior to the "suit" seeking damages to effective date of this which this insurance does endorsement provided: not apply. We may, at our discretion, investigate any a) You did not have report of an act, error or knowledge of a omission and settle any claim or "suit" on claim or "suit" that may re- or before the ef- sult. But: fective date of this endorsement. 1) The amount we will pay for damages is limited You will be as described in SEC- deemed to have TION III - LIMITS OF knowledge of a INSURANCE; and claim or "suit' when any "author- 2) Our right and duty to ized representa- defend ends when we tive"; Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 2 of 15 i) Reports all, or formance of investment any part, of the vehicles; or act, error or omission to us 3) Advice given to any or any other person with respect to insurer; that person's decision to participate or not to ii) Receives a participate in any plan written or ver- included in the "em- bal demand or ployee benefit pro- claim for dam- gram". ages because of the act, er- (f) Workers' Compensation ror or omis- and Similar Laws sion; and Any claim arising out of your b) There is no other failure to comply with the applicable insur- mandatory provisions of any ance. workers' compensation, un- employment compensation (2) Exclusions insurance, social security or disability benefits law or any This insurance does not apply similar law. to: (a) Bodily Injury, Property (g) ERISA Damage or Personal and Damages for which any in- Advertising Injury sured is liable because of li- ability imposed on a fiduci- p y ary by the Employee Re- damage" or "personal and tirement Income Security advertising injury". Act of 1974, as now or (b) Dishonest, Fraudulent, hereafter amended, or by Criminal or Malicious Act any similar federal, state or local laws. Damages arising out of any intentional, dishonest, (h) Available Benefits fraudulent, criminal or mali- Any claim for benefits to the cious act, error or omission, extent that such benefits are committed by any insured, available, with reasonable including the willful or reck- effort and cooperation of the less violation of any statute. insured, from the applicable (c) Failure to Perform a Con- funds accrued or other col- tract lectible insurance. Damages arising out of fail- (i) Taxes, Fines or Penalties ure of performance of con- Taxes, fines or penalties, tract by any insurer. including those imposed (d) Insufficiency of Funds under the Internal Revenue Code or any similar state or Damages arising out of an local law, insufficiency of funds to meet any obligations under (j) Employment-Related any plan included in the Practices "employee benefit pro- Any liability arising out of gram". any: (e) Inadequacy of Perform- (1) Refusal to employ; ance of Investment / Ad- vice Given With Respect (2) Termination of em- to Participation ployment; Any claim based upon: (3) Coercion, demotion, Failure of an invest- evaluation, reassign- 1) y ment, discipline, defa- ment to perform; mation, harassment, 2) Errors in providing in- humiliation, discrimina- formation on past per- tion or other employ- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 3 of 15 ment-related practices, (e) A trust, you are an insured. acts or omissions; or Your trustees are also in- 4 Consequential liability in- sureds, but only with re- ( ) q ty spect to their duties as trus- as a result of(1), (2) or tees. (3)above. This exclusion applies (2) Each of the following is also an pP insured: whether the insured may be held liable as an employer (a) Each of your "employees" or in any other capacity and who is or was authorized to to any obligation to share administer your "employee damages with or repay benefit program". someone else who must pay damages because of (b) Any persons, organizations the injury. or "employees" having proper temporary authoriza- (3) Supplementary Payments tion to administer your "em- ployee benefit program" if SUPPLEMENTARY PAY- you die, but only until your MENTS -COVERAGES A AND legal representative is ap- pointed. B also apply to this Coverage. b. Who is an Insured (c) Your legal representative if you die, but only with re- As respects Employee Benefit Liabil- spect to duties as such. ity Coverage, SECTION II -WHO IS That representative will AN INSURED is deleted in its en- have all your rights and du- tirety and replaced by the following: ties under this Coverage Part. (1) If you are designated in the Dec- larations as: (3) Any organization you newly ac- quire or form, other than a part- (a) An individual, you and your nership, joint venture or limited spouse are insureds, but liability company, and over only with respect to the con- which you maintain ownership or duct of a business of which majority interest, will qualify as a you are the sole owner. Named Insured if no other simi- lar insurance applies to that or- (b) A partnership or joint ven- ganization. However, coverage ture, you are an insured. under this provision: Your members, your part- ners, and their spouses are (a) Is afforded only until the also insureds but only with 180th day after you acquire respect to the conduct of or form the organization or your business. the end of the policy period, (c) A limited liability company, whichever is earlier; and you are an insured. Your (b) Does not apply to any act, members are also insureds, error or omission that was but only with respect to the committed before you ac- conduct of your business. quired or formed the organi- Your managers areinsur- zation. eds, but only with respect to their duties as your manag- c. Limits of Insurance ers. As respects Employee Benefit Liabil- (d) An organization other than a ity Coverage, SECTION III - LIMITS partnership, joint venture or OF INSURANCE is deleted in its en- limited liability company, tirety and replaced by the following: you are an insured. Your (1) The Limits of Insurance shown "executive officers" and di- in Section B. Limits of Insur- rectors are insureds, but ance, 1. Employee Benefit Li- only with respect to their du- ability Coverage and the rules ties as your officers or direc- below fix the most we will pay tors. Your stockholders are regardless of the number of: also insureds, but only with respect to their liability as (a) Insureds; stockholders. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 4 of 15 (b) Claims made or "suits" (b) The deductible amount brought; stated in the Declarations c Persons or organizations applies to all damages sus- ( ) g tained by any one "em- making claims or bringing ployee", including such"em- "suits"; ployee's" dependents and (d) Acts,errors or omissions; or beneficiaries, because of all acts, errors or omissions to (e) Benefits included in your which this insurance ap- "employee benefit pro- plies. gram--. (c) The terms of this insurance, (2) The Aggregate Limit shown in including those with respect Section B. Limits of Insurance, to: 1. Employee Benefit Liability Coverage of this endorsement 1) Our right and duty to is the most we will pay for all defend the insured damages because of acts, errors against any "suits" or omissions negligently commit- seeking those dam- ted in the "administration" of ages; and your "employee benefit pro- 2) Your duties, and the gram". duties of any other in- (3) Subject to the limit described in volved insured, in the (2) above, the Each Employee event of an act, error or Limit shown in Section B.Limits omission,or claim, of Insurance, 1. Employee apply irrespective of the ap- Benefit Liability Coverage of plication of the deductible this endorsement is the most we amount. will pay for all damages sus- tained by any one "employee", (d) We may pay any part or all including damages sustained by of the deductible amount to such "employee's" dependents effect settlement of any and beneficiaries, as a result of claim or"suit"and, upon no- tificationa An act, error or omission; or of the action taken, ( ) you shall promptly reim- (b) A series of related acts, er- burse us for such part of the rors or omissions, regard- deductible amount as we less of the amount of time have paid. that lapses between such d. Additional Conditions acts, errors or omissions, As respects Employee Benefit Li- negligently committed in the ability Coverage, SECTION IV - "administration" of your "em- COMMERCIAL GENERAL LIABIL- ployee benefit program". ITY CONDITIONS is amended as fol- However, the amount paid under lows: this endorsement shall not ex- (1) Item 2. Duties in the Event of ceed, and will be subject to the Occurrence, Offense, Claim or limits and restrictions that apply Suit is deleted in its entirety and to the payment of benefits in any replaced by the following: plan included in the "employee benefit program". 2. Duties in the Event of an Act, Error or (4) Deductible Amount Omission,or Claim or Suit a Our obligation to a dam- a. You must see to it that we are noti- ( ) g pay fied as soon as practicable of an act, ages on behalf of the in- error or omission which may result in sured applies only to the a claim. To the extent possible, no- amount of damages in ex- tice should include: cess of the deductible amount stated in the Decla- (1) What the act, error or omission rations as applicable to was and when it occurred;and Each Employee. The limits of insurance shall not be re- (2) The names and addresses of duced by the amount of this anyone who may suffer dam- deductible. ages as a result of the act, error or omission. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 5 of 15 b. If a claim is made or"suit" is brought b. Method of Sharing against any insured, you must: If all of the other insur- (1) Immediately record the specifics ance permits contribu- of the claim or "suit" and the tion by equal shares, date received; and we will follow this 2 Notify us as soon as.practicable. method also. Under ( ) � P this approach each in- You must see to it that we receive surer contributes equal written notice of the claim or"suit"as amounts until it has soon as practicable. paid its applicable limit of insurance or none of c. You and any other involved insured the loss remains, must: whichever comes first. (1) Immediately send us copies of If any of the other in- any demands, notices, sum- surance does not per- monses or legal papers received mit contribution by in connection with the claim or equal shares, we will "suit"; contribute by limits. Under this method, (2) Authorize us to obtain records each insurer's share is and other information; based on the ratio of its (3) Cooperate with us in the investi- applicable limit of in- gation or settlement of the claim surance to the total ap- or defense against the "suit"; plicable limits of insur- and ance of all insurers. (4) Assist us, upon our request, in c. No Coverage the enforcement of any right This insurance shall not against any person or organiza- cover any loss for tion which may be liable to the which the insured is en- insured because of an act, error titled to recovery under or omission to which this insur- any other insurance in ance may also apply. force previous to the ef- d. No insured will, except at that in- fective date of this sured's own cost, voluntarily make a Coverage Part. payment, assume any obligation, or e. Additional Definitions incur any expense without our con- sent. As respects Employee Benefit Li- t Item 5. Other Insurance is de- ability Coverage, SECTION V - ( ) DEFINITIONS is amended as fol- leted in its entirety and replaced lows: by the following: 5. Other Insurance (1) The following definitions are added: If other valid and collectible 1. 'Administration" means: insurance is available to the insured for a loss we cover a. Providing information to under this Coverage Part, "employees", including our obligations are limited their dependents and as follows: beneficiaries, with re- spect to eligibility for or a. Primary Insurance scope of "employee This insurance is pri- benefit programs"; mary except when c. b. Interpreting the "em- below applies. If this ployee benefit pro- insurance is primary, grams"; our obligations are not affected unless any of c. Handling records in the other insurance is connection with the also primary. Then, we "employee benefit pro- will share with all that grams'; or other insurance by the d, Effecting, continuing or method described in b. terminating an "em- below. ployee's" participation Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 6 of 15 in any benefit included benefits, workers' com- in the "employee bene- pensation and disability fit program". benefits; and However, "administration" d. Vacation plans, includ- does not include: ing buy and sell pro- grams; leave of ab- a. Handling payroll sence programs, in- tions; or cluding military, mater- b. The failure to effect or nity, family, and civil maintain any insurance leave; tuition assis- or adequate limits of tance plans; transporta- coverage of insurance, tion and health club including but not limited subsidies. to unemployment in- (2) The following definitions are de- surance, social security leted in their entirety and re- benefits, workers' com- placed by the following: pensation and disability benefits. 21. "Suit' means a civil pro- tans" means ceeding in which money 2. "Cafeteria p damages because of an act, plan authorized by applica- error or omission to which ble law to allow "employ- this insurance applies are eesP to elect to pay for cer- alleged. "Suit' includes: tain benefits with pre-tax dollars. a. An arbitration proceed- ing in which such dam- 3. "Employee benefit pro- ages are claimed and grams" means a program to which the insured providing some or all of the must submit or does following benefits to "em- submit with our con- ployees", whether provided sent; through a "cafeteria plan" or otherwise: b. Any other alternative a. Grouplife insurance; dispute resolution pro- ceeding in which such group accident or damages are claimed health insurance; den- and to which the In- tal, vision and hearing sured submits with our plans; and flexible consent;or spending accounts; provided that no one c. An appeal of a civil pro- other than an "em- ceeding. ployee" may subscribe to such benefits and 8. "Employee" means a per- such benefits are made son actively employed, for- generally available to merly employed,on leave of those "employees"who absence or disabled, or re- satisfy the plan's eligi- tired. "Employee" includes bility requirements; a "leased worker". "Em- ployee" does not include a b. Profit sharing plans, "temporary worker". employee savings plans, employee stock 2. Unintentional Failure to Disclose Haz- ownership plans, pen- ards sion plans and stock SECTION IV-COMMERCIAL GENERAL subscription plans, pro- LIABILITY CONDITIONS, 7. Represen- vided that no one other tations is hereby amended by the addi- than an "employee" tion of the following: may subscribe to such benefits and such Based on our dependence upon your rep- benefits are made gen- resentations as to existing hazards, if un- erally available to all intentionally you should fail to disclose all "employees" who are such hazards at the inception date of your eligible under the plan policy, we will not reject coverage under for such benefits; this Coverage Part based solely on such c. Unemployment insur- failure. ance, social security Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 7 of 15 3. Damage to Premises Rented to You f) Nesting or infesta- a. The last Subparagraph of Paragraph infesta- tion, rel a�seharof 2. SECTION I - COVERAGES, waste products or COVERAGE A. - BODILY INJURY secretions, by in- AND PROPERTY DAMAGE, 2. LI- sects, birds, ro- ABILITY Exclusions is hereby de- dents or other leted and replaced by the following: animals. Exclusions c. through q,do not apply (b) Loss caused directly or indi- to damage by fire, explosion, light- rectly by any of the follow- ning, smoke or soot to premises ing: while rented to you or temporarily oc- cupied by you with permission of the 1) Earthquake, volcanic owner. eruption, landslide or b. The insurance provided under SEC- any other earth move- TION I -COVERAGES, COVERAGE menta A. BODILY INJURY AND PROP- 2) Water that backs up or ERTY DAMAGE LIABILITY applies overflows from a sewer, to "property damage" arising out of drain or sump; water damage to premises that are both rented to and occupied by you. 3) Water under the ground surface pressing on, or (1) As respects Water Damage Le- flowing or seeping gal Liability, as provided in through: Paragraph 3.b.above: a) Foundations, The exclusions under SECTION walls, floors or I - COVERAGES, COVERAGE paved surfaces; A. BODILY INJURY AND PROPERTY DAMAGE LIABIL- b) Basements, ITY, 2. Exclusions, other than i. whether paved or War and the Nuclear Energy not; or Liability Exclusion, are deleted c) Doors, windows or and the following are added: other openings. This insurance does not apply (c) Loss caused by or resulting to: from water that leaks or (a) 'Property damage": flows from plumbing, heat- ing, air conditioning, or fire 1) Assumed in any con- protection systems caused tract;or by or resulting from freez- 2) Loss caused by or re- ing, unless: sulting from any of the 1) You did your best to following: maintain heat in the a) Wear and tear; building or structure;or b Rust, corrosion, 2) You drained the equipment and shut off fungus, decay, de- the water supply if the terioration, hidden pp y or latent defect or heat was not main- any quality in tained. property that (d) Loss to or damage to: causes it to dam- age or destroy it- 1) Plumbing, heating, air self; conditioning, fire pro- tection systems, or C) Smog; other equipment or ap- d) Mechanical break pliances; or down including 2) The interior of any rupture or bursting building or structure, or caused by cen- to personal property in trifugal force; the building or structure e) Settling, cracking, caused by or resulting from rain, snow, sleet shrinking or ex- or ice, whether driven pansion;or by wind or not. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 8 of 15 c. Limit of Insurance Limits of Insurance, 5. Medical Pay- The Damage to Premises Rented to ments of this endorsement. You Limit as shown in the Declara- 6. Voluntary Property Damage and Care, tions is amended as follows: Custody or Control Liability Coverage (2) Paragraph 6. of SECTION III - a. Voluntary Property Damage Cov- LIMITS OF _INSURANCE is erage hereby deleted and replaced by the following: We will pay for "property damage"to property of others arising out of op- 6. Subject to 5. above, the erations incidental to the insured's Damage to Premises business when: Rented to You Limit is the most we will pay under (1) Damage is caused by the in- COVERAGE A. BODILY sured; or INJURY AND PROPERTY (2) Damage occurs while in the in- DAMAGE LIABILITY, for sured's possession. damages because of prop- erty damage" to premises With your consent, we will make while rented to you or tem- these payments regardless of fault. porarily occupied by you with permission of the b. Care, Custody or Control Liability owner, arising out of any Coverage one "occurrence" to which SECTION I - COVERAGES, COV- this insurance applies. ERAGE A. BODILY INJURY AND (3) The amount we will pay is lim- PROPERTY DAMAGE LIABILITY, ited as described in Section B. 2. Exclusions, j. Damage to Prop- Limits of Insurance, 3. Dam- erty, Subparagraphs (3), (4) and (5) age to Premises Rented to do not apply to"property damage"to You of this endorsement. the property of others described therein. 4. Supplementary Payments With respect to the insurance provided by Under SECTION I - COVERAGE, SUP- this section of the endorsement, the fol- PLEMENTARY PAYMENTS - COVER- lowing additional provisions apply: AGES A AND B: a. The Limits of Insurance shown in the a. Paragraph 2. is replaced by the fol- Declarations are replaced by the lim- lowing: its designated in Section B. Limits of Up to the limit shown in Section B. Insurance, 6. Voluntary PropertyDamage and Care, Custody or Limits of Insurance, Bait Bonds Control Liability Coverage of this of this endorsement foror cost bail endorsement with respect to cover- bonds required because of accidents ents age provided by this endorsement. or traffic law violations arising out of These limits are inclusive of and not the use of any vehicle to which the in addition to the limits being re- Bodily Injury Liability Coverage placed. The Limits of Insurance plies. We do not have to furnish sh shown in Section B. Limits of Insur- ance, 6. Voluntary Property Dam- b. Paragraph 4. is replaced by the fol- age and Care, Custody or Control lowing: Liability Coverage of this endorse- ment fix the most we will pay in any All reasonable expenses incurred by one "occurrence" regardless of the the insured at our request to assist number of: us in the investigation or defense of the claim or "suit", including actual (1) Insureds; loss of earnings up to the limit shown (2) Claims made or "suits" brought; in Section B. Limits of Insurance, or 4.b. Loss of Earnings of this en- dorsement per day because of time (3) Persons or organizations making off from work. claims or bringing"suits". 5. Medical Payments b. Deductible Clause The Medical Expense Limit of Any One (1) Our obligation to pay damages Person as stated in the Declarations is on your behalf applies only to amended to the limit shown in Section B. the amount of damages for each "occurrence" which are in ex- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 9 of 15 cess of the deductible amount (1) Any person or organization de- stated in Section B. Limits of scribed in Paragraph 9.a.(2) be- Insurance, 6. Voluntary Prop- low (hereinafter referred to as ertyy Damage and Care, Cus- additional insured) whom you tody or Control Liability Cov- are required to add as an addi- erage of this endorsement. The tional insured under this Cover- limits of insurance will not be re- age Part by reason of: duced by the application of such deductible amount. (a) A written contract or agree- ment; or (2) Condition 2. Duties in the Event of Occurrence, Offense, (b) An oral agreement or con- Claim or Suit, applies to each tract where a certificate of claim or"suit" irrespective of the insurance showing that per- amount. son or organization as an additional insured has been (3) We may pay any part or all of issued, the deductible amount to effect settlement of any claim or "suit" is an insured, provided: and, upon notification of the ac- (a) The written or oral contract tion taken,you shall promptly re- or agreement is: imburse us for such part of the deductible amount as has been 1) Currently in effect or paid by us. becomes effective dur- 7. 180 Day Coverage for Newly Formed or ing the policy period; Acquired Organizations and SECTION II - WHO IS AN INSURED is 2) Executed prior to an amended as follows: occurrence or offense to which this insurance Subparagraph a. of Paragraph 4. is would apply;and hereby deleted and replaced by the fol- (b) They are not specifically lowing: named as an additional in- a. Insurance under this provision is af- sured under any other pro- forded only until the 180th day after vision of, or endorsement you acquire or form the organization added to, this Coverage or the end of the policy period, Part. whichever is earlier; (2) Only the following persons or 8. Waiver of Subrogation organizations are additional in- sureds under this endorsement, SECTION IV-COMMERCIAL GENERAL and insurance coverage pro- LIABILITY CONDITIONS, 9. Transfer of vided to such additional insureds Rights of Recovery Against Others to is limited as provided herein: Us is hereby amended by the addition of the following: (a) The manager or lessor of a premises leased to you with We waive any right of recovery we may whom you have agreed per have because of payments we make for Paragraph 9.a.(1) above to injury or damage arising out of your ongo- provide insurance, but only ing operations or "your work" done under with respect to liability aris- a written contract requiring such waiver ing out of the ownership, with that person or organization and in- maintenance or use of that cluded in the "products-completed opera- part of a premises leased to tions hazard". However, our rights may you, subject to the following only be waived prior to the "occurrence" additional exclusions: giving rise to the injury or damage for which we make payment under this Cov- This insurance does not ap- erage Part. The insured must do nothing ply to. after a loss to impair our rights. At our 1) Any"occurrence"which request, the insured will bring suit or takes place after you transfer those rights to us and help us en- cease to be a tenant in force those rights. that premises. 9. Automatic Additional Insured - Speci- 2) Structural alterations, fied Relationships new construction or a. The following is hereby added to demolition operations SECTION II-WHO IS AN INSURED: performed by or on be- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 10 of 15 half of such additional solely for the pur- insured. pose of inspection, person or organization demonstration, (b) Any p 9 testing, or the from which you lease substitution of equipment with whom you parts under in- have agreed per Paragraph structions from the - 9.a.(1) above to providein- manufacturer, and surance. Such person(s) or then repackaged organization(s) are insureds in the original con- solely with respect to their tainer; liability arising out of the maintenance, operation or e) Any failure to use by you of equipment make such inspec- leased to you by such per- tions, adjustments, son(s) or organizations(s). tests or servicing However, this insurance as the vendor has does not apply to any "oc- agreed to make or currence"which takes place normally under- after the equipment lease takes to make in expires. the usual course person or organization of business, in (c) Any p 9 connection with (referred to below as ven- the distribution or dor) with whom you have sale of the prod- agreed per Paragraph ucts; 9.a.(1) above to provide in- surance, but only with re- f) Demonstration, in- spect to "bodily injury" or stallation, servic- "property damage" arising ing or repair op- out of"your products" which erations, except are distributed or sold in the such operations regular course of the ven- performed at the dor's business, subject to vendor's premises the following additional ex- in connection with clusions: the sale of the 1) The insurance afforded product; the vendor does not g) Products which, apply to: after distribution or "Bodilyinor sale by you, have a injury" been labeled or re- "property damage" labeled or used as for which the ven- a container, part or dor is obligated to ingredient of any pay damages by other thing or sub- reason of the as- stance by or for sumption of liabil- the vendor. ity in a contract or agreement. This 2) This insurance does exclusion does not not apply to any in- apply to liability for sured person or organi- damages that the zation: vendor would have in the absence of a) From whom you the contract or have acquired agreement; such products, or any ingredient, b) Any express war- part or container, ranty unauthorized entering into, ac- by you; companying or An physical or containing such c Any p Y products; or chemical change in the product b) When liability in- made intentionally cluded within the by the vendor; "products- completed completed opera- ) Repackaging, unless unpacked tions hazard has Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 11 of 15 been excluded (f) Any person or organization under this Cover- with which you have agreed age Part with re- per Paragraph 9.a.(1)above spect to such to provide insurance, but products. only with respect to liability d An state or political subdi- arising out of "your work" ( ) y p performed for that additional vision-with-which-you-have ----- ----insured-by-you-or--on-your agreed per Paragraph behalf. A person or organi- 9.a.(1) above to provide in- zation's status as an insured surance, subject to the fol- under this provision of this lowing additional provision: endorsement continues for This insurance applies only only the period of time re- with respect to the following quired by the written con- hazards for which the state tract or agreement, but in no or political subdivision has event beyond the expiration issued a permit in connec- date of this Coverage Part. tion with premises you own, If there is no written contract rent or control and to which or agreement, or if no pe- this insurance applies: riod of time is required by the written contract or 1) The existence, mainte- agreement, a person or or- nance, repair, construc- ganization's status as an in- tion, erection, or re- sured under this endorse- moval of advertising ment ends when your op- signs, awnings, cano- erations for that insured are pies, cellar entrances, completed. coal holes, driveways, manholes, marquees, (3) Any insurance provided to an hoist away openings, additional insured designated sidewalk vaults, street under Paragraph 9.a.(2): banners, or decorations (a) Subparagraphs (e) and (f) and similar exposures; does not apply to "bodily in- or jury" or "property damage" 2) The construction, erec- included within the "prod- tion, or removal of ele- ucts-completed operations vators; or hazard"; 3) The ownership, main- (b) Subparagraphs (a), (b), (d), tenance, or use of any (e)and (f) does not apply to elevators covered by "bodily injury", "property damage" or "personal and this insurance, advertising injury" arising (e) Any state or political subdi- out of the sole negligence or vision with which you have willful misconduct of the ad- agreed per Paragraph ditional insured or their 9.a.(1) above to provide in- agents, "employees" or any surance, subject to the fol- other representative of the lowing provisions: additional insured; or 1) This insurance applies (c) Subparagraph (f) does not only with respect to op- apply to "bodily injury", erations performed by "property damage" or "per- you or on your behalf sonal and advertising injury" for which the state or arising out of political subdivision has issued a permit. 1) Defects in design fur- nished by or on behalf 2) This insurance does of the additional in- not apply to "bodily in- sured; or jury", "property dam- age" or "personal and 2) The rendering of, or advertising injury" aris- failure to render, any ing out of operations professional architec- performed for the state tural, engineering or or political subdivision. surveying services, in- cluding: Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 12 of 15 a) The preparing, primary to other insurance approving or fail- available to the additional ing to prepare or insured except: approve maps, shop drawings, 1) As otherwise provided opinions, reports, in SECTION IVCOMMERCIAL GEN- surveys, field or- - ---- - ---- --- -- ---ders—change—or-- _.____ERAL _ LIABILITY ders or drawings CONDITIONS, 5. and specifications; Other Insurance, b. and Excess Insurance; or b) Supervisory, in- 2) For any other valid and spection, architec- collectible insurance tural or engineer- available to the addi- ing activities. tional insured as an additional insured by 3) "Your work" for which a attachment of an en- consolidated (wrap-up) dorsement to another insurance program has insurance policy that is been provided by the written on an excess primecontractor-project basis. In such case, manager or owner of the coverage provided the construction project under this endorsement in which you are in- shall also be excess. volved. (2) Condition 11. Conformance to b. Only with regard to insurance pro- Specific Written Contract or vided to an additional insured desig- Agreement is hereby added: nated under Paragraph 9.a.(2) Sub- paragraph Specific (f) above, SECTION III - Written Contract or LIMITS OF INSURANCE is amended to include: Agreement The limits applicable to the additional With respect to additional insured are those specified in the insureds described in Para- written contract or agreement or in graph 9.a.(2)(f) above only: the Declarations of this Coverage If a written contract or Part, whichever are less. If no limits agreement between you are specified in the written contract or and the additional insured agreement, or if there is no written specifies that coverage for contract or agreement, the limits ap- the additional insured: plicable to the additional insured are those specified in the Declarations of a. Be provided by the In- this Coverage Part. The limits of in- surance Services Office surance are inclusive of and not in additional insured form addition to the limits of insurance number CG 20 10 or shown in the Declarations. CG 20 37 (where edi- c. SECTION IV -COMMERCIAL GEN- tion specified); or ERAL LIABILITY CONDITIONS is b. Include coverage for hereby amended as follows: completed operations; (1) Condition 5. Other Insurance is or amended to include: G. Include coverage for (a) Where required by a written "your work"; contract or agreement, this and where the limits or cov- insurance is primary and / erage provided to the addi- or noncontributory as re- tional insured is more re- spects any other insurance strictive than was specifi- policy issued to the addi- cally required in that written tional insured, and such contract or agreement, the other insurance policy shall terms of Paragraphs be excess and / or noncon- 9.a.(3)(a), 9.a.(3)(b) or 9.b. tributing, whichever applies, above, or any combination with this insurance. thereof, shall be interpreted (b) Any insurance provided by as providing the limits or this endorsement shall be coverage required by the terms of the written contract Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 13 of 15 or agreement, but only to (c) Persons or organizations the extent that such limits or making claims or bring coverage is included within "suits". the terms of the Coverage Part to which this endorse- (2) Deductible Clause ment is attached. If, how- (a) Our obligation to pay dam- ever, the written contract or ageson behalf applies_— --------agreement-specifies-the-In--- -- - - -- - - surance Services Office ad- only to the amount dam- ditional insured form num- ages for each "occurrence" dwhich are in excess of the er CG 20 10 but does not Deductible amount stated in specify which edition, or Section B. Limits of Insur- specifies an edition that ance, 11. of this endorse- does not exist, Paragraphs ment. The limits of insur- 9.a.(3)(a) and 9.a.(3)(b) of ance will not be reduced by this endorsement shall not the application of such De- apply and Paragraph 9.b. of ductible amount. this endorsement shall ap- ply. (b) Condition 2. Duties in the 10. Broadened Contractual Liability-Work Event of Occurrence, Of- Within 50' of Railroad Property fense, Claim or Suit, ap- plies to each claim or "suit' It is hereby agreed that Paragraph f.(1)of irrespective of the amount. Definition 12. "Insured contract" (SEC- TION V-DEFINITIONS) is deleted. (c) We may pay any part or all of the deductible amount to 11. Property Damage to Borrowed Equip- effect settlement of any ment claim or"suit"and, upon no- tification of the action taken, a. The following is hereby added to Ex- you shall promptly reim- clusion j. Damage to Property of burse us for such part of the Paragraph 2., Exclusions of SEC- deductible amount as has TION I -COVERAGES, COVERAGE been paid by us. A. BODILY INJURY AND PROP- ERTY DAMAGE LIABILITY: 12. Employees as Insureds - Specified Health Care Services Paragraphs (3) and (4) of this exclu- sion do not apply to tools or equip- Y g ment loaned to you, provided they 2.a.(1)(d) of SECTION If - WHO IS AN are not being used to perform opera- INSURED, does not apply to your "em- tions at the time of loss. ployees" who provide professional health care services on your behalf as duly li- b. With respect to the insurance pro- censed: vided by this section of the endorse- ment, the following additional provi- a. Nurses; sions apply: b. Emergency Medical Technicians; or (1) The Limits of insurance shown in c. Paramedics, the Declarations are replaced by the limits designated in Section in the jurisdiction where an "occurrence" B. Limits of Insurance, 11. of or offense to which this insurance applies this endorsement with respect to takes place. coverage provided by this en- dorsement. These limits are in- 13. Broadened Notice of Occurrence clusive of and not in addition to Paragraph a. of Condition 2. Duties in the limits being replaced. The the Event of Occurrence, Offense, Limits of Insurance shown in Claim or Suit(SECTION IV-COMMER- Section B. Limits of Insurance, CIAL GENERAL LIABILITY CONDI- 11. of this endorsement fix the TIONS) is hereby deleted and replaced most we will pay in any one "oc- by the following: currence" regardless of the number of. a. You must see to it that we are noti- (a) Insureds; fied as soon as practicable of an "oc- currence" or an offense which may (b) Claims made or "suits" result in a claim. To the extent pos- brought;or sible, notice should include: (1) How, when and where the "oc- currence" or offense took place; Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 14 of 15 (2) The names and addresses of This requirement applies only when any injured persons and wit- the 'occurrence" or offense is known nesses; and to an"authorized representative". (3) The nature and location of any injury or damage arising out of the'occurrence"or offense. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 15 of 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: 6/15/2016 EBA0332927 Named Insured: Bean Electrical, Inc. Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SECTION II - LIABILITY COVERAGE, A. Cover- age, I. Who is an Insured is amended to include as an insured any person or organization with which you have agreed in a valid written contract to provide insurance as is afforded by this policy. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been executed prior to the "bodily injury"or"property damage". AA 4171 11 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION - AUTO This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: 06/15/2016 EBA0332927 Named Insured: Bean Electrical, Inc. Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. 1. Blanket Waiver of Subrogation of payments we make for "bodily injury" or SECTION IV - BUSINESS AUTO CONDI- "property damage" arising out of the operation of a covered "auto" when you have assumed TIONS, A. Loss Conditions, 5. Transfer of Rights of Recovery Against Others to Us is liability for such "bodily injury" nt "property amended b the addition of the following: damage under an insured contract", pro- amended g: vided the bodily injuryor property damage We waive any right of recovery we may have occurs subsequent to the execution of the "in- against any person or organization because sured contract". AA 4172 09 09 Teaxasmutuz Insurance Company WORKERS'COMPENSATION AND WC 11.2 03 104 B EMPLOYERS LIABILITY POLICY Agent Copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A, of the Information Page. 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, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4. Advance Premium: INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 06/15/2016 at 12:01 a.m,standard time,forms a part of: Policy No.0001239148 of Texas Mutual insurance Company effective on 06/1512016 Issued to: BEAN ELECTRICAL INC Premium: $6,333.00 Authorized Representative NCCI Carrier Code:29939 06/13/2016 PO Box 12058,Austin,TX 78711-2058 1 of 1 (800)859-5995 1 Fax(800)359-0650 1 texasmutuai.com WC 42 03 04 B STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters..........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..................................................................................................................... 21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febr ary2,2016 Article 10-Changes in the Work;Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances;Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price;Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ...................................................................:....................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Pagel of 63 ARTICLE 1–DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day –A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contracl STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims —A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services— The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 29. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44.Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46.Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47.Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 00 72 00-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. 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 reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours—Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty,or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. D. Furnish,Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions;or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 1 I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2, those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents;or 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; CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site;or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction;and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.' Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are 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. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured.There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees,shrubbery, plants, 18 lawns,fences,culverts,curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines,or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual,or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act,omission,neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work,material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight,and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 1100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys,or other public places 34 or other rights-of-way as provided for in the ordinances of the City,as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials,and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 I 2 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 3 4 SC-9.01.,"City's Project Manager" 5 6 The City's Project Manager for this Contract is William Todd Estes,P.E.,or his/her successor pursuant to 7 written notification from the Director of Transportation and Public Works. 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01.,"City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company,separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing,insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way,all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies ofthe insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: 38 2013 PREVAILING WAGE RATES 39 40 SC-6.09.,"Permits and Utilities" 41 42 SC-6.09A.,"Contractor obtained permits and licenses" 43 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 44 45 1. City Street Use Permit. 46 47 SC-6.09B."City obtained permits and licenses" 48 The following are known permits and/or licenses required by the Contract to be acquired by the City: 49 50 None 51 52 SC-6.09C."Outstanding permits and licenses" 53 54 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of October 25, 55 2016: CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of- 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 11 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person/ 25 $500,000 Bodily Injury per accident/ 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks owned by various railroad companies(BNSF, 32 UPRR,TRE,or FWWR). 33 34 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 35 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 36 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 37 Entry Agreement"with the particular railroad company or companies involved,and to this end the 38 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 39 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 40 to the Contractor's use of private and/or construction access roads crossing said railroad company's 41 properties. 42 43 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 44 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 45 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 46 occupy,or touch railroad property: 47 48 (1) General Aggregate: $Confirm Limits with Railroad 49 50 (2) Each Occurrence: $Confirm Limits with Railroad 51 52 X Required for this Contract _Not required for this Contract 53 54 With respect to the above outlined insurance requirements,the following shall govern: 55 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 3 as of October 25,2016. 4 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 5 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 6 and do not bind the City. 7 8 SC-4.02A.,"Subsurface and Physical Conditions" 9 10 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 11 12 None 13 14 The following are drawings of physical conditions in or relating to existing surface and subsurface 15 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 16 17 None 18 19 SC-4.06A.,"Hazardous Environmental Conditions at Site" 20 21 The following are reports and drawings of existing hazardous environmental conditions known to the City: 22 23 None 24 25 SC-5.03A.,"Certificates of insurance" 26 27 The entities listed below are"additional insureds as their interest may appear" including their respective 28 officers,directors,agents and employees. 29 30 (1) City 31 (2) Consultant: None 32 (3) Other: None 33 34 SC-5.04A.,"Contractor's Insurance" 35 36 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 37 coverages for not less than the following amounts or greater where required by laws and regulations: 38 39 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 40 41 Statutory limits 42 Employer's liability 43 $100,000 each accident/occurrence 44 $100,000 Disease-each employee 45 $500,000 Disease-policy limit 46 47 SC-5.04B.,"Contractor's Insurance" 48 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 October 25,2016: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five(5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2,"Availability of Lands" 47 48 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnxy2,2016 007200-I GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmacy2,2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.13); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City;or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City;or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily;or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniaiy2,2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,20I6 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. 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 beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuary2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februaiy2,2016 007200-I GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any,on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-I GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 00 72 00-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.01.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes;and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices 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 negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bidAllowances: 1. Contractor agrees that: CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniazy2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. 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. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. £ The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice.- 1. otice:1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is William Todd Estes, P.E., or his/her successor pursuant to written notification from the Director of Department of Transportation Public Works. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in 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. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contraci STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH 2017 Traffic Signal and Street light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-I GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such 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. Contractor shall CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 00 72 00-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkvy2,2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance, repair,and replacement services;and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified;and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if- a. fa. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 01 1100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names, or 31 catalog numbers. 32 a. When this method of specifying is used,it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers,provided said products are"or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike,discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 f3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion,substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 6 DATE: 7 We hereby submit for your consideration the following product instead of the specified item for 8 the above project: 9 SECTION PARAGRAPH SPECIFIED ITEM 10 11 12 Proposed Substitution: 13 Reason for Substitution: 14 Include complete information on changes to Drawings and/or Specifications which proposed 15 substitution will require for its proper installation. 16 17 Fill in Blanks Below: 18 A. Will the undersigned contractor pay for changes to the building design, including engineering 19 and detailing costs caused by the requested substitution? 20 21 22 B. What effect does substitution have on other trades? 23 24 25 C. Differences between proposed substitution and specified item? 26 27 28 D. Differences in product cost or product delivery time? 29 30 31 E. Manufacturer's guarantees of the proposed and specified items are: 32 33 Equal Better(explain on attachment) 34 The undersigned states that the function, appearance and quality are equivalent or superior to the 35 specified item. 36 Submitted By: For Use by City 37 38 Signature Recommended Recommended 39 as noted 40 41 Firm Not recommended _Received late 42 Address By 43 Date 44 Date Remarks 45 Telephone 46 47 For Use by City: 48 49 Approved Rejected 50 City Date CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 0131 19-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1—General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor,subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 It. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 in. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH 2017 Traffic Signa(and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17,2012 0131 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17,2012 013120-1 PROJECT MEETINGS Page I of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule,attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule,including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others,as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems,conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule,during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 32 16- 1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation,submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2-No schedule submittal required by contract,but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3-Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4-Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5-Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes,expected delays,key schedule issues,critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met,or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day,working 37 days per week,the amount of construction equipment,or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities,and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades),equipment and work schedule(overtime,weekend and holiday 44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time,it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties,strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 ma. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBNHTTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 0132 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 32 33-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: I 1 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 33 00-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing,at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission,C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples,including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 field measurements,field construction criteria,materials,dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 ih inches x 11 inches to 8 i/z inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List,submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12)As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing,sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials,fabrication,and installations in conformance 26 with approved shop drawings,applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings,data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors,including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy,for coordinating the 35 Work with all other associated work and trades,for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include,but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx", beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0135 13-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground)shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers,de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. I 1 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m.to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ),in coordination 28 with the National Weather Service,will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 0131 13 46 G. Water Department Coordination CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate,for a 2 period of time,existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers(USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes,but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance with 33 the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust,capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH Date• DOE NO.XXXX Project!lame: TIE OF TEMPORARY 'WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 4 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 45 23-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City,sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of I l Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power,light,heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting,operation of equipment,or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR]/[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 55 26- 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control,a City Street Use Permit is required. 37 a. To obtain Street Use Permit,submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit,such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 0157 13- 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality:TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting,send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division,(817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 58 13- 1 TEMPORARY PROJECT SIGNAGE Page I of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/-inch fir plywood,grade A-C(exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD[oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 016000- 1 PRODUCT REQUIREMENTS Page I of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use,including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 66 00- 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements I 1 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings,or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly,safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page I of 4 I SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel,equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment,and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel,equipment,and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel,equipment,and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment,supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment,and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 7000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby,idle time,or lost profits associated this 46 Item. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby,idle time,or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents I l b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization"in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 3 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required,shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 3 1 a. Certificate must be sealed by a registered professional land surveyor in the 2 State of Texas. 3 B. Field Quality Control Submittals 4 1. Documentation verifying accuracy of field engineering work. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Construction Staking 9 1. Construction staking will be performed by the Contractor. 10 2. General 11 a. Contractor is responsible for preserving and maintaining stakes. 12 B. Construction Survey 13 1. Construction Survey will be performed by the Contractor. 14 2. Coordination 15 a. Contractor to verify that control data established in the design survey remains 16 intact. 17 b. Coordinate with the City prior to field investigation to determine which 18 horizontal and vertical control data will be required for construction survey. 19 c. It is the Contractor's responsibility to coordinate Construction Survey such that 20 construction activities are not delayed or negatively impacted. 21 3. General 22 a. Construction survey will be performed in order to maintain complete and 23 accurate logs of control and survey work as it progresses for Project Records. 24 b. Construction survey will be performed in order to maintain complete and 25 accurate logs of control and survey work associated with meeting or exceeding 26 the line and grade required by these Specifications. 27 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2- PRODUCTS [NOT USED] 31 PART 3- EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 3 1 3.3 PREPARATION [NOT USED] 2 3.4 APPLICATION 3 3.5 REPAIR/RESTORATION [NOT USED] 4 3.6 RE-INSTALLATION [NOT USED] 5 3.7 FIELD [OR] SITE QUALITY CONTROL 6 A. It is the Contractor's responsibility to maintain all stakes and control data in accordance 7 with this Specification. 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 6/2/2016 S.Arnold Contractor responsible for construction staking and survey 17 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 74 23- 1 CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals,dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic,adhesives, dust, dirt,stains,fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses,lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights,signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 77 19-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 78 23-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 %2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 c. Text: Manufacturer's printed data, or neatly typewritten 2 d. Drawings 3 1) Provide reinforced punched binder tab, bind in with text 4 2) Reduce larger drawings and fold to size of text pages. 5 e. Provide fly-leaf for each separate product,or each piece of operating 6 equipment. 7 1) Provide typed description of product, and major component parts of 8 equipment. 9 2) Provide indexed tabs. 10 f. Cover 11 1) Identify each volume with typed or printed title "OPERATING AND 12 MAINTENANCE INSTRUCTIONS". 13 2) List: 14 a) Title of Project 15 b) Identity of separate structure as applicable 16 c) Identity of general subject matter covered in the manual 17 3. Binders 18 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 19 b. When multiple binders are used,correlate the data into related consistent 20 groupings. 21 4. If available,provide an electronic form of the O&M Manual. 22 B. Manual Content 23 1. Neatly typewritten table of contents for each volume,arranged in systematic order 24 a. Contractor,name of responsible principal,address and telephone number 25 b. A list of each product required to be included, indexed to content of the volume 26 c. List,with each product: 27 1) The name, address and telephone number of the subcontractor or installer 28 2) A list of each product required to be included,indexed to content of the 29 volume 30 3) Identify area of responsibility of each 31 4) Local source of supply for parts and replacement 32 d. Identify each product by product name and other identifying symbols as set 33 forth in Contract Documents. 34 2. Product Data 35 a. Include only those sheets which are pertinent to the specific product. 36 b. Annotate each sheet to: 37 1) Clearly identify specific product or part installed 38 2) Clearly identify data applicable to installation 39 3) Delete references to inapplicable information 40 3. Drawings 41 a. Supplement product data with drawings as necessary to clearly illustrate: 42 1) Relations of component parts of equipment and systems 43 2) Control and flow diagrams 44 b. Coordinate drawings with information in Project Record Documents to assure 45 correct illustration of completed installation. 46 c. Do not use Project Record Drawings as maintenance drawings. 47 4. Written text,as required to supplement product data for the particular installation: CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 a. Organize in consistent format under separate headings for different procedures. 2 b. Provide logical sequence of instructions of each procedure. 3 5. Copy of each warranty,bond and service contract issued 4 a. Provide information sheet for City personnel giving: 5 1) Proper procedures in event of failure 6 2) Instances which might affect validity of warranties or bonds 7 C. Manual for Materials and Finishes 8 1. Submit 5 copies of complete manual in final form. 9 2. Content, for architectural products, applied materials and finishes: 10 a. Manufacturer's data,giving full information on products 11 1) Catalog number, size, composition 12 2) Color and texture designations 13 3) Information required for reordering special manufactured products 14 b. Instructions for care and maintenance 15 1) Manufacturer's recommendation for types of cleaning agents and methods 16 2) Cautions against cleaning agents and methods which are detrimental to 17 product 18 3) Recommended schedule for cleaning and maintenance 19 3. Content, for moisture protection and weather exposure products: 20 a. Manufacturer's data,giving full information on products 21 1) Applicable standards 22 2) Chemical composition 23 3) Details of installation 24 b. Instructions for inspection,maintenance and repair 25 D. Manual for Equipment and Systems 26 1. Submit 5 copies of complete manual in final form. 27 2. Content,for each unit of equipment and system,as appropriate: 28 a. Description of unit and component parts 29 1) Function,normal operating characteristics and limiting conditions 30 2) Performance curves,engineering data and tests 31 3) Complete nomenclature and commercial number of replaceable parts 32 b. Operating procedures 33 1) Start-up,break-in,routine and normal operating instructions 34 2) Regulation, control,stopping, shut-down and emergency instructions 35 3) Summer and winter operating instructions 36 4) Special operating instructions 37 c. Maintenance procedures 38 1) Routine operations 39 2) Guide to "trouble shooting" 40 3) Disassembly,repair and reassembly 41 4) Alignment,adjusting and checking 42 d. Servicing and lubrication schedule 43 1) List of lubricants required 44 e. Manufacturer's printed operating and maintenance instructions 45 f. Description of sequence of operation by control manufacturer 46 1) Predicted life of parts subject to wear 47 2) Items recommended to be stocked as spare parts CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 g. As installed control diagrams by controls manufacturer 2 h. Each contractor's coordination drawings 3 1) As installed color coded piping diagrams 4 i. Charts of valve tag numbers,with location and function of each valve 5 j. List of original manufacturer's spare parts,manufacturer's current prices,and 6 recommended quantities to be maintained in storage 7 k. Other data as required under pertinent Sections of Specifications 8 3. Content,for each electric and electronic system,as appropriate: 9 a. Description of system and component parts 10 1) Function,normal operating characteristics, and limiting conditions 11 2) Performance curves,engineering data and tests 12 3) Complete nomenclature and commercial number of replaceable parts 13 b. Circuit directories of panelboards 14 1) Electrical service 15 2) Controls 16 3) Communications 17 c. As installed color coded wiring diagrams 18 d. Operating procedures 19 1) Routine and normal operating instructions 20 2) Sequences required 21 3) Special operating instructions 22 e. Maintenance procedures 23 1) Routine operations 24 2) Guide to "trouble shooting" 25 3) Disassembly,repair and reassembly 26 4) Adjustment and checking 27 f. Manufacturer's printed operating and maintenance instructions 28 g. List of original manufacturer's spare parts, manufacturer's current prices,and 29 recommended quantities to be maintained in storage 30 h. Other data as required under pertinent Sections of Specifications 31 4. Prepare and include additional data when the need for such data becomes apparent 32 during instruction of City's personnel. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Provide operation and maintenance data by personnel with the following criteria: 37 1. Trained and experienced in maintenance and operation of described products 38 2. Skilled as technical writer to the extent required to communicate essential data 39 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed 8 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 7839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum,in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor,subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where,in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents,other than Drawings,have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling,and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD[oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 APPENDIX GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements Modified City Specifications CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime Bean Electrical, Inc PROJECT NAME: M/W(DBE NON-M//WDBE 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contracts BID DATE 12/22/2016 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 10 % 10 % 2017 Traffic Signal and Street Light Improvements unit price construction c tmd Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is groundsfor consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1St tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned ' by the MBE as outlined in the lease agreement. Rev.5/30/12 FORTWORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please not that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E Duran Industries, Inc Electrical, Electrical, 1401 TI Boulevard, Suite K Supplies Supplies Richardson, Texas 75081 Tel 972 238 7122 ext 114 121❑ ❑ $300,000.00 $300,000.00 Fax 972 238 7123 ❑❑ ❑ ❑ ❑ Rev.5/30/12 ATTACHMENT 1A FORTPage 4 of 4 �WIORrT_H Total Dollar Amount of MBE Subcontractors/Suppliers s 300,000.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $0.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS s 300,000.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a-material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Roy E Bean II Authorized Signature Printed Signature President Chip Bean President Title Contact Name/Title(if different) Bean Electrical, Inc 817 561 7400 Company Name Telephone and/or Fax 821 E Enon cbean@beanelectrical.com Address E-mail Address Fort Worth Texas 76140 12/22/2016 City/State/Zip Date Rev.5/30/12 Ni iyw' 1 Wii; HOWN ilk 0 zz CO > 7 (D 0 07 00 eat- o 0 -0 m Cf) > (n -Nm CO U) CD U) (D CX) < C) cn cri CI) > (n arc go vT 1;`A;--: 2-V eD f-f- C7 Cb to th Ep CO (D CT1 --s CY) 0 -0 cy, 00 CL cn M CD cn co cn W F z P5 fD PD PEW, PEW Lot Pei IV CD cn CL CL M CD ff VKI LJ.11x"N --NN fiq'po A Ott� it' (721 Mo 1. et ell cf) W (D 0') C) CIP- fD (D (D 0 1 CD 0 0 -0 (D 0 r (D (D M (D 3 Nr Cf) (D LU M > co ................. (17) cn 0 (n C Cf) CD (n POW 9 ch CD N�A Omni 0 cr (D cn 46 CO 4h (D (D U) (D .......... 7, Zr lN lilt O w p `D W O Z3 `Q co 0 3 � i � Ci7 � � L'. (Q � m W C7 -� O U) ° ' " 'N W (n W c m w ( ¢' 5- w 3 o z . Ch 00 (D O O n c2 o O Q to (n v N O a 5 `� � � � -t W Cn � --4' (D C c O W n ` ` :0 (D N Q N n m 6 (0 (C) O m ' Cp Cn 0. O O �} W � j o (n W `G (.Q (DD _ CD 0 � � 0 � N w N ((D (n CD �. W O Q (D L^.© W I Q D a = m Y Q m CL -� . (n C (Wn U) m CD W (D x 3 Q c m N O : O C o ~rj - CL O Q (U (D N 3 w G, `~ C �. o (DAki :7 O -� 0 � O C CL m i O0 C D (D M=r MN CD (n * (0> 0 O � j � C7 � C) N 0 (DO ('fl (D Sv n Uj Q O O O W W -+ (1) C C (n 'p V) Al 0 '* N m (b to a C ^ D C W Q- (Dp� (Q D' c (D CD -• cn O oro t b�0 C Q j \ ' 0 (� J) (D (n O U•1 w C d Sy Al CD (D W (D CD � CD o Cl) Cl) °- ° mom o as CO (n : w W z O c = (D Cl O EF`o c c (n p 3 a = W ® Q (D (D p `C X w Z - - N. � 0L (D (Cn �. (� m p o `C � CD n (D _ -41 CT c 3 U' O cD o m (D0 (n N W W _ �' O n (n O -C Q O cn -moi, 0 6 - 3, W (n (n N Al = (D -F (D O ."- Q W W •J y C U)3 O C _. Q7 �� (DD IV CD Q7 � a > NO) (D W W C7 C ((D U 0- N N W CD� Ul� n U) -4 'J 3 � aC C C (n W c .K; i m gag, i r Zs` a S11 X ig# n N 'W N co f�D CD Q x Q m = O En n Q -CD +, in CD U) m a CD L1' C O o Q 0 c 0 CD R. ocnD aU3 Mos " z a � C) _{ m m m Q O Z A a N Q- m z Z a o O to a r ` w � pff Z o .a F. a 'n -ae? (n N y f09 ,:.Am 4. 0 (D (D (D O n ' 70 w m {7 3 O € ■ CD 5. r 0 � rn K CD 3 m NOR U) i FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is$50,000 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MISE_PROJECT GOALS The City's MBE goal on this project is 10 % of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M/WBE Office at(817)212-2674. Rev.2/10/15 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: fVl/W/DBE NON-M/W/DBE 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract BID DATE December 22, 2016 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 10 % % Various Projects Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FORTWORTH ATTACHMENT 1A — �- Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E El El El El El Rev.2/10/15 FOR_,T WORTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E El El El El El E] E Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title(if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev.2/10/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 ISI I r : _rI recovery 'Jil TUFF CURB° Tested • Accepted • Approved TUFF Curb" is constructed of highly durable polyethylene. ts ' Uniquely designed ribs underneath are made to transfer the _ load to the road,thereby reducing stress on the mounting hardware. Safe y Specifications , and durability testing was performed by Texas Transportation Institute 2009 MASH standards-TUFF Curb°is the only curb in the market that is 5. MASH 2009 accepted for reimbursement on federally funded projects. 40'" TUFF Curb`'is compatible with our reboundable VeIbwlYelbw spring mounted posts and panels, proven over white/61ank ' rr and over again to be the most long lasting, wnaORed durable traffic devices on the market.IRS highly • Dimensions:40"x12"x35' • Colors:White,yellow,call for custom colors recommends the Installation of a post or panel • NCHRP-350 Accepted#WL-243 on each curb section.These two technologies " MASH 2009 Accepted 4WZ-318 -4!, EndCap g ® 4U"curb section weighs 12 lbs, together offer a superior curbing system. ® 18"end cap for smooth transition weighs 4lbs, Which TUFF Curb° is right for you? Applications 9 TUFF Curb' TUFF Curb"XLP'" • Channelization ( Low Profile Curb Xtreme Low Profile Curb 40"x8,x 40"x12'x35' 2" • Edge Lines At-Grade Crossings • • Turn Restrictions Bike Lanes • Medians -- -- --- - Bridge Decks • Curves - - — -- - Centerhne Work Zone • • At-Grade Rail Crossings-"Quiet Zones" _ Entrance/Exit Ramps • ;_y I TUFF Curb,'is ideal for At-Grade Rail Crossings to deter motorists HovLan es • �° from driving around the crossing arms When they are in the down -- - t - --- -- ' position. RIFF Curb`1 also complies with FRA 49 CFR 227 as a Parking Decks supplemental safety measure for use in quiet zones.TUFF Curb'is Toll Booths(stow speeds) i ;� • ly (2)conneclion tiothe e1ght and easy avement, resttltin idled with �l labour and Inslallatiol poi (hi s-p-dlazaChannelization � • pavement, g r S. (high speeds) Tum Lanes — m � _ • -- wwunr•impaetreeovery.eom/TufflCUrb I Urban Turn Restrictions • FRecommended OR Code(left):TUFF Curb MASH Testing Video Preferred •suitable Not } .„,. •• • U • •iii • • i ®�IRS.ImnaciR7cove "tenj TUFF Post,and TUFF Curb are lrademarktaflnrrractRecove terns Inr= 1 • X2015 Impact Recovery Systems,MK7405.02/04/2015 cu FI a, - 1 __ Lu 71 88 fR VJ 3M Diamond DWReflective Sheeting Seties 4000 o � g X11 1 Description Color Product Code 3MTM Diamond GradeTM DG3 Reflective White - thermal transfer printable . . . . . 4090TT Sheeting Series 4000 is a super-high efficiency, Yellow - thermal transfer printable . . . . 4091TT full cube retroreflective sheeting designed Fluorescent Yellow - TT printable. . . . . . .408ITT for the production of traffic control signs and Fluorescent Yellow-Green-TT printable .. .4083TT delineators that are exposed vertically in service. DG3 sheeting is designed to have the highest Photometrics retroreflective characteristics at medium and short Daytime Color(x, y, Y) road distances as determined by the R values The chromaticity coordinates and total luminance at 0.51 and 1.0° observation angles in 'able B. factor of the retroreflective sheeting conform to Performance at these observation angles represents Table A. the most common nighttime viewing geometries encountered by the driving public. During Color Test-Fluorescent Sheetings the daytime, Diamond Grade DGI fluorescent Conformance to standard chromaticity(x, y)and reflective sheeting provides higher visibility than luminance factor(Y%)requirements shall be ordinary (non-fluorescent) colored sheetings. determined by instrumental method in accordance Applied to properly prepared sign substrates with ASTM E 991 on sheeting applied to smooth Diamond Grade DG3 reflective sheeting provides aluminum test panels cut from Alloy 6061-T6 or long-term retroreflectivity and durability. Series 5052-H38. The values shall be determined on a 4000 sheeting is available in the following colors. HunterLab ColorFlex 45/0 spectrophotometer. Computations shall be done for CIE Illuminant Color Product Code D65 and the 2°standard observer.' White. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4090 Yellow. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4091 Color Test-Ordinary Colored Sheeting Red . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4092 Conformance to standard chromaticity(x, y) and Blue. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4095 luminance factor(Y%)requirements shall be Green. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4097 determined by instrumental method in accordance Brown . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4099 with ASTM E 1164 on sheeting applied to smooth Fluorescent Yellow- FY . . . . . . . . . . . . . . . . 4081 aluminum test panels cut from Alloy 6061-T6 or Fluorescent Yellow Green- FYG . . . . . . . . . . 4083 5052-H38. The values shall be determined on a Fluorescent Orange - FO . . . . . . . . . . . . . . . . 4084 HunterLab ColorFlex 45/0 spectrophotometer. Computations shall be done for CIE Illuminant D65 and the 2°standard observer.' Table A-Da time Color Sp ecification Limits' Daytime Luminance Limit(Y%) Color x y x v x X x y Min. Max. White 0.303 0.300 0.368 0.366 0,340 0.393 0.274 0-.329 27 Yellow 0.498 0.412 0.557 0.442 0.479 0.520 0.438 0.472 15 45 Red 0.648 0.351 0.735 0.265 0.629 0.281 0.565 0.346 2.5 15 Blue 0.140 0.035 0.244 0.210 0.190 0.255 0.065 0.216 1 10 Green 0.026 0.399 0.166 0.364 0,286 0.446 0.207 0.771 3 12 Brown 0.430 0.340 0.610 0.390 0.550 0.450 0.430 0.390 1 9 FY 0.479 0.520 0.446 0.483 0.512 0.421 0.557 0.442 40 FYG 0.387 0.6t0 0.369 0.546 0.428 0.496 0.460 0.540 60 FO 1 0.583 0.416 1 0.535 0.400 1 0.595 0.351 1 0.645 0.355 1 20 The four pairs of chromaticity coordinates determine the acceptable color in terms of the CIE 1931 Colorimetric System. 'The instrumentally determined color values of Printed Colors and Overlay Films retroreflective sheeting can vary significantly For screenprinted or thermally transfer printed depending on the make and model of colorimetric transparent color areas on white sheeting when spectrophotometer as well as the color and processed according to 3M recommendations, retroreflective optics of the sheeting (David M. the coefficients of retroreflection shall not be Burns and Timothy J. Donahue, Measurement less than 70% of the value for the corresponding Issues in the Color Specification of Fluorescent color in Table B. For white sheeting covered Retroreflective Materials for High Visibility with 3MTm ElectroCutTm Film Series 1170 when Traffic Signing and Personal Safety Applications, processed according to 3M recommendations, the Proceedings of SPIE: Fourth Oxford Conference coefficients of retroreflection shall not be less than on Spectroscopy, 4826, pp. 39-49, 2003). For 100% of the value for the corresponding color in the purposes of this document, the HunterLab Table B. The color chromaticity and luminance ColorFlex 45/0 spectrophotometer shall be the shall conform to Table A on page 1. referee instrument. Coefficients of retroreflection (RA) Entrance Angularity Performance in The values in Table B are minimum coefficients Regard to Orientation of retroreflection expressed in candelas per lux per Diamond Grade DG' Reflective Sheeting is square meter(cd/lux/m')' designed to be an effective wide angle reflective Test for Coefficients of Retroreflection sheeting regardless of its orientation on the Conformance to coefficient of retroreflection substrate or ultimate orientation of the sign after requirements shall be determined by instrumental installation. However, because the efficiency of method in accordance with ASTM E-810 "Test light return from cube corner reflectors is not Method for Coefficient of Retroreflection of equal at all application orientations, especially Retroreflective Sheeting", and per E-810 the with increasing entrance angles, it is possible to values of 00 and 900 rotation are averaged to get the widest entrance angle light return when the determine the R in Table B. sheeting is oriented in a particular manner. When A high entrance angle(>50")performance is required Table B-Minimum Coefficient of for given signs (e.g. Keep Right Symbols), it can Retroreflection RA for new sheeting(ed/lux/m') be obtained easily by specifying the application orientation of the completed signs. In these -4°Entrance Angle situations the completed sign should have the Observation Angle'580 420 l�0 00^5° 1.00 sheeting positioned at the 0°orientation (downweb White 580 direction perpendicular to the road). Yellow 435 315 90 When the "primary groove line" (or, flat side of Red 87 63 18 the diamond shape) is vertical in the completed Green 58 42 12 sign, sheeting is said to be at a 0° orientation. Blue 26 19 5 When the"primary groove line" (or, flat side of Brown 17 13 4 the diamond shape) is horizontal in the completed Fluorescent Yellow 350 250 72 sign, the sheeting is said to be at a 90° orientation. Fluorescent Yellow Green 460 340 96 (Figure 1) Fluorescent Orange 175 125 36 30°Entrance Angle' 0.2° 0_5° 1.0° i� a e+. ... pfhTtur,t m)),v Linn White 220 150 45 p° Yellow 165 110 34 Red 33 23 7 Green 22 15 5 Blue 10 7 2 Figure 1 Brown 7 5 1 Unless the sign location and/or position calls for Fluorescent Yellow 130 90 27 extra-wide entrance angularity performance, signs Fluorescent Yellow Green 180 120 36 and applied copy (letters, arrows, borders and Fluorescent Orange 66 45 t4 shields) can be fabricated and installed using the Entrance Angle—The angle iForn Me illurnination application orientation that most efficiently utilizes axis to the retroreflector axis.The retroreflector axis is the reflective sheeting. an axis perpendicular to the retroreflective surface. Note: For inulti-panel signs it is recommended Observation Angle—The angle between the that all background panels be sheeted such that the illumination axis and the observation axis. sheeting direction is the same for all panels. 7 Fabrication Lines Remeasure RA. The manufacture of prismatic sheeting results in Requirement— The sheeting shall retain a lines being present in the product. In Diamond minimum of 85% and a maximum of 115% of the Grade DG3 sheeting these lines are slightly thicker original coefficient of retroreflection. than the seal pattern legs. Fabrication lines are noticeable in shop light but are not observable on Sign Fabrication Methods the road either in daylight or at night under typical use conditions(Figure 2). Application Diamond Grade DG3 sheeting incorporates a pressure sensitive adhesive and should be applied to the sign substrate at temperature of 65°F/18°C or higher by any of the following methods: Mechanical squeeze roll applicator—refer to 3M Information Folder(IF) 1.4. Application to extrusions that are edge wrapped requires sufficient softening of the sheeting. This can A°`°'°th"`°"'"'ft' be accomplished by directing additional heat to Figure 2-Fabrication Lines the"next to last" edge roller. This practice will increase productivity and minimize cracking. Adhesive Hand squeeze roll applicator—refer to 3M IF 1.6. Diamond Grade DG3 sheeting has a pressure- Application of Diamond Grade DG sheeting for sensitive adhesive that is recommended for complete signs or backgrounds must be done with application at temperatures of 65°F (I 8'Q or a roll laminator, either mechanical or hand driven. higher. Land Application Hand application is recommended for legend and Adhesive and Film Properties copy only. Refer to 3M Information Folder 1.5 for Standard'fest Panels more details. Unless otherwise specified herein, sheeting shall Hand applications will show some visual be applied to test panels and conditioned in irregularities, which are objectionable to accordance with ASTM D4956 and test methods aesthetically critical customers. These are more and conditions shall conform to ASTM D4956. noticeable on darker colors. To obtain a close-up Properties uniform appearance, a roll laminator must be used. The following properties shall conform to the All direct applied copy and border MUST be cut at requirements in ASTM D4956. all metal joints and squeegeed at the joints. 1. Adhesion Splices 2. Outdoor weathering Series 4000 sheeting must be butt spliced when - retained coefficient of retrorefleetion more than one piece of sheeting is used on one - colorfastness piece of substrate. The sheeting pieces should not 3. Shrinkage touch each other. This is to prevent buckling as 4. Flexibility the sheeting expands in extreme temperature and 5. Liner removal humidity exposure. 6. Impact resistance Double Faced Signs 7. Night time color The sheeting on the bottom side of a double In addition, DG sheeting will conform to the faced sign can be damaged if rolled through a following properties. squeeze roll applicator with an unprotected steel 1.Gloss bottom roller. The use of a semi-soft flat sheet Test Method —Test in accordance with ASTM between the steel roller and the applied sign face D523 using a 60° glossmeter. will provide protection from damage. A material Requirement— Rating not less than 50. such as a rubber mat, tag board or cardboard is recommended. 2.Optical Stability Test Method—Apply a 3-inch x 6-inch sample to a test panel. Measure R then place it in an oven at 71° C 130 C (I60°F+ 5bF) for 24 hours followed by conditioning at standard conditions for two hours. 3 Substrates Care should be taken to avoid flexing DG3 For traffic sign use, substrates found to be sheeting before and especially after screening most reliable and durable are properly prepared to eliminate the possibility of cracking from aluminum sheets and extrusions. Users are urged improper handling techniques. to carefully evaluate all other substrates for Thermal Transfer Printing adhesion and sign durability. Other substrates Diamond Grade DG3 TT sheeting may be that may be satisfactory for proper application of imaged with 3M11 Thermal Transfer Ribbon sheeting will have the following characteristics: Series TTR2300 in conjunction with the Matan —Clean SprinG3 or Matan Spoto thermal transfer printers. — Smooth For regulated traffic signs, Series TTR2300 — Flat Spot Traffic Colors are to be applied using — Rigid these printers and must be covered with 3MT11 —Dimensionally stable ElectroCutTm Film 1170. Refer to Product Bulletin —Weather resistant TTR2300 for more information. —Non-porous3MTM ElectroCutT"t Film — High surface energy(passes water break test) 3MTM ElectroCutTM Film Series 1170 may be Refer to Information Folder 1.7 for surface used to provide transparent colored background preparation recommendations. Substrates with low copy for traffic control signs on Diamond Grade surface energy may require additional preparation DG3 sheeting. Refer to Product Bulletin 1170 for such as flame treatment, mechanical abrasion or use fabrication procedures. of adhesion promoters prior to sheeting application. Applied Cut-Out Copy Guide sign extrusions may be edge wrapped. Flat Diamond Grade DG3 cut letters may be applied panels or unwrapped extrusions are to be carefully to a DG3 sheeting background to create a sign trimmed so that sheeting from adjacent panels does legend. Such cut-out copy may be directly applied not touch on assembled signs. to the background sheeting, or may be applied in Diamond Grade DG3 sheeting is designed primarily a demountable form. Direct applied copy must be for applications to flat substrates. Any use that cut at all panel seams and carefully trimmed back requires a radius of curvature of less than five so that sheeting from adjacent panels does not inches should also be supported by rivets or bolts. touch on assembled signs. Refer to Information Plastic substrates are not recommended where Folder 1.10 for more information. cold shock performance is required. Sign failures Note: It is recommended to fabricate all but the caused by the substrate or improper surface largest signs using 1170 electronic cuttable overlay preparation are not the responsibility of 3M. film instead of direct applied copy. Imaging Cutting 3 Diamond Grade DG3 sheeting may be cut into Diamond Grade DG sheeting may be processed letters and shapes of at least three inches in height into traffic signs by any of the imaging methods and stroke widths of at least one half inch. Smaller described below. 3M assumes no responsibility for sizes are not recommended. Sealing cut edges of failure of sign face legends or backgrounds that DG3 sheeting is not required. have been processed with non-3M process colors or matched component imaging materials other Plotter Cutting than those listed below. Programmable knife cut (electronic cutting) Screen Processing 1. Flat bed plotters can either die cut or kiss Diamond Grade DG3 sheeting may be screen cut and offer the most consistent and reliable processed into traffic signs before or after performance. mounting on a sign substrate, using 3M Process 2. Friction Fed plotter. Kiss cut only. Success has Colors Series 8801 or Series 880N. Series 880I or been achieved using plotters that have 600 grams 88ON process colors can be screened at 60-100°F of down force and a 60° cutting blade. Additional (16-38°C) at relative humidity of 20-50%. A PE drive wheels may need to be added to improve 157 screen mesh with a fill pass is recommended. tracking. An alternative procedure is to cut Refer to Information Folder 1.8 for details. No sheeting from the liner side. Blade force and knife clear coating is required or recommended. Use of depth must be set to score but not cut through other process colors series is not recommended. the topfilm. Break apart individual copy or apply premask to retain spacing. 4 Other Cutting Methods Health and Safety Information Diamond Grade DG' sheeting may be hand cut Read all health hazard, precautionary and first or die cut one sheet at a time, and band sawed or aid statements found in the Material Safety Data guillotined in stacks. Cutting equipment such as Sheet and/or product label of any materials prior to guillotines and metal shears, which have pressure handling or use. plates on the sheeting when cutting, may damage the optics. Padding the pressure plate and easing it down onto the sheets being cut will significantly General Performance Considerations reduce damage. Maximum stack height for cutting The durability of Diamond Grade DG' sheeting Series 4000 sheeting is I h inch or 50 sheets. and finished signs using 3M Matched Component Details on cutting can be found in Information Folder 1.10. materials will depend upon substrate selection and preparation, compliance with recommended application procedures, geographic area, Storage and Packaging exposure conditions, and maintenance. Maximum 3M Diamond Grade DG' Sheeting should be durability of Diamond Grade DG3 sheeting can stored in a cool, dry area, preferably at 65-75°F be expected in applications subject to vertical (18-24°C) and 30-50% relative humidity and exposure on stationary objects when processed should be applied within one year of purchase. and applied to properly prepared aluminum Rolls should be stared horizontally in the shipping according to 3M recommendations provided in Information Folder I.7. The user must determine carton. Partially used rolls should be returned to the shipping carton or suspended horizontally from the suitability of any nonmetallic sign backing a rod or pipe through the core. Unprocessed sheets for its intended use. Sign failures caused by the should be stored flat. Finished signs and applied substrate or improper surface preparation blanks should be stored on edge. are not the responsibility of 3M. Applications to unprimed, excessively rough or non-weather Screen processed signs must be protected with resistant surfaces or exposure to severe or unusual SCW 568 slipsheet paper. Place the glossy side of conditions can shorten the performance of such the slipsheet against the sign face and pad the face applications. Signs in mountainous areas that with closed cell packaging foam. Double faced are covered by snow for prolonged periods may signs must have the glossy side of the slipsheet also have reduced durability. 3M process colors against each face of the sign. and EtectroCutTM Film, when used according to Unmounted screened faces must be stored flat and 3M recommendations, are generally expected interleaved with SCW 568 slipsheet, glossy side to provide performance comparable to colored against the sign face. reflective sheeting. Custom colors, certain lighter Avoid banding, crating, or stacking signs. Package colors, heavily toned colors or blends containing yellow or gold may have reduced durability. for shipment m accordance with commercially Atmospheric conditions in certain geographic accepted standards to prevent movement and chafing. Store sign packages indoors on edges. areas may result in reduced durability. Panels or finished signs must remain dry during Periodic sign inspection and regular sign shipment and storage. If packaged signs become replacement are strongly recommended in order wfor sign owners to establish their own effective et, unpack immediately and allow signs to dry. service life expectation, beyond the warranty Refer to Inforination Folder 1.11 for instructions period. on packing for storage and shipment. Installation 3M Basic Product Warranty and Nylon washers are required when twist style Limited Remedy fasteners are used to mount the sign. 3MT111 Diamond GradeTM DG Reflective Sheeting Series 4000 ("Product") is warranted to be free of defects in materials and manufacture at the Cleaning time of shipment and to meet the specifications Signs that require cleaning should be flushed stated in this Product Bulletin. If DG3 Sheeting is with water, then washed with a detergent solution proven not to have met the Basic Warranty on its and soft bristle brush or sponge. Avoid pressure shipment date, then a buyer's exclusive remedy, that may damage the sign face. Flush with water and 3M's sole obligation, at 3M's option, will be following washing. Do not use solvents to clean refund or replacement of the sheeting. signs. Refer to 3M Information Folder 1.10. 5 General Warranty Terms: Additional Warranty & Limited Remedy 1. 3M makes the Additional Warranty (as defined for Ordinary colored Product below) as to any traffic control and guidance 1. The Additional Warranty for a Sign made with sign in the United States and Canada ("Sign") ordinary colored Product is that the Sign will: made with 3 MTM Diamond GradeTM DG' g (a) remain effective for its intended use when Reflective Sheeting Series 4000 ("Product") and viewed from a moving vehicle under normal the Matched Component materials listed in Table day and night driving conditions by a driver E. Any Additional Warranty is contingent on all with normal vision, and (b) after cleaning, will components involved in that Additional Warranty meet the minimum values for coefficient of being stored, applied, installed, and used only as retroreflection stated in Table C for Table C's 3M recommends in its Product Bulletins and Other applicable Warranty Period measured from the Product Information. Sign's Fabrication Date. 2. The Basic Warranty and any applicable Table C—Minimum Percent Retained of Table Additional Warranty are collectively referred to as B Initial R for applicable Warranty Period for the "3M Warranty." EXCEPT TO THE EXTENT PROHIBITED BY APPLICABLE LAW,THE 3M Ordinary &lors (white, yellow, red, green, blue WARRANTY IS MADE IN LIEU OF ALL OTHER and brown) WARRANTIES,RIGHTS OR CONDITIONS, EXPRESS OR IMPLIED,INCLUDING, BUT Warranty Period Minimum Percentage NOT LIMITED TO,ANY IMPLIED WARRANTY R A Retained OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE AND THOSE ARISING 1-7 Years 80% FROM A COURSE OF DEALING, CUSTOM OR 8-12 Years 70% USAGE OF TRADE. A BUYER IS RESPONSIBLE FOR DETERMINING IF A PRODUCT IS 2. If any Sign made with Ordinary Product is SUITABLE FOR ITS PARTICULAR PURPOSE proven not to have met the Additional Warranty, AND APPLICATION METHODS. then a buyer's exclusive remedy, and 3M's sole 3. A Sign's failure to meet the 3M Warranty must obligation, at 3M's option: be solely the result of the Product or the matched (a) if this occurs within seven years after the component materials' design or manufacturing Fabrication Date, then 3M will, at its expense, defects. 3M has no obligation under the 3M restore the Sign's surface to its original Warranty if a sign failure is caused by: effectiveness; or improper fabrication, handling, maintenance or (b) if this occurs during the remainder of installation; non-vertical applications where the the Additional Warranty Period, then 3M Sign face is more than +/- 10% from vertical; use will furnish only the necessary 3M sheeting of any material or product not made by 3M or not Product and matched component materials included in Table E; use of application equipment quantity to restore the Sign's surface to its not recommended by 3M; failure of sign original effectiveness. substrate; loss of adhesion due to incompatible or improperly prepared substrate; exposure to chemicals, abrasion and other mechanical damage; Additional Warranty & Limited Remedy snow burial or any other sign burial; collisions, for Fluorescent Product vandalism or malicious mischief. 1. The Additional Warranty for a Sign made 4. 3M reserves the right to determine the method of with Fluorescent Product is that the Sign will: replacement, and any replacement Product will have (a) remain effective for its intended use when the remainder of the original Product's unexpired 3M viewed from a moving vehicle under normal Warranty. Claims made under this warranty will be day and night driving conditions by a driver honored only if with normal vision; (b) after cleaning, will retain —The Sign was dated upon completion of fabrication 70% of the minimum values for coefficient ("Fabrication Date")using a permanent method(sticker, of retroreflection stated in Table B for the permanent marker or crayon,metal stamp,etc.) applicable Warranty Period stated in Table D, —3M is notified of a 3M Warranty claim during any measured from Fabrication Date; and (c) after applicable Warranty Period and the owner or habricator cleaning, the fluorescent Product will maintain provides the information reasonably required by 3M to daytime luminance equal to or greater than the verify if a 3M Warranty is applicable. minimums specified in Table A. 6 Table D—Warranty Period for Table E.Matched Component Materials. Fluorescent Colors. Matched Components Color Warranty Period Process Colors Series 880I Process Colors Series 88ON Fluorescent Yellow 10/7 Years' Thermal Transfer Fluorescent Yellow Green 10/7 Years' Ribbons—Spot Traffic Series TTR2300 Fluorescent Orange 3 Years Colors only* ElectroCut''m Film Series 1170 Premium Protective ' Due to climatic conditions, Signs in Alabama, Overlay Film Series 1160 Arizona, Florida, Georgia, Hawaii, Louisiana, Slinsheet SCW 568 Mississippi, New Mexico, South Carolina and Presnacina Tarte SOPS-2 Texas have the 7-year Additional Warranty Period. Premaskin2 Tarte SCPM-3 2. If a Sign made with Fluorescent Product is Transfer Tae TPM-5 proven not to have met the Additional Warranty, *Must be covered with 3MTM ElectroCutTM Film 1170 then a buyer's exclusive remedy, and 3M's sole obligation, at 3M's option: Refer to 3M Information Folders and Product (a) for those Fluorescent Products with a Bulletins for detailed information about 10-year Additional Warranty Period, 3M will, recommended application procedures and equipment. at its expense: (a) restore the Sign's surface to its original effectiveness if this occurs within Other Product Information seven years after the Fabrication Date; or(b) furnish only the necessary 3M Fluorescent Always confirm that you have the most current Product and matched component materials version of the applicable Product Bulletin, quantity to restore the Sign's surface to its Information Folder or Other Product Information. original effectiveness if this occurs during the remainder of the Warranty Period. IF 1.4 Instructions for Interstate Squeeze (b) for those Fluorescent Products with a Roll Applicator 7-year Additional Warranty Period, 3M will, IF 1.5 Hand Application Instructions at its expense: (a) restore the Sign's surface to its original effectiveness if this occurs within IF 1.6 Hand Squeeze Roll Applicator five years after the Fabrication Date; or (b) IF 1.7 Sign Base Surface Preparation furnish only the necessary 3M Fluorescent Product and matched component materials IF 1.8 Process Color Application quantity to restore the Sign's surface to its Instructions original effectiveness if this occurs during the remainder of the Warranty Period. IF 1.10 Cutting, Premasking, and Prespacing (c) for those Fluorescent Products with a IF 1.11 Sign Maintenance Management 3-year Additional Warranty Period, 3M will PB 8801 Process Color 8801 furnish only the necessary Fluorescent Product and matched component materials quantity PB 88ON Process Color 88ON to restore the Sign's surface to its original effectiveness. PB 1170 ElectroCut` Film PB TTR2300 Thermal Transfer Ribbons Series TTR2300 PB 1160 Protective Overlay Film 1160 7 Limitation of Liability 3M WILL NOT UNDER ANY CIRCUMSTANCES BE LIABLE TO A BUYER FOR DIRECT(other than the applicable Limited Remedy stated above),SPECIAL, INCIDENTAL, INDIRECT OR CONSEQUENTIAL DAMAGES(INCLUDING,WITHOUT LIMITATION, LOSS OF PROFITS)IN ANY WAY RELATED TO A PRODUCT OR THIS PRODUCT BULLETIN, REGARDLESS OF THE LEGAL OR EQUITABLE THEORY ON WHICH SUCH DAMAGES ARE SOUGHT, ASTM Test Methods are available from ASTM International,West Conshohoken, PA. 3M assumes no responsibility for any injury,loss or damage arising out of the use of a product that is not of our manufacture.Where reference is made in literature to a commercially available product,made by another manufacturer,it shall be the user's responsibility to ascertain the precautionary measures for its use outlined by the manufacturer. Important Notice All statements,technical information and recommendations contained herein are based on tests we believe to be reliable,but the accuracy or completeness thereof is not guaranteed,and the following is made in lieu of all warranties,or conditions express or implied.Seller's and manufacturer's only obligation shall be to replace such quantity of the product proved to be defective.Neither seller nor manufacturer shall be liable for any injury,loss or damage,direct,special or consequential,arising out of the use of or the inability to use the product.Before using, user shall determine the suitability of the product for his/her intended use,and user assumes all risk and liability whatsoever in connection therewith.Statements or recommendations not contained herein shall have no force or effect unless in an agreement signed by officers of seller and manufacturer. 3M and Diamond Grade are trademarks of 3M.Used under license in Canada. Traffic Safety Systems Division 3M Canada Company 3M Mexico,S.A.de C.V. 3M Center,Building 0235-03-A-09 P.O.Box 5757 Av,Santa Fe No.55 Please recycle. St.Paul,MN 55144-1000 London,Ontario N6A 4T1 Col.Santa Fe,Del.Alvaro Obregon ©3M 2011.All rights reserved. 1-800-553-1380 1-800-3MHELPS Mexico,D.F.01210 Bolger 12010104 www.3M.com/tss Electronic Only 3 I € I 4 d 's { y M CLCD p z LJ rn r (Y 1w 7 " N N G L C} 4s? LA— so 4 32 13 1303 35 13-I INTEGRAL CONCRETE COLOR Page 1 of 4 1 SECTION 03 35 13 2 INTEGRAL CONCRETE COLOR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. This section describes coloring concrete used to construct work under other contract bid 6 items as well as any special materials and special construction techniques associated 7 with using colored concrete. 8 B. Related Specification Sections include but are not necessarily limited to .9 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the 10 Contract. 11 2. Division 1 -General Requirements. 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid 15 and where indicated on the Drawings. No separate payment will be allowed for 16 this item 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 SUBMITTALS [NOT USED] 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 1.13 COORDINATION AND TIMING [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 30 2.2 MATERIALS 31 A. Concrete 32 1. Integrally color concrete using non-fading pigments conforming to ASTM C979 as 33 follows: 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 32 13 1303 35 13-2 INTEGRAL CONCRETE COLOR Page 2 of 4 1 a. Truck Apron Areas(Red): Use non-fading synthetic iron oxides at a loading of 2 6 percent or more by weight of total cementitious material in the mix. Match 3 the concrete color in reasonably close conformance with Integral Color 4 Snapper, and Barn Red Antiquing Release by Concrete Colors of Texas LLC, 5 with a Cureseal-W Semigloss by Scofield,or approved equal. 6 2. Add integral concrete colorant according to manufacturer's instructions. Provide a 7 copy of those manufacturer instructions to the City before producing material for 8 incorporation into the work. 9 3. The City will accept the color based on approval of color samples,and field mock- 10 up. 11 a. Contractor shall submit a standard color chart and color samples for review and 12 preliminary selection by the City. 13 b. Contractor shall provide a 3'x3' minimum mock-up of the selected color 14 samples for approval of the City. 15 4. Maintain mix characteristics for colored concrete requiring a matching finish. Use 16 the same source,brand,type,and color of portland cement, supplementary 17 cementitious materials, aggregates,and admixtures for colored concrete throughout 18 the project. Use constant cement content,supplementary cementitious material 19 content,and water/cementitious materials ratio to maintain consistent color. 20 B. Curing Compound 21 1. Furnish a liquid membrane-forming clear curing compound conforming to ASTM 22 C 1315,type 1. 23 C. Admixtures 24 1. Furnish admixtures designed for use with and compatible with colored concrete 25 pigments. Do not use calcium chloride or other admixtures containing chlorides. 26 D. Colored Concrete Mix Approval 27 1. General 28 a. Obtain City approval for colored concrete mixes before placing colored 29 concrete. The City will base approval either on a successful performance 30 history or on trial batches. Upon City approval,the submitted sample panel 31 (Minimum 3'x3'x3")or the test slab will be the visual quality standard for 32 finished work under the contract. 33 E. Performance History 34 1. Use the same materials mixed in the same proportions as used on another 35 department project where the City approved the color. Ensure that all materials, 36 including admixtures,are of the same type and brand and from the same sources. 37 Provide the following to the City for review and approval: 38 a. Project Info: Project ID, and location. 39 b. Mix proportions: quantities per cubic yard expressed as SSD weights and net 40 water,water to cementitious material ratio,air content,and 28-day or earlier 41 compressive strength. 42 c. Materials: type,brand,and source. 43 d. Sample panel: Provide a finished colored concrete sample having minimum 44 dimensions of 3-foot by 3-foot by 3-inch,from the previous project(if 45 available),or a photo image of the previous sample panel. 46 F. Trial Batches 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 32 13 1303 35 13-3 INTEGRAL CONCRETE COLOR Page 3 of 4 1 1. The contractor may use preliminary laboratory or field trial batching to establish 2 the mix proportions necessary to conform to the contract-required color. 3 2. Produce test slabs to demonstrate the texture,surface finish, color, and color 4 intensity. At least 2 business days in advance,provide the City with the date and 5 time for test slab construction. 6 3. At a City-allowed location on the project,place,finish,and cure a 10-foot by 10- 7 foot by 6-inch colored concrete test slab using the same methods proposed for 8 contract work. Produce test slabs using the same workers designated to perform the 9 contract work. Retain samples of cements, sands,aggregates, and color additives 10 used in test slabs for comparison with materials used in contract work. 11 4. Use at least a 2-cubic yard batch or a batch of the size proposed for production 12 whichever is larger. 13 5. Submit final mix design information to the City. Including specific sources and, if 14 applicable,trade names for materials. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Construction 23 1. Construct work incorporating colored concrete conforming to contract 24 specifications under the associate bid items except cure with clear curing compound 25 and use only non-chloride admixtures as specified in Section 2.1. 26 2. Produce consistently colored concrete in full cubic yard increments. The City will 27 not allow variations in the amounts,types, or source of materials with the exception 28 of minor adjustments of water and air-entraining agent. Other changes require mix 29 re-approval. 30 3. Schedule placement to minimize exposure to rapid drying conditions,wind and full 31 sun, before applying curing compound. Do not place colored concrete if rain,snow, 32 or freezing temperatures are forecast within 24-hours. 33 4. Cover or otherwise protect adjacent concrete work from discoloration and spillage 34 while placing and curing colored concrete. Remove and replace discolored 35 concrete as directed by the City. 36 5. Perform finishing operations consistently to avoid color variation. Do not begin 37 finishing while bleed water is present. The City will order removal and replacement 38 of colored concrete if the contractor adds water to the surface to aid in finishing. 39 Apply strokes in the same direction during final finishing and texturing. 40 6. Protect colored concrete from premature drying and excessive cold or hot 41 temperatures by promptly applying curing compound. Do not allow plastic sheeting 42 to come in contact with colored concrete. 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 32 13 1303 35 13-4 INTEGRAL CONCRETE COLOR Page 4 of 4 1 7. Protect the colored concrete from damage. Do not permit construction traffic or 2 material storage on colored concrete. Exclude foot traffic from colored concrete for 3 at least 24 hours after placement. 4 8. Remove test slabs not permanently incorporated into the work and restore the site 5 after the City determines the test slab is no longer needed. 6 3.5 REPAIR [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING 12 3.11 "RECORD OF INSTALLATION"DRAWING 13 3.12 CLOSEOUT ACTIVITIES [NOT USED] 14 3.13 PROTECTION [NOT USED] 15 3.14 MAINTENANCE [NOT USED] 16 3.15 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 20 Revision Log DATE NAME SUMMARY OF CHANGE 12/2015 1.2.A—Modified items to be included in price bid 21 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract 32 13 13- 1 CONCRETE PAVING Page 1 of 22 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 2. Intepral Colored Concrete Truck Apron 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. LLA—Section Includes 11 2. LLC—Related Specifications 12 3. 1.2.13—Measurement and Payment 13 4. 2.2.1,—Color Materials 14 5. 3.4.11.3—Color FinishinE 15 6. 3.4.M—Texturing 16 7. 3.4.N—Decorative Concrete Pavement Schedule 17 8. 3.4 O.-Mow Strips 18 C. Related Specification Sections include,but are not necessarily limited to: 19 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 20 2. Division 1 -General Requirements 21 3. Section 32 01 29-Concrete Paving Repair 22 4. Section 32 13 73 -Concrete Paving Joint Sealants 23 5. Section 03 35 19—Integral Concrete Color 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Concrete Pavement 26 1. Measurement 27 a. Measurement for this Item shall be by the square yard of completed and 28 accepted Concrete Pavement in its final position as measured from back of curb 29 for various: 30 1) Classes 31 2) Thicknesses 32 2. Payment 33 a. The work performed and materials furnished in accordance with this Item will 34 be paid for at the unit price bid per square yard of Concrete Pavement. 35 3. The price bid shall include: 36 a. Shaping and fine grading the placement area 37 b. Furnishing and applying all water required 38 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 39 ingredients including all freight and royalty involved CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-2 CONCRETE PAVING Page 2 of 22 1 d. Mixing,placing,finishing and curing all concrete 2 e. Furnishing and installing all reinforcing steel 3 f. Furnishing all materials and placing longitudinal,warping, expansion,and 4 contraction joints,including all steel dowels,dowel caps and load transmission 5 units required, wire and devices for placing,holding and supporting the steel 6 bar, load transmission units,and joint filler material in the proper position; for 7 coating steel bars where required by the Drawings 8 g. Sealing joints 9 h. Monolithically poured curb 10 i. Cleanup 11 B. Concrete Truck Apron-Integral Colored 12 1. Measurement 13 a. Measurement for this Item shall be b,, the yard of completed and 14 accepted Integral Colored Concrete Truck Apron with Curb in its final position 15 as measured from back of 3"mountable curb to face of retaining wall for 16 various: 17 1) Classes 18 2) Thicknesses 19 2. Payment 20 a. The work performed and materials furnished in accordance with this Item will 21 be paid for at the unit price bid per square yard of Integral Colored Concrete 22 Truck Apron with Curb. 23 3. The price bid shall include: 24 a. Shaping and fine grading the placement area 25 b. Furnishingand nd applying all water required 26 c. Furnishing, ling and unloading,storing,toring, hauling and handling all concrete 27 ingredients including all freight and royalty involved 28 d. Mixing, placing,finishing and curing all concrete 29 e. Furnishing and installing all reinforcingsteel teel 30 f. Furnishing all materials and placing longitudinal,warping,expansion, and 31 contraction joints, including all steel dowels,dowel caps and load transmission 32 units required,wire and devices for placing,holdingand nd supporting the steel 33 bar,load transmission units, and joint filler material in the proper position; for 34 coating steel bars where required by the Drawings 35 g. Sealing joints 36 h. Cleanup 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this specification refer to the current reference standard 40 published at the time of the latest revision date logged at the end of this 41 specification, unless a date is specifically cited. 42 2. ASTM International(ASTM): 43 a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete 44 Reinforcement 45 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 46 Field 47 c. C33, Concrete Aggregates CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-3 CONCRETE PAVING Page 3 of 22 1 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 2 Specimens 3 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 4 Beams of Concrete 5 f. C94/C94M, Standard Specifications for Ready-Mixed Concrete 6 g. C 150,Portland Cement 7 h. C156,Water Retention by Concrete Curing Materials 8 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 9 j. C260,Air Entraining Admixtures for Concrete 10 k. C309,Liquid Membrane-Forming Compounds for Curing Concrete,Type 2 11 1. C494, Chemical Admixtures for Concrete,Types"A", "D", "F"and"G" 12 in. C618,Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 13 Admixture in Concrete 14 n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 15 Concrete 16 o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 17 Cement Concrete 18 p. C1602, Standard Specification for Mixing Water Used in the Production of 19 Hydraulic Cement Concrete. 20 q. D698,Laboratory Compaction Characteristics of Soil Using Standard Effort 21 (12,400 ft-lbf/ft3) 22 3. American Concrete Institute(ACI): 23 a. ACI 305.1-06 Specification for Hot Weather Concreting 24 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 25 c. ACI 318 26 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 29 A. Mix Design: submit for approval. See Item 2A.A. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 34 1.11 FIELD CONDITIONS 35 A. Weather Conditions 36 1. Place concrete when concrete temperature is between 40 and 100 degrees when 37 measured in accordance with ASTM C 1064 at point of placement. 38 2. Hot Weather Concreting 39 a. Take immediate corrective action or cease paving when the ambient 40 temperature exceeds 95 degrees. 41 b. Concrete paving operations shall be approved by the City when the concrete 42 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 43 Concreting(ACI 305.1-06). CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-4 CONCRETE PAVING Page 4 of 22 1 3. Cold Weather Concreting 2 a. Do not place when ambient temp in shade is below 40 degrees and falling. 3 Concrete may be placed when ambient temp is above 35 degrees and rising or 4 above 40 degrees. 5 b. Concrete paving operations shall be approved by the City when ambient 6 temperature is below 40 degrees. See Standard Specification for Cold Weather 7 Concreting(ACI 306.1-90). 8 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 9 pavement in natural light, or as directed by the City. 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS 12 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Cementitious Material: ASTM C150. 15 B. Aggregates: ASTM C33. 16 C. Water: ASTM C1602. 17 D. Admixtures: When admixtures are used,conform to the appropriate specification: 18 1. Air-Entraining Admixtures for Concrete: ASTM C260. 19 2. Chemical Admixtures for Concrete:ASTM C494,Types"A", "D", "F"and"G." 20 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete:ASTM 21 C618. 22 E. Steel Reinforcement: ASTM A615. 23 F. Steel Wire Reinforcement: Not used for concrete pavement. 24 G. Dowels and Tie Bars 25 1. Dowel and tie bars: ASTM A615. 26 2. Dowel Caps 27 a. Provide dowel caps with enough range of movement to allow complete closure 28 of the expansion joint. 29 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 30 have an internal diameter sufficient to permit the cap to freely slip over the bar. 31 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 32 and one end of the cap shall be rightly closed. 33 3. Epoxy for Dowel and Tie Bars: ASTM C881. 34 a. See following table for approved producers of epoxies and adhesives 35 Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-5 CONCRETE PAVING Page 5 of 22 T 308+ Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epeon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-foxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S.A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 1 2 b. Epoxy Use, Storage and Handling 3 1) Package components in airtight containers and protect from light and 4 moisture. 5 2) Include detailed instructions for the application of the material and all 6 safety information and warnings regarding contact with the components. 7 3) Epoxy label requirements 8 a) Resin or hardener components 9 b) Brand name 10 c) Name of manufacturer 11 d) Lot or batch number 12 e) Temperature range for storage 13 f) Date of manufacture 14 g) Expiration date 15 h) Quantity contained 16 4) Store epoxy and adhesive components at temperatures recommended by the 17 manufacturer. 18 5) Do not use damaged or previously opened containers and any material that 19 shows evidence of crystallization, lumps skinning, extreme thickening,or 20 settling of pigments that cannot be readily dispersed with normal agitation. 21 6) Follow sound environmental practices when disposing of epoxy and 22 adhesive wastes. 23 7) Dispose of all empty containers separately. 24 8) Dispose of epoxy by completely emptying and mixing the epoxy before 25 disposal 26 H. Reinforcement Bar Chairs 27 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 28 reinforcement bars and shall not bend or break under the weight of the 29 reinforcement bars or Contractor's personnel walking on the reinforcing bars. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-6 CONCRETE PAVING Page 6 of 22 1 2. Bar chairs may be made of metal(free of rust),precast mortar or concrete blocks or 2 plastic. 3 3. For approval of plastic chairs,representative samples of the plastic shall show no 4 visible indications of deterioration after immersion in a 5-percent solution of 5 sodium hydroxide for 120-hours. 6 4. Bar chairs may be rejected for failure to meet any of the requirements of this 7 specification. 8 I. Joint Filler 9 1. Joint filler is the material placed in concrete pavement and concrete structures to 10 allow for the expansion and contraction of the concrete. 11 2. Wood Boards: Used as joint filler for concrete paving. 12 a. Boards for expansion joint filler shall be of the required size,shape and type 13 indicated on the Drawings or required in the specifications. 14 1) Boards shall be of selected stock of redwood or cypress. The boards shall 15 be sound heartwood and shall be free from sapwood,knots,clustered 16 birdseyes, checks and splits. 17 2) Joint filler,boards, shall be smooth,flat and straight throughout, and shall 18 be sufficiently rigid to permit ease of installation. 19 3) Boards shall be furnished in lengths equal to the width between 20 longitudinal joints,and may be furnished in strips or scored sheet of the 21 required shape. 22 3. Dimensions.The thickness of the expansion joint filler shall be shown on the 23 Drawings;the width shall be not less than that shown on the Drawings,providing 24 for the top seal space. 25 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 26 requirements of this specification. 27 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 28 K. Curing Materials 29 1. Membrane-Forming Compounds. 30 a. Conform to the requirements of ASTM C3O9,Type 2,white pigmented 31 compound and be of such nature that it shall not produce permanent 32 discoloration of concrete surfaces nor react deleteriously with the concrete. 33 b. The compound shall produce a firm,continuous uniform moisture-impermeable 34 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 35 concrete. 36 c. It shall,when applied to the damp concrete surface at the specified rate of 37 coverage,dry to touch in 1 hour and dry through in not more than 4 hours under 38 normal conditions suitable for concrete operations. 39 d. It shall adhere in a tenacious film without running off or appreciably sagging. 40 e. It shall not disintegrate,check,peel or crack during the required curing period. 41 f. The compound shall not peel or pick up under traffic and shall disappear from 42 the surface of the concrete by gradual disintegration. 43 g. The compound shall be delivered to the job site in the manufacturer's original 44 containers only,which shall be clearly labeled with the manufacturer's name, 45 the trade name of the material and a batch number or symbol with which test 46 samples may be correlated. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-7 CONCRETE PAVING Page 7 of 22 1 h. When tested in accordance with ASTM C156 Water Retention by Concrete 2 Curing Materials,the liquid membrane-forming compound shall restrict the loss 3 of water present in the test specimen at the time of application of the curing 4 compound to not more than 0.01-oz.-per-2 inches of surface. 5 L. Color Materials 6 1. Color Pigment: See Section 03 35 19 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL 9 A. Mix Design 10 1. Concrete Mix Design and Control 11 a. At least 10 calendar days prior to the start of concrete paving operations,the 12 Contractor shall submit a design of the concrete mix it proposes to use and a 13 full description of the source of supply of each material component. 14 b. The design of the concrete mix shall produce a quality concrete complying with 15 these specifications and shall include the following information: 16 1) Design Requirements and Design Summary 17 2) Material source 18 3) Dry weight of cement/cubic yard and type 19 4) Dry weight of fly ash/cubic yard and type, if used 20 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 21 6) Design water/cubic yard 22 7) Quantities,type, and name of admixtures with manufacturer's data sheets 23 8) Current strength tests or strength tests in accordance with ACI 318 24 9) Current Sieve Analysis and-200 Decantation of fine and coarse aggregates 25 and date of tests 26 10) Fineness modulus of fine aggregate 27 11) Specific Gravity and Absorption Values of fine and coarse aggregates 28 12) L.A.Abrasion of coarse aggregates 29 c. Once mix design approved by City,maintain intent of mix design and 30 maximum water to cement ratio. 31 d. No concrete may be placed on the job site until the mix design has been 32 approved by the City. 33 2. Quality of Concrete 34 a. Consistency 35 1) In general,the consistency of concrete mixtures shall be such that: 36 a) Mortar shall cling to the coarse aggregate 37 b) Aggregate shall not segregate in concrete when it is transported to the 38 place of deposit 39 c) Concrete,when dropped directly from the discharge chute of the mixer, 40 shall flatten out at the center of the pile,but the edges of the pile shall 41 stand and not flow 42 d) Concrete and mortar shall show no free water when removed from the 43 mixer 44 e) Concrete shall slide and not flow into place when transported in metal 45 chutes at an angle of 30 degrees with the horizontal 46 f) Surface of the finished concrete shall be free from a surface film or 47 laitance CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-8 CONCRETE PAVING Page 8 of 22 1 2) When field conditions are such that additional moisture is needed for the 2 final concrete surface finishing operation,the required water shall be 3 applied to the surface by hand sprayer only and be held to a minimum 4 amount. 5 3) The concrete shall be workable,cohesive,possess satisfactory finishing 6 qualities and be of the stiffest consistency that can be placed and vibrated 7 into a homogeneous mass. 8 4) Excessive bleeding shall be avoided. 9 5) If the strength or consistency required for the class of concrete being 10 produced is not secured with the minimum cement specified or without 11 exceeding the maximum water/cement ratio,the Contractor may use,or the 12 City may require, an approved cement dispersing agent(water reducer);or 13 the Contractor shall furnish additional aggregates,or aggregates with 14 different characteristics,or the Contractor may use additional cement in 15 order to produce the required results. 16 6) The additional cement may be permitted as a temporary measure,until 17 aggregates are changed and designs checked with the different aggregates 18 or cement dispersing agent. 19 7) The Contractor is solely responsible for the quality of the concrete 20 produced. 21 8) The City reserves the right to independently verify the quality of the 22 concrete through inspection of the batch plant,testing of the various 23 materials used in the concrete and by casting and testing concrete cylinders 24 or beams on the concrete actually incorporated in the pavement. 25 b. Standard Class 26 1) Unless otherwise shown on the Drawings or detailed specifications,the 27 standard class for concrete paving for streets and alleys is shown in the 28 following table: 29 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive, Water/ Aggregate Lb./CY Strength Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 30 1.All exposed horizontal concrete shall have entrained-air. 31 2.Minimum Compressive Strength Required. 32 33 2) Machine-Laid concrete: Class P 34 3) Hand-Laid concrete: Class H 35 c. High Early Strength Concrete(HES) 36 1) When shown on the Drawings or allowed,provide Class HES concrete for 37 very early opening of pavements area or leaveouts to traffic. 38 2) Design class HES to meet the requirements of class specified for concrete 39 pavement and a minimum compressive strength of 2,600 psi in 24 hours, 40 unless other early strength and time requirements are shown on the 41 Drawings allowed. 42 3) No strength overdesign is required. 43 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-9 CONCRETE PAVING Page 9 of 22 i Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 2 3 d. Slump 4 1) Slump requirements for pavement and related concrete shall be as specified 5 in the following table: 6 7 Concrete Pavement Slump Requirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter,Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 8 9 2) No concrete shall be permitted with slump in excess of the maximums 10 shown. 11 3) Any concrete mix failing to meet the above consistency requirements, 12 although meeting the slump requirements,shall be considered 13 unsatisfactory,and the mix shall be changed to correct such unsatisfactory 14 conditions. 15 PART 3- EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. Equipment 21 1. All equipment necessary for the construction of this item shall be on the project. 22 2. The equipment shall include spreading devices(augers), internal vibration, 23 tamping, and surface floating necessary to finish the freshly placed concrete in such 24 a manner as to provide a dense and homogeneous pavement. 25 3. Machine-Laid Concrete Pavement 26 a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms 27 that are uniformly supported on a very firm subbase to prevent sagging under 28 the weight of machine. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-10 CONCRETE PAVING Page 10 of 22 1 b. Slip-Form Paver 2 1) Slip-form paving equipment shall be provided with traveling side forms of 3 sufficient dimensions, shape and strength so as to support the concrete 4 laterally for a sufficient length of time during placement. 5 2) City may reject use of Slip-Form Paver if paver requires over-digging and 6 impacts trees,mailboxes or other improvements. 7 4. Hand-Laid Concrete Pavement 8 a. Machines that do not incorporate these features, such as roller screeds or 9 vibrating screeds, shall be considered tools to be used in hand-laid concrete 10 construction,as slumps, spreading methods,vibration,and other procedures are 11 more common to hand methods than to machine methods. 12 5. City may reject equipment and stop operation if equipment does not meet 13 requirements. 14 B. Concrete Mixing and Delivery 15 1. Transit Batching: shall not be used—onsite mixing not permitted 16 2. Ready Mixed Concrete 17 a. The concrete shall be produced in an approved method conforming to the 18 requirements of this specification and ASTM C94/C94M. City shall have access 19 ready mix to get samples of materials. 20 b. City shall have access to ready mix plant to obtain material samples. 21 c. When ready-mix concrete is used,sample concrete per ASTM C94 Alternate 22 Procedure 2: 23 1) As the mixer is being emptied, individual samples shall be taken after the 24 discharge of approximately 15 percent and 85 percent of the load. 25 2) The method of sampling shall provide that the samples are representative of 26 widely separated portions,but not from the very ends of the batch. 27 d. The mixing of each batch, after all materials are in the drum, shall continue until 28 it produces a thoroughly mixed concrete of uniform mass as determined by 29 established mixer performance ratings and inspection,or appropriate uniformity 30 tests as described in ASTM C94. 31 e. The entire contents of the drum shall be discharged before any materials are 32 placed therein for the succeeding batch. 33 f. Retempering or remixing shall not be permitted. 34 3. Delivery 35 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 36 City to prevent cold joint. 37 4. Delivery Tickets 38 a. For all operations,the manufacturer of the concrete shall, before unloading, 39 furnish to the purchaser with each batch of concrete at the site a delivery ticket 40 on which is printed,stamped, or written,the following information to determine 41 that the concrete was proportioned in accordance with the approved mix design: 42 1) Name of concrete supplier 43 2) Serial number of ticket 44 3) Date 45 4) Truck number 46 5) Name of purchaser 47 6) Specific designation of job(name and location) CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-11 CONCRETE PAVING Page I I of 22 1 7) Specific class,design identification and designation of the concrete in 2 conformance with that employed in job specifications 3 8) Amount of concrete in cubic yards 4 9) Time loaded or of first mixing of cement and aggregates 5 10) Water added by receiver of concrete 6 11) Type and amount of admixtures 7 C. Subgrade 8 1. When manipulation or treatment of subgrade is required on the Drawings,the work 9 shall be performed in proper sequence with the preparation of the subgrade for 10 pavement. 11 2. The roadbed shall be excavated and shaped in conformity with the typical sections 12 and to the lines and grades shown on the Drawings or established by the City. 13 3. All holes, ruts and depressions shall be filled and compacted with suitable material 14 and,if required,the subgrade shall be thoroughly wetted and reshaped. 15 4. Irregularities of more than 1/2 inch,as shown by straightedge or template, shall be 16 corrected. 17 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 18 density as determined by ASTM D698. 19 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 20 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 21 pavement to ensure its being in a firm and moist condition. 22 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 23 of the work. 24 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 25 place concrete pavement. 26 10. After the specified moisture and density are achieved,the Contractor shall maintain 27 the subgrade moisture and density in accordance with this Section. 28 11. In the event that rain or other conditions may have adversely affected the condition 29 of the subgrade or base,additional tests may be required as directed by the City. 30 D. Placing and Removing Forms 31 1. Placing Forms 32 a. Forms for machine-laid concrete 33 1) The side forms shall be metal,of approved cross section and bracing,of a 34 height no less than the prescribed edge thickness of the concrete section, 35 and a minimum of 10 feet in length for each individual form. 36 2) Forms shall be of ample strength and staked with adequate number of pins 37 capable of resisting the pressure of concrete placed against them and the 38 thrust and the vibration of the construction equipment operating upon them 39 without appreciable springing, settling or deflection. 40 3) The forms shall be free from warps, bends or kinks and shall show no 41 variation from the true plane for face or top. 42 4) Forms shall be jointed neatly and tightly and set with exactness to the 43 established grade and alignment. 44 5) Forms shall be set to line and grade at least 200 feet,where practicable,in 45 advance of the paving operations. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-12 CONCRETE PAVING Page 12 of 22 1 6) In no case shall the base width be less than 8 inches for a form 8 inches or 2 more in height. 3 7) Forms must be in firm contact with the subgrade throughout their length 4 and base width. 5 8) If the subgrade becomes unstable,forms shall be reset, using heavy stakes 6 or other additional supports may be necessary to provide the required 7 stability. 8 b. Forms for hand-laid concrete 9 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 10 inches in thickness or equivalent when wooden forms are used,or be of a 11 gauge that shall provide equivalent rigidity and strength when metal forms 12 are used. 13 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 14 wood forms shall be used. 15 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 16 shall be rejected. 17 2. Settling. When forms settle over 1/8 inch under finishing operations,paving 18 operations shall be stopped the forms reset to line and grade and the pavement then 19 brought to the required section and thickness. 20 3. Cleaning. Forms shall be thoroughly cleaned after each use. 21 4. Removal. 22 a. Forms shall remain in place until the concrete has taken its final set. 23 b. Avoid damage to the edge of the pavement when removing forms. 24 c. Repair damage resulting from form removal and honeycombed areas with a 25 mortar mix within 24 hours after form removal unless otherwise approved. 26 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 27 after a bulkhead for a transverse construction joint has been removed unless 28 otherwise approved. 29 e. When forms are removed before 72 hours after concrete placement,promptly 30 apply membrane curing compound to the edge of the concrete pavement. 31 E. Placing Reinforcing Steel,Tie,and Dowel Bars 32 1. General 33 a. When reinforcing steel tie bars,dowels, etc.,are required they shall be placed 34 as shown on the Drawings. 35 b. All reinforcing steel shall be clean,free from rust in the form of loose or 36 objectionable scale,and of the type, size and dimensions shown on the 37 Drawings. 38 c. Reinforcing bars shall be securely wired together at the alternate intersections 39 and all splices and shall be securely wired at each intersection dowel and load- 40 transmission unit intersected. 41 d. All bars shall be installed in their required position as shown on the Drawings. 42 e. The storing of reinforcing or structural steel on completed roadway slabs 43 generally shall be avoided and,where permitted,such storage shall be limited 44 to quantities and distribution that shall not induce excessive stresses. 45 2. Splices 46 a. Provide standard reinforcement splices by lapping and tying ends. 47 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 48 the Drawings. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-13 CONCRETE PAVING Page 13 of 22 1 3. Installation of Reinforcing Steel 2 a. All reinforcing bars and bar mats shall be installed in the slab at the required 3 depth below the finished surface and supported by and securely attached to bar 4 chairs installed on prescribed longitudinal and transverse centers as shown by 5 sectional and detailed drawings on the Drawings. 6 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 7 on the Drawings and shall be approved by the City prior to extensive 8 fabrication. 9 c. After the reinforcing steel is securely installed above the subgrade as specified 10 in Drawings and as herein prescribed,no loading shall be imposed upon the 11 bar mats or individual bars before or during the placing or finishing of the 12 concrete. 13 4. Installation of Dowel Bars 14 a. Install through the predrilled joint filler and rigidly support in true horizontal 15 and vertical positions by an assembly of bar chairs and dowel baskets. 16 b. Dowel Baskets 17 1) The dowels shall be held in position exactly parallel to surface and 18 centerline of the slab, by a dowel basket that is left in the pavement. 19 2) The dowel basket shall hold each dowel in exactly the correct position so 20 firmly that the dowel's position cannot be altered by concreting operations. 21 c. Dowel Caps 22 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 23 direction. 24 5. Tie Bar and Dowel Placement 25 a. Place at mid-depth of the pavement slab,parallel to the surface. 26 b. Place as shown on the Drawings. 27 6. Epoxy for Tie and Dowel Bar Installation 28 1) Epoxy bars as shown on the Drawings. 29 2) Use only drilling operations that do not damage the surrounding operations. 30 3) Blow out drilled holes with compressed air. 31 4) Completely fill the drilled hole with approved epoxy before inserting the tie 32 bar into the hole. 33 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 34 F. Joints 35 1. Joints shall be placed where shown on the Drawings or where directed by the City. 36 2. The plane of all joints shall make a right angle with the surface of the pavement. 37 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 38 4. Joint Dimensions 39 a. The width of the joint shall be shown on the Drawings, creating the joint 40 sealant reservoir. 41 b. The depth of the joint shall be shown on the Drawings. 42 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 43 recommendations. 44 d. After curing,the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 45 surface at the center of the joint. 46 5. Transverse Expansion Joints CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-14 CONCRETE PAVING Page 14 of 22 I a. Expansion joints shall be installed perpendicularly to the surface and to the 2 centerline of the pavement at the locations shown on the Drawings, or as 3 approved by the City. 4 b. Joints shall be of the design width,and spacing shown on the Drawings,or as 5 approved by the City. 6 c. Dowel bars, shall be of the size and type shown on the Drawings,or as 7 approved by the City,and shall be installed at the specified spacing. 8 d. Support dowel bars with dowel baskets. 9 e. Dowels shall restrict the free opening and closing of the expansion join and 10 shall not make planes of weaknesses in the pavement. 11 f. Greased Dowels for Expansion Joints. 12 1) Coat dowels with a thin film of grease or other approved de-bonding 13 material. 14 2) Provide dowel caps on the lubricated end of each dowel bar. 15 g. Proximity to Existing Structures. When the pavement is adjacent to or around 16 existing structures,expansions joints shall be constructed in accordance with 17 the details shown on the Drawings. 18 6. Transverse Contraction Joints 19 a. Contraction or dummy joints shall be installed at the locations and at the 20 intervals shown on the Drawings. 21 b. Joints shall be of the design width,and spacing shown on the Drawings,or as 22 approved by the City. 23 c. Dowel bars,shall be of the size and type shown on the Drawings,or as 24 approved by the City, and shall be installed at the specified spacing. 25 d. Joints shall be sawed into the completed pavement surface as soon after initial 26 concrete set as possible so that some raveling of the concrete is observed in 27 order for the sawing process to prevent uncontrolled shrinkage cracking. 28 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 29 1/3 inch(1/4 inch permitted if limestone aggregate used)of the actual 30 pavement thickness, or deeper if so indicated on the Drawings. 31 f. Complete sawing as soon as possible in hot weather conditions and within a 32 maximum of 24 hours after saw cutting begins under cool weather conditions. 33 g. If sharp edge joints are being obtained,the sawing process shall be sped up to 34 the point where some raveling is observed. 35 h. Damage by blade action to the slab surface and to the concrete immediately 36 adjacent to the joint shall be minimized. 37 i. Any portion of the curing membrane which has been disturbed by sawing 38 operations shall be restored by spraying the areas with additional curing 39 compound. 40 7. Transverse Construction Joints 41 a. Construction joints formed at the close of each day's work or when the placing 42 of concrete has been stopped for 30-minutes or longer shall be constructed by 43 use of metal or wooden bulkheads cut true to the section of the finished 44 pavement and cleaned. 45 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 46 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 47 surface and at right angles to the centerline of the pavement. 48 d. Edges shall be rounded to 1/4 inch radius. 49 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 50 the work. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-15 CONCRETE PAVING Page 15 of 22 1 8. Longitudinal Construction Joints 2 a. Longitudinal construction joints shall be of the type shown on the Drawings. 3 9. Joint Filler 4 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 5 Drawings. 6 b. Redwood Board joints shall be used for all pavement joints except for 7 expansion joints that are coincident with a butt joint against existing 8 pavements. 9 c. Boards with less than 25-percent of moisture at the time of installation shall be 10 thoroughly wetted on the job. 11 d. Green lumber of much higher moisture content is desirable and acceptable. 12 e. The joint filler shall be appropriately drilled to admit the dowel bars when 13 required. 14 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 15 slab. The top edge shall be held approximately 1/2 inch below the finished 16 surface of the pavement in order to allow the finishing operations to be 17 continuous. 18 g. The joint filler may be composed of more than one length of board in the 19 length of joint, but no board of a length less than 6 foot may be used unless 20 otherwise shown on the Drawings. 21 h. After the removal of the side forms,the ends of the joints at the edges of the 22 slab shall be carefully opened for the entire depth of the slab. 23 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 24 and as specified in Section 32 13 73. Materials shall generally be handled and 25 applied according to the manufacturer's recommendations as specified in Section 26 32 1373. 27 G. Placing Concrete 28 1. Unless otherwise specified in the Drawings,the finished pavement shall be 29 constructed monolithically and constructed by machined laid method unless 30 impractical. 31 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 32 shall be distributed to the required depth and for the entire width of the pavement 33 by shoveling or other approved methods. 34 3. Any concrete not placed as herein prescribed within the time limits in the following 35 table will be rejected. Time begins when the water is added to the mixer. 36 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-16 CONCRETE PAVING Page 16 of 22 1 Tem erature—Time Requirements Concrete Temperature Max Time—minutes Max Time—minutes (at point ofplacement) (no retarding agent) (with retarding agent)' Non-Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 City Above 75°F thru 90°F 60 90 75°F and Below 60 120 2 1 Normal dosage of retarder. 3 4 4. Rakes shall not be used in handling concrete. 5 5. At the end of the day, or in case of unavoidable interruption or delay of more than 6 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 7 placed in accordance with 3.4.F.7 of this Section. 8 6. Honeycombing 9 a. Special care shall be taken in placing and spading the concrete against the 10 forms and at all joints and assemblies so as to prevent honeycombing. I l b. Excessive voids and honeycombing in the edge of the pavement,revealed by 12 the removal of the side forms, may be cause for rejection of the section of slab 13 in which the defect occurs. 14 H. Finishing 15 1. Machine 16 a. Tolerance Limits 17 1) While the concrete is still workable, it shall be tested for irregularities with 18 a 10 foot straightedge placed parallel to the centerline of the pavement so as 19 to bridge depressions and to touch all high spots. 20 2) Ordinates measured from the face of the straightedge to the surface of the 21 pavement shall at no place exceed 1/16 inch-per-foot from the nearest point 22 of contact. 23 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 24 than 1/8 inch. 25 4) Any surface not within the tolerance limits shall be reworked and 26 refinished. 27 b. Edging 28 1) The edges of slabs and all joints requiring edging shall be carefully tooled 29 with an edger of the radius required by the Drawings at the time the 30 concrete begins to take its"set"and becomes non-workable. 31 2) All such work shall be left smooth and true to lines. 32 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-17 CONCRETE PAVING Page 17 of 22 1 2 2. Hand 3 a. Hand finishing permitted only in intersections and areas inaccessible to a 4 finishing machine. 5 b. When the hand method of striking off and consolidating is permitted,the 6 concrete, as soon as placed, shall be approximately leveled and then struck off 7 with screed bar to such elevation above grade that,when consolidated and 8 finished,the surface of the pavement shall be at the grade elevation shown on 9 the Drawings. 10 c. A slight excess of material shall be kept in front of the cutting edge at all times. 11 d. The straightedge and joint finishing shall be as prescribed herein. 12 3. Integrally Colored Concrete Finish 13 a. Integrally Colored Concrete Finish: After final floating,apply a hand-trowel 14 finish followed by a broom finish to concrete. 15 1) Burlap Finish: Drag a seamless strip of damp burlap across float-finished 16 concrete,perpendicular to line of traffic,to provide a uniform, gritty 17 texture. 18 2) Medium-to-Fine-Textured Broom Finish: Draw a soft bristle broom across 19 float-finished concrete surface,perpendicular to line of traffic,to provide a 20 uniform,fine-line texture. 21 3) Medium-to-Coarse-Textured Broom Finish: Provide a coarse finish by 22 striating float-finished concrete surface 1/16 to 1/8 inch(1.6 to 3 mm)deep 23 with a stiff-bristled broom, perpendicular to line of traffic. 24 b. See also Section 03 35 13 25 1. Curing 26 1. The curing of concrete pavement shall be thorough and continuous throughout the 27 entire curing period. 28 2. Failure to provide proper curing as herein prescribed shall be considered as 29 sufficient cause for immediate suspension of the paving operations. 30 3. The curing method as herein specified does not preclude the use of any of the other 31 commonly used methods of curing, and the City may approve another method of 32 curing if so requested by the Contractor. 33 4. If any selected method of curing does not afford the desired results,the City shall 34 have the right to order that another method of curing be instituted. 35 5. After removal of the side forms,the sides of the slab shall receive a like coating 36 before earth is banked against them. 37 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 38 as to cover the entire surfaces thoroughly and completely with a uniform film. 39 7. The rate of application shall be such as to ensure complete coverage and shall not 40 exceed 20-square-yards-per-gallon of curing compound. 41 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 42 from cracks or pinholes,and shall not disintegrate,check,peel or crack during the 43 curing period. 44 9. If for any reason the seal is broken during the curing period, it shall be immediately 45 repaired with additional sealing solution. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-18 CONCRETE PAVING Page 18 of 22 1 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 2 Materials,the curing compound shall provide a film which shall have retained 3 within the test specimen a percentage of the moisture present in the specimen when 4 the curing compound was applied according to the following. 5 11. Contractor shall maintain and properly repair damage to curing materials on 6 exposed surfaces of concrete pavement continuously for a least 72 hours. 7 J. Monolithic Curbs 8 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 9 back from the paving mixer, shall be placed within 20-minutes after being mixed. 10 2. After the concrete has been struck off and sufficiently set,the exposed surfaces 11 shall be thoroughly worked with a wooden flat. 12 3. The exposed edges shall be rounded by the use of an edging tool to the radius 13 indicated on the Drawings. 14 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 15 K. Alley Paving 16 1. Alley paving shall be constructed in accordance with the specifications for concrete 17 paving hereinbefore described, in accordance with the details shown on the 18 Drawings,and with the following additional provisions: 19 a. Alley paving shall be constructed to the typical cross sections shown on the 20 Drawings. 21 b. Transverse expansion joints of the type shown on the Drawings shall be 22 constructed at the property line on each end of the alley with a maximum 23 spacing of 600 feet. 24 c. Transverse contraction and dummy joints shall be placed at the spacing shown 25 on the Drawings. 26 d. Contraction and dummy joints shall be formed in such a manner that the 27 required joints shall be produced to the satisfaction of the City. 28 e. All joints shall be constructed in accordance with this specification and filled in 29 accordance with the requirement of Section 32 13 73. 30 L. Pavement Leaveouts 31 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 32 provided at location indicated on the Drawings or as directed by the City. 33 2. The extent and location of each leaveout required and a suitable crossover 34 connection to provide for traffic movements shall be determined in the field by the 35 City. 36 M. Texturing 37 1. Roller Texturing: While initially finished concrete is plastic,cover surface with 38 polyethylene film, stretch taut to remove wrinkles, lap sides and ends 3 inches(75 39 mm),and secure to edge forms. Lightly broom surface to remove air bubbles. 40 Accurately lign roller and repeat rolling operation to produce required imprint 41 pattern and depth of imprint on concrete surface. Hand stamp surfaces inaccessible 42 to roller. Unroll and remove polyethylene film immediately after roller stamping, 43 a. Antiquing Agent: Apply over liquid release agent according to manufacturer's 44 written instructions. 45 N. Decorative Concrete Pavement Schedule CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-19 CONCRETE PAVING Page 19 of 22 1 a. Textured Decorative Cement Concrete Pavement(submit sample to City for 2 Approval) 3 1) Locations indicated on plans. 4 a) Coloring Method: Integrally colored 5 (1) Color: As noted on plans and in Section 03 35 19 6 (2) Truck Apron Areas: 7 (a) Color Pigment: As noted in Section 03 35 19 8 (b) Release Agents: As noted in Section 03 35 19 9 O. Mow Strips 10 1. Mow Strips shall be constructed to the typical cross sections shown on the I I Drawings. 12 2. Expansion joints shall be provided at all connections to adjacent curbs or pavement. 13 3. All joints shall be constructed in accordance with this specification. 14 4. Concrete to be 3000 PSI,trowel finish 15 3.5 REPAIR 16 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 17 specified in Section 32 0129. 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 SITE QUALITY CONTROL 20 A. Concrete Placement 21 1. Place concrete using a fully automated paving machine. Hand paving only 22 permitted in areas such as intersections where use of paving machine is not 23 practical 24 a. All concrete pavement not placed by hand shall be placed using a fully 25 automated paving machine as approved by the City. 26 b. Screeds will not be allowed except if approved by the City. 27 B. Testing of Materials 28 1. Samples of all materials for test shall be made at the expense of the City, unless 29 otherwise specified in the special provisions or in the Drawings. 30 2. In the event the initial sampling and testing does not comply with the specifications, 31 all subsequent testing of the material in order to determine if the material is 32 acceptable shall be at the Contractor's expense at the same rate charged by the 33 commercial laboratories. 34 3. All testing shall be in accordance with applicable ASTM Standards and concrete 35 testing technician must be ACI certified or equivalent. 36 C. Pavement Thickness Test 37 1. Upon completion of the work and before final acceptance and final payment shall 38 be made,pavement thickness test shall be made by the City. 39 2. The number of tests and location shall be at the discretion of the City, unless 40 otherwise specified in the special provisions or on the Drawings. 41 3. The cost for the initial pavement thickness test shall be the expense of the City. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-20 CONCRETE PAVING Page 20 of 22 1 4. In the event a deficiency in the thickness of pavement is revealed during normal 2 testing operations, subsequent tests necessary to isolate the deficiency shall be at 3 the Contractor's expense. 4 5. The cost for additional coring test shall be at the same rate charged by commercial 5 laboratories. 6 6. Where the average thickness of pavement in the area found to be deficient in 7 thickness by more than 0.20 inch,but not more than 0.50 inch,payment shall be 8 made at an adjusted price as specified in the following table. 9 Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00-0.20 100 percent 0.21-0.30 80 percent 0.31 -0.40 70 percent 0.41-0.50 60 percent 10 11 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 12 more than 0.75 inch or 1/10 of the thickness specified on the Drawings,whichever 13 is greater,shall be evaluated by the City. 14 8. If, in the judgment of the City the area of such deficiency should not be removed 15 and replaced,there shall be no payment for the area retained. 16 9. If, in the judgment of the City,the area of such deficiency warrants removal,the 17 area shall be removed and replaced,at the Contractor's entire expense,with 18 concrete of the thickness shown on the Drawings. 19 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 20 than 1/10 of the plan thickness,whichever is greater, shall be removed and 21 replaced, at the Contractor's entire expense, with concrete of the thickness shown 22 on the Drawings. 23 11. No additional payment over the contract unit price shall be made for any pavement 24 of a thickness exceeding that required by the Drawings. 25 D. Pavement Strength Test 26 1. During the progress of the work the City shall provide trained technicians to cast 27 test cylinders for conforming to ASTM C31,to maintain a check on the 28 compressive strengths of the concrete being placed. 29 2. After the cylinders have been cast,they shall remain on the job site and then 30 transported,moist cured, and tested by the City in accordance with ASTM C31 and 31 ASTM C39. 32 3. In each set, 1 of the cylinders shall be tested at 7 days,2 cylinders shall be tested at 33 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-21 CONCRETE PAVING Page 21 of 22 1 4. If the 28 day test results indicate deficient strength,the Contractor may, at its option 2 and expense,core the pavement in question and have the cores tested by an 3 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 4 the average of all cores must meet 100 percent of the minimum specified strength, 5 with no individual core resulting in less than 90 percent of design strength,to 6 override the results of the cylinder tests. 7 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 8 meet minimum specified strength, additional cores shall be taken to identify the 9 limits of deficient concrete pavement at the expense of the Contractor. 10 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 11 meeting the minimum specified strength shall be subject to the money penalties or 12 removal and placement at the Contractor's expense as show in the following table. 13 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent-Not More Than 10 percent 90-percent Greater Than 10 percent-Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by Cit 14 15 7. The amount of penalty shall be deducted from payment due to Contractor; such as 16 penalty deducted is to defray the cost of extra maintenance. 17 8. The strength requirements for structures and other concrete work are not altered by 18 the special provision. 19 9. No additional payment over the contract unit price shall be made for any pavement 20 of strength exceeding that required by the Drawings and/or specifications. 21 E. Cracked Concrete Acceptance Policy 22 1. If cracks exist in concrete pavement upon completion of the project,the Project 23 Inspector shall make a determination as to the need for action to address the 24 cracking as to its cause and recommended remedial work. 25 2. If the recommended remedial work is routing and sealing of the cracks to protect 26 the subgrade,the Inspector shall make the determination as to whether to rout and 27 seal the cracks at the time of final inspection and acceptance or at any time prior to 28 the end of the project maintenance period. The Contractor shall perform the routing 29 and sealing work as directed by the Project Inspector,at no cost to the City, 30 regardless of the cause of the cracking. 31 3. If remedial work beyond routing and sealing is determined to be necessary,the 32 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 33 agreement is reached that the cracking is due to deficient materials or workmanship, 34 the Contractor shall perform the remedial work at no cost to the City. Remedial 35 work in this case shall be limited to removing and replacing the deficient work with 36 new material and workmanship that meets the requirements of the contract. 37 4. If remedial work beyond routing and sealing is determined to be necessary, and the 38 Inspector and the Contractor agree that the cause of the cracking is not deficient 39 materials or workmanship,the City may request the Contractor to provide an 40 estimate of the cost of the necessary remedial work and/or additional work to 41 address the cause of the cracking, and the Contractor will perform that work at the 42 agreed-upon price if the City elects to do so. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-22 CONCRETE PAVING Page 22 of 22 1 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 2 the cause of the cracking,the City may hire an independent geotechnical engineer 3 to perform testing and analysis to determine the cause of the cracking. The 4 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 5 with the City. The Contractor and the City shall use the services of a geotechnical 6 firm acceptable to both parties. 7 6. If the geotechnical engineer determines that the primary cause of the cracking is the 8 Contractor's deficient material or workmanship,the remedial work will be 9 performed at the Contractor's entire expense and the Contractor will also reimburse 10 the City for the balance of the cost of the geotechnical investigation over and above I 1 the amount that has previously been escrowed. Remedial work in this case shall be 12 limited to removing and replacing the deficient work with new material and 13 workmanship that meets the requirements of the contract. 14 7. If the geotechnical engineer determines that the primary cause of the cracking is not 15 the Contractor's deficient material or workmanship,the City will return the 16 escrowed funds to the Contractor. The Contractor,on request,will provide the City 17 an estimate of the costs of the necessary remedial work and/or additional work and 18 will perform the work at the agreed-upon price as directed by the City. 19 3.8 -3.14 [NOT USED] 20 END OF SECTION 21 22 23 Revision Log DATE NAME SUMMARY OF CHANGE 12/2015 1.2.A—Modified items to be included in price bid 24 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 17 23-1 PAVEMENT MARKINGS Page I of 11 1 SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic,hot-applied, spray(HAS)pavement markings 8 b. Thermoplastic,hot-applied,extruded(HAE)pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 e. Nail down curb,plastic 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Pavement Markings 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"shall be paid for at the 28 unit price bid per linear foot of"Pvmt Marking"installed for: 29 a) Various Widths 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 1) Installation of Pavement Marking 35 2) Glass beads,when required 36 3) Surface preparation 37 4) Clean-up 38 5) Testing(when required) 39 2. Legends 40 a. Measurement 41 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 32 1723-2 PAVEMENT MARKINGS Page 2 of 11 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 shall be paid for at the unit price bid per each"Legend"installed for: 4 a) Various types 5 b) Various applications 6 c. The price bid shall include: 7 1) Installation of Pavement Marking 8 2) Glass beads,when required 9 3) Surface preparation 10 4) Clean-up 11 5) Testing 12 3. Raised Markers 13 a. Measurement 14 1) Measurement for this Item shall be per each Raised Marker installed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 shall be paid for at the unit price bid per each"Raised Marker"installed 18 for: 19 a) Various types 20 c. The price bid shall include: 21 1) Installation of Raised Markers 22 2) Surface preparation 23 3) Clean-up 24 4) Testing 25 4. Work Zone Tab Markers 26 a. Measurement 27 1) Measurement for this Item shall be per each Tab Marker installed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 shall be paid for at the unit price bid per each"Tab Marker" installed for: 31 a) Various types 32 c. The price bid shall include: 33 1) Installation of Tab Work Zone Markers 34 5. Fire Lane Markings 35 a. Measurement 36 1) Measurement for this Item shall be per the linear foot. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"shall be paid for at the 40 unit price bid per linear foot of"Fire Lane Marking"installed. 41 c. The price bid shall include: 42 1) Surface preparation 43 2) Clean-up 44 3) Testing 45 6. Pavement Marking Removal 46 a. Measurement 47 1) Measure for this Item shall be per linear foot. 48 b. Payment CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 321723-3 PAVEMENT MARKINGS Page 3 of 11 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"shall be paid for at the 3 unit price bid per linear foot of"Remove Pvmt Marking"performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. I l b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each"Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"shall be paid for at the 25 unit price bid per linear foot of"Remove Legend"performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification,unless a date is specifically cited. 36 2. Texas Manual on Uniform Traffic Control Devices(MUTCD),2011 Edition 37 a. Part 3,Markings 38 3. American Association of State Highway and Transportation Officials(AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 40 4. Federal Highway Administration(FHWA) 41 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 42 5. Texas Department of Transportation(TxDOT) 43 a. DMS-4200, Pavement Markers(Reflectorized) 44 b. DMS-4300,Traffic Buttons 45 c. DMS-8220, Hot Applied Thermoplastic 46 d. DMS-8240,Permanent Prefabricated Pavement Markings 47 e. DMS-8241, Removable Prefabricated Pavement Markings CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 32 1723-4 PAVEMENT MARKINGS Page 4 of I I I f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 01 60 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 0125 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic,hot applied,spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway,the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 32 1723-5 PAVEMENT MARKINGS Page 5 of 11 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color, dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) Markings shall have uniform cross-section,clean edges,square ends and no 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 12 9) The markings shall be 95 percent free of holes and voids, and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride,calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11) The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time,new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniform 24 retro-directive reflectance. 25 13) Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness, surface scoring or 30 surface scratching 31 e) Water white in color 32 f) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings,AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic,hot applied,extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway,the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color,dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section, clean edges,square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 32 1723-6 PAVEMENT MARKINGS Page 6 of I 1 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. 3 8) The markings shall be 95 percent free of holes and voids, and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking, as measured above the plane 6 formed by the pavement surface,shall not be less than 1/8 inch in the center 7 of the marking and 3/32 inch at a distance of%2 inch from the edge. 8 10)Maximum thickness shall be 3/16 inch. 9 11) The material shall not deteriorate by contact with sodium chloride,calcium 10 chloride or other chemicals used to prevent roadway ice or because of the 11 oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 12) The material shall not prohibit adhesion of other thermoplastic markings if, 14 at some future time,new markings are placed over existing material. New 15 material shall bond itself to the old line in such a manner that no splitting or 16 separation takes place. 17 13) The markings placed on the roadway shall be completely retroreflective 18 both internally and externally with traffic beads and shall exhibit uniform 19 retro-directive reflectance. 20 14) Traffic beads 21 a) Manufactured from glass 22 b) Spherical in shape 23 c) Essentially free of sharp angular particles 24 d) Essentially free of particles showing cloudiness,surface scoring or 25 surface scratching 26 e) Water white in color 27 f) Applied at a uniform rate 28 g) Meet or exceed Specifications shown in AASHTO Standard 29 Specification for Glass Beads Used in Pavement Markings,AASHTO 30 Designation: M 247-09. 31 c. Preformed Polymer Tape 32 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 33 3M High Performance Tape Series 3801 ES,or approved equal. 34 d. Preformed Heat-Activated Thermoplastic Tape 35 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 36 mil preformed thermoplastic or approved equal. 37 e. Nail Down Curb,Plastic 38 1) Curb shall meet or exceed the Specifications for TUFF Curb nail down 39 curb or approved equal. 40 2. Raised Markers 41 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 42 Control Devices. 43 b. Non-reflective markers shall be Type Y(yellow body)and Type W(white 44 body)round ceramic markers and shall meet or exceed the TxDOT 45 Specification DMS-4300. 46 c. The reflective markers shall be plastic,meet or exceed the TxDOT 47 Specification DMS-4200 for high-volume retroreflective raised markers and be 48 available in the following types: 49 1) Type I-C, white body, 1 face reflects white 50 2) Type II-A-A,yellow body,2 faces reflect amber CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 321723-7 PAVEMENT MARKINGS Page 7 of I I 1 3) Type II-C-R,white body, 1 face reflects white,the other red 2 d. LED raised pavement markers shall meet or exceed the Specifications for Flash 3 Auto raised pavement markers or approved equal. 4 3. Work Zone Markings 5 a. Tabs 6 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 7 of TxDOT DMS-8242, "Temporary Flexible-Reflective Road Marker 8 Tabs." 9 2) Removable markings shall not be used to simulate edge lines. 10 3) No segment of roadway open to traffic shall remain without permanent 11 pavement markings for a period greater than 14 calendar days. 12 b. Raised Markers 13 1) All raised pavement markers shall meet the requirements of DMS-4200. 14 c. Striping 15 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 16 8200. 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL 19 A. Performance 20 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 21 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed m h <30 35-50 >55 2-lane roads with centerline n/a 100 250 markings only(1) All other roads(2) n/a 50 100 22 (1)Measured at standard 30-m geometry in units of mcd/m2/lux. 23 (2)Exceptions: 24 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 25 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as 26 long as the RRPMs are maintained so that at least 3 are visible from any position along that 27 line during nighttime conditions. 28 B.When continuous roadway lighting assures that the markings are visible,minimum 29 pavement marking retroreflectivity levels are not applicable. 30 PART 3 - EXECUTION 31 3.1 EXAMINATION [NOT USED] 32 3.2 PREPARATION 33 A. Pavement Conditions 34 1. Roadway surfaces shall be free of dirt,grease, loose and/or flaking existing 35 markings and other forms of contamination. 36 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 37 curing membrane. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 321723-8 PAVEMENT MARKINGS Page 8 of I 1 1 3. Pavement to which material is to be applied shall be completely dry. 2 4. Pavement shall be considered dry, if,on a sunny day after observation for 15 3 minutes,no condensation develops on the underside of a 1 square foot piece of 4 clear plastic that has been placed on the pavement and weighted on the edges. 5 5. Equipment and methods used for surface preparation shall not damage the 6 pavement or present a hazard to motorists or pedestrians. 7 3.3 INSTALLATION 8 A. General 9 1. The materials shall be applied according to the manufacturer's recommendations. 10 2. Markings and markers shall be applied within temperature limits recommended by 11 the material manufacturer,and shall be applied on clean, dry pavement having a 12 surface temperature above 50 degrees Fahrenheit. 13 3. Markings that are not properly applied due to faulty application methods or being 14 placed in the wrong position or alignment shall be removed and replaced by the 15 Contractor at the Contractor's expense. If the mistake is such that it would be 16 confusing or hazardous to motorists, it shall be remedied the same day of 17 notification. Notification will be made by phone and confirmed by fax. Other 18 mistakes shall be remedied within 5 days of written notification. 19 4. When markings are applied on roadways open to traffic,care will be taken to 20 ensure that proper safety precautions are followed, including the use of signs, 21 cones,barricades,flaggers,etc. 22 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 23 6. Temperature of the material must be equal to the temperature of the road surface 24 before allowing traffic to travel on it. 25 B. Pavement Markings 26 1. Thermoplastic,hot applied,spray 27 a. This method shall be used to install and replace long lines—centerlines, lane 28 lines,edge lines,turn lanes,and dots. 29 b. Markings shall be applied at a 110 mil thickness. 30 c. Markings shall be applied at a 90 mil thickness when placed over existing 31 markings. 32 d. A sealer shall be used if concrete or asphalt is older than three(3)years. 33 e. Typical setting time shall be between 4 minutes and 10 minutes depending 34 upon the roadway surface temperature and the humidity factor. 35 £ Retroreflective raised markers shall be used to supplement the centerlines, lane 36 lines,and turn lanes. Refer to City Standard Detail Drawings for placement. 37 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 38 subparagraph 2.4.A.1 of this Specification. 39 2. Thermoplastic,hot applied,extruded 40 a. This method shall be used to install and replace crosswalks and stop-lines. 41 b. Markings shall be applied at a 125 mil thickness. 42 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 43 this Specification. 44 3. Preformed Polymer Tape 45 a. This method shall be used to install and replace crosswalks,stop-lines,and 46 legends. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 321723-9 PAVEMENT MARKINGS Page 9 of I 1 1 b. The applied marking shall adhere to the pavement surface with no slippage or 2 lifting and have square ends, straight lines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 this Specification. 5 4. Preformed Heat-Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks, stop-lines,and 7 legends. 8 b. The applied marking shall adhere to the pavement surface with no slippage or 9 lifting and have square ends, straight lines and clean edges. 10 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 11 this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall be 14 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways may be installed 16 with epoxy or bituminous adhesive. 17 3. A chalk line,chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed uniformly 19 along the line to achieve a smooth continuous appearance. 20 D. Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2. Install longitudinal markings on pavement surfaces before opening to traffic. 23 3. Maintain lane alignment traffic control devices and operations until markings are 24 installed. 25 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 26 shown on the Drawings. 27 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 28 of a surface treatment,unless otherwise shown on the Drawings. 29 6. Place markings in proper alignment with the location of the final pavement 30 markings. 31 7. Do not use raised pavement markers for words,symbols, shapes,or diagonal or 32 transverse lines. 33 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 34 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 35 beam automobile headlight. 36 9. The daytime and nighttime reflected color of the markings must be distinctly white 37 or yellow. 38 10. The markings must exhibit uniform retroreflective characteristics. 39 11. Epoxy adhesives shall not be used to work zone markings. 40 3.4 REMOVALS 41 1. Pavement Marking and Marker Removal 42 a. The industry's best practice shall be used to remove existing pavement 43 markings and markers. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 32 17 23-10 PAVEMENT MARKINGS Page 10 of I 1 1 b. If the roadway is being damaged during the marker removal, Work shall be 2 halted until consultation with the City. 3 c. Removals shall be done in such a matter that color and texture contrast of the 4 pavement surface will be held to a minimum. 5 d. Repair damage to asphaltic surfaces, such as spalling,shelling,etc.,greater than 6 '/4 inch in depth resulting from the removal of pavement markings and markers. 7 Driveway patch asphalt emulsion may be broom applied to reseal damage to 8 asphaltic surfaces. 9 e. Dispose of markers in accordance with federal, state, and local regulations. 10 f. Use any of the following methods unless otherwise shown on the Drawings. 11 1) Surface Treatment Method 12 a) Apply surface treatment at rates shown on the Drawings or as directed. 13 Place a surface treatment a minimum of 2 feet wide to cover the 14 existing marking. 15 b) Place a surface treatment,thin overlay, or microsurfacing a minimum 16 of 1 lane in width in areas where directional changes of traffic are 17 involved or in other areas as directed by the City. 18 2) Burn Method 19 a) Use an approved burning method. 20 b) For thermoplastic pavement markings or prefabricated pavement 21 markings,heat may be applied to remove the bulk of the marking 22 material prior to blast cleaning. 23 c) When using heat,avoid spalling pavement surfaces. 24 d) Sweeping or light blast cleaning may be used to remove minor residue. 25 3) Blasting Method 26 a) Use a blasting method such as water blasting,abrasive blasting,water 27 abrasive blasting,shot blasting, slurry blasting,water-injected abrasive 28 blasting,or brush blasting as approved. 29 b) Remove pavement markings on concrete surfaces by a blasting method 30 only. 31 4) Mechanical Method 32 a) Use any mechanical method except grinding. 33 b) Flail milling is acceptable in the removal of markings on asphalt and 34 concrete surfaces. 35 2. If a location is to be paved over, no additional compensation will be allowed for 36 marking or marker removal. 37 3.5 REPAIR/RESTORATION [NOT USED] 38 3.6 RE-INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. All lines must have clean edges,square ends, and be uniform cross-section. 41 B. The density and quality of markings shall be uniform throughout their thickness. 42 C. The applied markings shall have no more than 5 percent,by area, of holes or voids and 43 shall be free of blisters. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 32 17 23-11 PAVEMENT MARKINGS Page i l of I i 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Removed paint type marking,updated references,added sealer language 10/26/16 D.Smith Added nail down curb and LED raised pavement markers. 12 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 3471 13- 1 TRAFFIC CONTROL Page 1 of 6 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement"shall be paid for at the 22 unit price bid for"Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 7) Police assistance during peak hours 31 2. Portable Message Signs 32 a. Measurement 33 1) Measurement for this Item shall be per week for the duration of use. 34 b. Payment 35 1) The work performed and materials furnished in accordance to this Item and 36 measured as provided under"Measurement"shall be paid for at the unit 37 price bid per week for"Portable Message Sign"rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site 40 2) Message updating 41 3) Sign movement throughout construction 42 4) Return of the Portable Message Sign post-construction CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 3471 13-2 TRAFFIC CONTROL Page 2 of 6 1 3. Preparation of Trak Control Plan Details 2 a. Measurement 3 1) Measurement for this Item be per each Traffic Control Detail prepared. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each"Trak Control Detail" 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 10 longer 11 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 12 (TMUTCD) 13 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 14 4) Incorporation of City comments 15 4. TCP Detour Routes 16 a. Measurement 17 1) Measurement for this Item be per each Detour Route installed. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 shall be paid for at the unit price bid per each"TCP Detour Route" 21 installed. 22 c. The price bid shall include: 23 1) Implementation of detour route signage for one direction of travel 24 2) Preparation and distribution of flyers for detour route to affected businesses 25 and homeowners at least 72 hours prior to implementation. 26 3) Installation 27 4) Maintenance 28 5) Adjustments 29 6) Replacements 30 7) Removal 31 8) Adherence to City and Texas Manual on Uniform Traffic Control Devices 32 (TMUTCD) 33 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification,unless a date is specifically cited. 39 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 40 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 41 Transportation, Standard Specifications for Construction and Maintenance of 42 Highways, Streets,and Bridges. 43 1.4 ADMINISTRATIVE REQUIREMENTS 44 A. Coordination 45 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 46 implementing Traffic Control within 500 feet of a traffic signal. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 347113-3 TRAFFIC CONTROL Page 3 of 6 1 B. Sequencing 2 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 3 approved by the City and design Engineer before implementation. 4 1.5 SUBMITTALS 5 A. Provide the City with a current list of qualified flaggers before beginning flagging 6 activities. Use only flaggers on the qualified list. 7 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 8 Engineering Division,311 W. 10'Street. The Traffic Control Plan(TCP)for the 9 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 10 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 11 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 12 Engineer. 13 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 14 Specifications. The Contractor will be responsible for having a licensed Texas 15 Professional Engineer sign and seal the Traffic Control Plan sheets. 16 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 17 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 18 changes to the Traffic Control Plan(s)developed by the Design Engineer. 19 G. Design Engineer will furnish standard details for Traffic Control. 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 28 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 29 2.2 ASSEMBLIES AND MATERIALS 30 A. Description 31 1. Regulatory Requirements 32 a. Provide Traffic Control Devices that conform to details shown on the 33 Drawings,the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 34 Device List(CWZTCDL). 35 2. Materials CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 3471 13-4 TRAFFIC CONTROL Page 4 of 6 1 a. Traffic Control Devices must meet all reflectivity requirements included in the 2 TMUTCD and TxDOT Specifications—Item 502 at all times during 3 construction. 4 b. Electronic message boards shall be provided in accordance with the TMUTCD. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3- EXECUTION 8 3.1 EXAMINATION [NOT USED] 9 3.2 PREPARATION 10 A. Protection of In-Place Conditions 11 1. Protect existing traffic signal equipment. 12 3.3 INSTALLATION 13 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 14 the Drawings and as directed. 15 B. Install Traffic Control Devices straight and plumb. 16 C. Do not make changes to the location of any device or implement any other changes to 17 the Traffic Control Plan without the approval of the Engineer. 18 1. Minor adjustments to meet field constructability and visibility are allowed. 19 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 20 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 21 covering, or removing Devices. 22 2. Maintain the Devices such that they are properly positioned,spaced,and legible, 23 and that retroreflective characteristics meet requirements during darkness and rain. 24 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 25 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 26 lights,signs,or other precautionary measures for the protection of persons or property),the 27 Inspector may order such additional precautionary measures be taken to protect persons 28 and property. 29 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 30 or in conflict with the proposed method of handling traffic or utility adjustments,can be 31 constructed during any phase. 32 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 33 distance of drivers entering the highway from driveways or side streets. 34 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 35 be erected and mounted on portable supports. 36 1. The support design is subject to the approval of the Engineer. 37 I. Lane closures shall be in accordance with the approved Traffic Control Plans. CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 3471 13-5 TRAFFIC CONTROL Page 5 of 6 1 J. If at any time the existing traffic signals become inoperable as a result of construction 2 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 3 approved by the Engineer,to be used for Traffic Control. 4 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 5 turn-ons,street light pole installation,or other construction will be done during peak traffic 6 times(AM: 7 am—9 am,PM:4 pm-6 pm). 7 L. Flaggers 8 1. Provide a Contractor representative who has been certified as a flagging instructor 9 through courses offered by the Texas Engineering Extension Service,the American 10 Traffic Safety Services Association,the National Safety Council,or other approved 11 organizations. 12 a. Provide the certificate indicating course completion when requested. 13 b. This representative is responsible for training and assuring that all flaggers are 14 qualified to perform flagging duties. 15 2. A qualified flagger must be independently certified by 1 of the organizations listed 16 above or trained by the Contractor's certified flagging instructor. 17 3. Flaggers must be courteous and able to effectively communicate with the public. 18 4. When directing traffic,flaggers must use standard attire, flags, signs,and signals 19 and follow the flagging procedures set forth in the TMUTCD. 20 5. Provide and maintain flaggers at such points and for such periods of time as may be 21 required to provide for the safety and convenience of public travel and Contractor's 22 personnel, and as shown on the Drawings or as directed by the Engineer. 23 a. These flaggers shall be located at each end of the lane closure. 24 M. Removal 25 1. Upon completion of Work,remove from the Site all barricades, signs,cones, lights 26 and other Traffic Control Devices used for work-zone traffic handling in a timely 27 manner, unless otherwise shown on the Drawings. 28 3.4 REPAIR/RESTORATION [NOT USED] 29 3.5 RE-INSTALLATION [NOT USED] 30 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 31 3.7 SYSTEM STARTUP [NOT USED] 32 3.8 ADJUSTING [NOT USED] 33 3.9 CLEANING [NOT USED] 34 3.10 CLOSEOUT ACTIVITIES [NOT USED] 35 3.11 PROTECTION [NOT USED] 36 3.12 MAINTENANCE [NOT USED] 37 3.13 ATTACHMENTS [NOT USED] 38 END OF SECTION CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 3471 13-6 TRAFFIC CONTROL Page 6 of 6 1 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required 6/22/2016 S.Arnold Added TCP Detour Routes 2 CITY OF FORT WORTH 2017 Traffic Signal and Street Light Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 City of Fort Worth A- 352i ATC Cabinet Specification June 28, 2016 FORT WORTH- Blank Page City of Fort Worth 352i ATC Cabinet Specification Page 2 of 35 Table of Contents Section 1 ATC Cabinet Components 1.1 Model 2202-HV Universal High-Density Switch Pack/ Flasher Unit (HDSP-FU) 1.2 Model 2212-HV Cabinet Monitor Unit (CMUip) 1.3 Model 2218 Serial Interface Unit (SIU) 1.4 Model 2220 Auxiliary Display Unit (ADU) 1.5 Model 2216-24 Cabinet Power Supply (CPS) 1.6 MonitorKey Programming Tool 1.7 Model 21 H High-Density Flash Transfer Relay (HDFTR) 1.8 Main Contactor (MC) 1.9 Cabinet Suppressor-Filter 1.10 HDSP Suppressor 1.11 Detection Module Suppressor Section 2 Model 3521 ATC Cabinet General Requirements 2.1 General Requirements Section 3 Model 3521 ATC Cabinet Specification 3.1 General 3.2 Cabinet Housings 3.2.1 Housing Construction 3.2.2 Material Thickness 3.2.3 Welds 3.2.4 Aluminum Surface Protection 3.2.4.1 Anti-Graffiti Paint 3.2.5. Enclosure Door Frames and Door Seals 3.2.6 Gasketing 3.2.7 Lifting Eyes and Exterior Bolt Heads 3.2.8 Door Latches & Locks 3.2.8.1 Latching Handles 3.2.8.2 Latching Mechanism 3.2.8.3 Locks and Handles 3.2.8.4 Locks 3.2.8.5 Bolts 3.2.8.6 Center Latch Cam 3.2.8.7 Rollers City of Fort Worth 352i ATC Cabinet Specification Page 3 of 35 3.2.9 Hinges 3.2.10 Door Catches 3.2.11 Police Panel 3.2.12 Rack Cage 3.2.12.1 Cage Connection 3.2.12.2 Cage Location 3.2.12.3 Cage Mounting Supports 3.2.12.4 Clearance between Rails 3.2.13 Housing Ventilation 3.2.13.1 Intake & Filter 3.2.13.2 Fans 3.2.13.3 Temperature Controlling 3.2.14 Cabinet Lights 3.3 Model 3521 ATC Cabinet Assemblies 3.3.1 Output Assembly (16-Channel) 3.3.2 Output Assembly (32-Channel) 3.3.3 Field Output Termination Assembly (16-Channel) 3.3.4 Input Assembly (24-Channel) 3.3.5 Input Assembly (48-Channel) 3.3.6 Field Input Termination Assembly (24-Channel) 3.3.7 Service Assembly (1-HDFU) 3.3.8 Service Assembly (2-HDFU) 3.3.9 SB1/SB2 and DC/Clean Power Bus 3.3.10 Drawer Shelf Unit 3.4 Model 3521 Cabinet Component Requirements 3.4.1 Service Assembly Component Requirements 3.4.2 Output Assembly Component Requirements 3.4.3 Field Output Termination Assembly Component Requirements 3.4.4 Input Assembly Component Requirements 3.4.5 Field Input Termination Assembly Component Requirements 3.5 Model 3521 ATC Cabinet Configuration Example 3.6 Model 3521 ATC Cabinet Configuration for City of Fort Worth 3.7 Model 352i ATC Cabinet 1/0 Assignments Section 4 ATC Cabinet Electrical, Environmental and Testing Requirements 4.1 General 4.2 Certification 4.3 Inspection 4.4 Environmental and Electrical City of Fort Worth 352i ATC Cabinet Specification Page 4 of 35 4.5 Commencement Operation 4.6 Equipment Compliance 4.7 Power Line Surge Protection 4.8 Operating 4.9 UL Requirements 4.10 Normal Operation 4.10.1 Low Temperature Test 4.10.2 High Temperature Test 4.10.3 Normal Operation 4.10.4 Humidity and Ambient Temperature 4.11 QC / Final Test 4.12 Quality Control Procedure & Test Report 4.13 Cabinet Print 4.14 Manual Section 5 Drawings 5.1 Model 3521 ATC Cabinet Housing Base 5.2 Model 3521 ATC Cabinet Housing Side View 5.3 Model 352i ATC cabinet Housing Front View 5.4 Model 2212-HV Cabinet Monitor Unit (CMUip) Connector 5.5 SB1/SB2 Connector 5.6 Serial Bus 3 Connector 5.7 Model 2202-HV High-Density Switch Pack (HDSP) Connector 5.8 Model 2202-HV High-Density Flasher Unit (HDFU) Connector 5.9 Model 2218 Serial Interface Unit (SIU) Connector 5.10 Model 2216-24 Cabinet Power Supply (CPS) Connector 5.11 Switches Definitions 5.12 Circuit Breakers Definitions 5.13 - Model 21 H High-Density Flash Transfer Relay (HDFTR) Pin-outs Section 6 Glossary of Terms Section 7 Warranty Statement 7.1 Warranty Statement City of Fort Worth 352i ATC Cabinet Specification Page 5 of 35 Section 1 ATC Cabinet Components 1.1 Model 2202-HV Universal High-Density Switch Pack / Flasher Unit (HDSP-FU) The HDSP-FU shall be compact, pluggable, modular PCB-based, and equipped with DIN connector. The HDSP-FU shall be compatible with ultra-low power LED signal heads and it shall have current monitoring and over current protection feature for each channel. The HDSP-FU shall use real-time standardized high speed SB3 communications with the Cabinet Monitor Unit to send a complete set of RMS voltage and load current measurements. The HDSP-FU shall supports CMUip Flasher Alarm feature. The HDSP-FU shall be 4.5" H x 6.5" D and shall be equipped with a handle, reset push button switch, six RYG LED indictors, four flasher LED indicators, one power LED indicator and two Rx/Tx LED indicators. The HDSP-FU can function as either a switch pack or as a flasher unit. When installed in the Output Assembly, the High-Density Switch Pack (HDSP) shall provide two RYG channels of operation (6 outputs). When installed in the Service Assembly, the High-Density Flasher Unit (HDFU) shall function as a four output flasher. 1.2 Model 2212-HV Cabinet Monitor Unit (CMUip) The Cabinet Monitor Unit (CMUip) shall be compact, pluggable and modular. The CMUip shall be capable of monitoring up to 32 physical switch pack channels (RYG) and shall have optional four virtual channels. The CMUip shall analyze the ATC output commands and field input status to isolate the failure source. The CMUip programming shall be provided by an interchangeable Datakey nonvolatile memory device. This rugged key shall store all CMUip configuration parameters and shall eliminate programming using jumpers, diodes, or DIP switches. The CMUip shall maintain a nonvolatile event log recording the complete intersection status as well as time stamped previous fault events, AC Line events, configuration changes, monitor resets, cabinet temperature and true RMS voltages and currents for all field inputs. The signal sequence history log stored in nonvolatile memory graphically shall display up to 30 seconds of signal status prior to the fault trigger event with 50 ms resolution to ease diagnosing of intermittent and transient faults. 1.3 Model 2218 Serial Interface Unit (SIU) The Model 2218 Serial Interface Unit (SIU) shall be a compact, pluggable and modular. The SIU shall use real-time standardized 614.4 Kbs SDLC communications with the ATC to transfer command and response data on Serial Bus #1 (SB1). The SIU shall be equipped with 54 programmable input/out pins, four optically isolated Input pins, one City of Fort Worth 3521 ATC Cabinet Specification Page 6 of 35 line sync reference input pin and 4 address select input pins. The optically isolated inputs shall work with either 12 Vac or 24 Vdc. The SIU outputs shall be rated at 150 mA continuous sink current. Each output shall provide a 500 mA typical current limit and shall be rated to 50 V and utilize a voltage clamp for inductive transient protection. The SIU shall be equipped with a front panel LED indicator that can be used to report the current input/output assembly address assignment of the SIU for cabinet configuration verification. 1.4 Model 2220 Auxiliary Display Unit (ADU) The ADU shall install in a 1 U height 19" rack space and shall provide a menu driven user interface to the enhanced features of the CMUip monitor including the built-in Diagnostic Wizard. The ADU 32 channels of Red, Yellow and Green LED indicators shall display full intersection status and 32 Blue fault status LED indicators shall identify faulty channels. The ADU shall provide proper electrical termination to SB3 where data is passed between the CMUip and the ADU. The ADU shall have a 4 line by 20 character menu driven liquid crystal display with backlight and heater. The ADU built-in Diagnostic Wizard shall automatically pinpoints faulty signals and offers trouble- shooting guidance and automatically isolate and identify problems. The ADU shall be equipped with Event Logging displaying the CMUip time-stamped nonvolatile event log records with the complete intersection status as well as AC Line events, configuration changes, monitor resets, temperature and true RMS voltages. 1.5 Model 2216-24 Cabinet Power Supply (CPS) The CPS shall install in a 1 U height 19" rack space. The CPS shall be rated at 175 Watts, 48 Vdc @ 1 Amp and 24 Vdc @ 5 Amp. The CPS shall have power factor corrected features and shall ensure a full load power factor of 0.98 or better, reducing peak AC Line input current and associated stress on wiring. The CPS shall use modern switching technology and shall provide full output regulation across changes in AC Line voltage and output load over the full operating temperature range of-34C to +74C without the need for a fan. The CPS shall have separate green LED indicators display AC input status, DC output status and associated fuse integrity. The CPS outputs shall be fused for over-current protection and shall be protected against voltage transients by a 1500 Watt suppressor. 1.6 MonitorKey Programming Tool The programming tool provides the capability to Read and Write data from the Datakey device. The MonitorKey software shall be compatible with the CMUip-2212. 1.7 Model 21 H High-Density Flash Transfer Relay (HDFTR) The HDFTR shall have a hermetically sealed cover and shall be moisture proof. The HDFTR shall be filled with dry nitrogen to protect contacts from corrosion and to prevent City of Fort Worth 352i ATC Cabinet Specification Page 7 of 35 condensation. The HDFTR shall have a shock/impact resistant metal can cover with solid and bend proof pins. The HDFTR contacts shall be rated at 120 Vac @ 5 Amp. The coil of HDFTR shall be rated at 48 Vdc. The HDFTR shall have an LED indicator to display contact transfer position. 1.8 Main Contactor (MC) The MC shall be mercury free and shall be rated at 120 Vac @ 60 Amp. The coil of MC shall be rated at 48 Vdc. The MC shall be equipped with input indicator and shall have SPST- N.O. contacts. 1.9 Cabinet Suppressor-Filter The cabinet shall be equipped with a Cabinet Suppressor—Filter. The unit shall incorporate the use of warning and failure indicators and shall have a dry relay contact remote sensing circuit. The unit shall be modular and pluggable with a 12-position Beau 5412 connector. The unit shall be rated at continuous service current of 15 Amp and maximum clamp voltage of 390 Vac. The unit shall filter noise and spike from 10 KHz to 25 MHz and shall have a peak surge current of 48 KA. 1.10 HDSP Suppressor The HDSP Suppressor shall be modular and pluggable. The unit shall be epoxy encapsulated and equipped with 9-position 5.08 mm Phoenix Contact connector or approved equal. The unit shall be able to protect 6 circuits. The device operating voltage shall be 120 Vac and clamping voltage shall be 340 Vac. The unit dimensions shall be 2" H x 0.7" W x 2" D. 1.11 Detection Module Suppressor The Detection Module Suppressor shall be modular and pluggable. The unit shall be epoxy encapsulated and equipped with 6-position 5.08 mm Phoenix Contact or approved equal connector. The unit shall be able to protect 6 circuits. The device operating voltage shall be 75 Vac and clamping voltage shall be 130 Vdc. The device dimensions shall be 2" H x 0.7"W x 1.2" D. City of Fort Worth 352i ATC Cabinet Specification Page 8 of 35 Section 2 Model 352i ATC Cabinet General Requirements 2.1 General Requirements The cabinet shall adhere to the following requirements: • The assemblies shall be completely removable from or installable in the cabinet without removing any other equipment and using only a standard slotted or Phillips screwdriver. • The cabinet shall be capable of Cabinet Flash signal operation in the absence of any of the following assemblies: Input Assembly, Output Assembly, Cabinet Power Supply, and Controller. • A momentary push button shall be provided that, when pressed, energizes the 24 Vdc to the HDSPs during Flash Mode. The button shall be labeled "24 VDC BYPASS' and shall be located on the front of the Output Assembly. • High-voltage components (over 50 V) shall be protected from incidental contact per NEC. • All fuses, circuit breakers, switches (except police panel switches) and indicators shall be readily visible and accessible from the area accessed by opening the front door. • All circuit breakers located on the rack shall have covers to prevent accidental tripping. • All Assemblies shall be modular with pluggable cabling. • The ventilation fans shall be fastened to the cabinet via two thumb screws and shall not be fastened in a manner that requires any tools for removal or installation. • Door switches shall be powered by 48 Vdc. • Wire raceway shall be integrated as part of the cabinet allowing for neat internal and field wiring. • All equipment in the cabinet shall be clearly and permanently labeled. • The marker strips shall be made of material that can be easily and legibly written on using a pencil or ballpoint pen. Marker strips shall be located immediately below the item they are to identify and must be clearly visible with the items installed. • Guides (top and bottom) shall be provided for assembly plug-in units. The guides shall begin 0.50 inch from the assembly front panel face. City of Fort Worth 352i ATC Cabinet Specification Page 9 of 35 Section 3 Model 3521 ATC Cabinet Specification 3.1 General This specification describes the 120 Vac High Voltage (HV) Model 3521 Advanced Transportation Controller (ATC) Cabinet ("the cabinet") for City of Fort Worth. The ATC Cabinet family is a modular, serially-interconnected cabinet architecture that is designed to fulfill a variety of transportation applications. The cabinet shall include: Service Assembly (SA), Input Assembly (IA), Output Assembly (OA), SB1/SB2 and DC/Clean Power Bus, Field Input Termination Assembly (FITA), and Field Output Termination Assembly (FOTA). 3.2 Cabinet Housings The housings shall include, but not be limited to, the following: • Enclosure • Doors • Gasketing • Lifting Eyes & External Bolt Heads • Latches & Locks • Ventilation Hinges and Door Catches • Police Panel • Cage Supports and Mounting 3.2.1 Housing Construction The housing shall be rainproof. It shall have front and rear doors, each equipped with a lock and handle. The enclosure top shall be crowned to prevent standing water. The cabinet shall be: 67" H x 24" W x 30" D (rounded to the nearest inch). 3.2.2 Material Thickness The enclosure, doors, lifting eyes, gasket channels, police panel door, spacer supports and all supports welded to the enclosure and doors shall be fabricated of 0.125 inch minimum thickness aluminum sheet. The filter shell, filter trough, fan support and police panel enclosure shall be fabricated of 0.080 inch minimum thickness aluminum sheet. The spacer supports shall have the option to use 0.059 inch minimum stainless steel sheet. 3.2.3 Welds All exterior seams for enclosure and doors shall be continuously welded and shall be smooth. All edges shall be filled to a radius of 0.03125 inch minimum. Exterior cabinet City of Fort Worth 352i ATC Cabinet Specification Page 10 of 35 welds shall be done by gas Tungsten arc TIG process only. ER5356 aluminum alloy bare welding electrodes conforming to AWS A5.10 requirements shall be used for welding on aluminum. Procedures, welders and welding operators shall conform to the requirements and practices in AWS B3.0 and C5.6 for aluminum. Internal cabinet welds shall be done by gas metal arc MIG or gas Tungsten arc TIG process. 3.2.4 Aluminum Surface Protection The aluminum surface protection shall be Natural Finish. 3.2.4.1 Anti-Graffiti Paint If Anti-Graffiti Paint is requested, the surface of each aluminum cabinet shall be finished using an anti-graffiti clear coat procedure as described below. All exterior surfaces shall be cleaned with laquer thinner. Wash all surfaces using a high pressure washer with liquid heated to 165 degrees F. Rinse all surfaces with clean water. Do not re-use rinse water. Suspend all components to dry in such a manner as to prevent contamination on visible surfaces. Place cabinet into oven for drying and initial heating for 15 minutes at 400 degrees F. Coat the entire cabinet exterior and doors with a base coat using TCI Wheel Silver #9811-0110. The film build shall not exceed 2 mils total thickness. Place coated items into oven and cycle for 10 minutes at 380 degrees F to gel the silver base coat. Do not cure completely as this will result in poor intercoat adhesion of the clear coat to the base coat. Remove items from oven and once cool, apply a protective coat with a film build of 2.5 to 3.0 mils using TCI Anti-Graffiti Clear#9810-0231. Do not apply coat while surfaces are still hot. Return items to oven and fully cure at 380 degrees F for 40 minutes. The City, at its option, may require the winning bidder or Contractor to submit written certification of compliance to the requirements listed in this section of the specification. 3.2.5. Enclosure Door Frames and Door Seals The enclosure door frames shall be double-flanged out on all four sides and shall have strikers to hold tension on, and to form a firm seal between, the door gasketing and the frame. The dimension between the door edge and the enclosure external surface when the door is closed and locked shall be 0.156 inch (+/-0.08 inches). 3.2.6 Gasketing Gasketing shall be provided on all door openings and shall be dust-tight. Gaskets shall be 0.25 inches minimum thickness closed cell neoprene or silicone (BOYD R- 108480 or approved equal) and shall be permanently bonded to the metal. A gasket top and City of Fort Worth 352i ATC Cabinet Specification Page 11 of 35 side channels shall be provided to support the top gasket on the door to prevent gasket gravitational fatigue. 3.2.7 Lifting Eyes and Exterior Bolt Heads The housing shall be provided with 2 lifting eyes for placing the cabinet on its foundation. Each eye opening shall have a minimum diameter of 0.75 inch. Each eye shall be able to support the weight load of 1000 lbs. All bolt heads shall be tamperproof type. 3.2.8 Door Latches & Locks 3.2.8.1 Latching Handles The latching handles shall have provision for padlocking in the closed position. Each handle shall be 0.75 in minimum diameter stainless steel with a minimum 0.5 in shank. The padlocking attachment shall be placed at 4.0 in from the handle shank center to clear the lock and key. An additional 4.0 in minimum gripping length shall be provided. 3.2.8.2 Latching Mechanism The latching mechanism shall be a three-point draw roller type. The pushrods shall be turned edgewise at the outward supports and have a cross section of 0.25 in thick by 0.75 in wide, minimum. 3.2.8.3 Locks and Handles When the door is closed and latched, the door shall be locked. The locks and handles shall be on the right side of the front door and left side of the rear door. The lock and lock support shall be rigidly mounted on the door. In the locked position, the bolt throw shall extend a minimum of 0.25 ± 0.03125 in into the latch Cam area. A seal shall be provided to prevent dust or water entry through the lock opening. 3.2.8.4 Locks The locks shall be Corbin 2 type, or approved equal. One key shall be supplied with each lock. The keys shall be removable in the locked position only. 3.2.8.5 Bolts The locks shall have rectangular, spring-loaded bolts. The bolts shall have a 0.281 in throw and shall be 0.75 in wide by 0.75 in thick (tolerance is ±0.035 in). 3.2.8.6 Center Latch Cam The center latch cam shall be fabricated of a minimum thickness 0.1875 in steel or aluminum. The bolt surface shall horizontally cover the cam thickness. The cam shall be City of Fort Worth 3521 ATC Cabinet Specification Page 12 of 35 structured to only allow the door to open when the handle is moved toward the center of the door. 3.2.8.7 Rollers Rollers shall have a minimum diameter of 0.875 in with nylon wheels and steel ball bearings. 3.2.9 Hinges Stainless steel hinges (two bolts per leaf) shall be provided to bolt the enclosure to the doors. Each door shall have four hinges per door. Each hinge shall be 3.5 inch minimum length and have a fixed pin. The pin ends shall be welded to hinge and ground smooth. The pins and bolts shall be covered by the door edge and not accessible when the door is closed. A ground strap between the door and the main cabinet housing shall be required when 120 Vac devices are mounted on the door. 3.2.10 Door Catches Front and rear doors shall be provided with catches to hold the door open at both 90 and 165 (+/-10) Degrees. The catch minimum diameter shall be 0.375 inch aluminum rods. The catches must be capable of holding the door open at 90 degrees in a 60 mph wind acting at an angle perpendicular to the plane of the door. 3.2.11 Police Panel A police panel assembly shall be provided to allow limited control access. The panel door shall be equipped with a lock and master police key. The front and back of the panel shall be enclosed with a rigid metal covering so that no parts having live voltage are exposed. The panel assembly shall have a drain to prevent water from collecting within the assembly. The drain shall be channeled to the outside. The cabinet shall have one switch provided and labeled "SIGNALS ON / OFF" and one switch provided and labeled "FLASH /AUTO". The MANUAL CONTROL ENABLE ON / OFF switch and a receptacle for the INTERVAL ADVANCE cord shall be provided. An INTERVAL ADVANCE cord, six feet in length, shall be provided. 3.2.12 Rack Cage A standard rack cage shall be installed inside the housing for mounting of the ATC and cabinet assemblies. The EIA rack portion of the cage shall consist of four continuous, adjustable equipment mounting angles. The mounting angle nominal thickness shall be 11- gauge plated steel. The mounting angles shall be tapped with 10-32 threads with EIA universal spacing. The mounting angle shall comply with standard EIA-310-B and shall be supported at the top and bottom by either welded or bolted support angles to form a cage. The mounting angles shall provide holes to mount the side panels. City of Fort Worth 352i ATC Cabinet Specification Page 13 of 35 3.2.12.1 Cage Connection The cage shall be bolted to the cabinet at four points via the housing cage supports and four points via associated spacer brackets (top and bottom). 3.2.12.2 Cage Location The cage shall be centered within the cabinet door opening(s). 3.2.12.3 Cage Mounting Supports Cage mounting supports shall be provided on either side, level with the bottom edge of the door opening, for horizontal support and bolt attachment; side cage supports provided for the bracket cage supports; and bracket cage support attachments. 3.2.12.4 Clearance between Rails Clearance between rails for mounting assemblies shall be 17.75 inch. 3.2.13 Housing Ventilation Housing ventilation shall include intake, exhaust, filtration, fans and thermostat. 3.2.13.1 Intake & Filter The louvered vent depth shall be a maximum of 0.25 inch. A removable and reusable air filter shall be housed behind the door vents. The filter filtration shall cover the vent opening area. A filter shell shall be provided that fits over the filter providing mechanical support for the filter. The shell shall be louvered to direct the incoming air downward. The shell sides and top shall be bent over a minimum of 0.25 inch to house the filter. The filter resident in its shell shall be held firmly in place with a bottom trough and spring loaded upper clamp. No incoming air shall bypass the filter. The bottom filter shall be formed into a waterproof sump with drain holes to the outside housing. The filter shall be 16 inch wide by 12 inch high by 0.875 inch thick. The filter shall be an ECO-AIR Product E35S or approved equal. 3.2.13.2 Fans Each electric fan shall be equipped with ball or roller bearings and shall have a minimum capacity of 100 cubic feet of free air delivery per minute. Two fans shall be mounted within the housing and protected with a finger guard. A Fan Test switch shall be provided. 3.2.13.3 Temperature Controlling The fans shall be thermostatically controlled and shall be manually adjustable to turn on between 32 Fahrenheit and 140 Fahrenheit with a differential of not more than 20 Fahrenheit between automatic turn on and off. The fan circuit shall be protected at 125% of the fan motor ampacity. The manual adjustment shall be graded in 20 City of Fort Worth 352i ATC Cabinet Specification Page 14 of 35 Fahrenheit increment scale. The Thermostat shall be an Omega KT01101141900 or approved equal. 3.2.14 Cabinet Lights The cabinet shall be equipped with two LED lights activated by door switches and equipped with fuses. 3.3 Model 3521 ATC Cabinet Assemblies 3.3.1 Output Assembly (16-Channel) The Output Assembly shall be a 3U high rack mounted assembly. The Output Assembly shall accommodate eight Model 2202-HV Universal High-Density Switch Pack/ Flasher Units (HDSP/FU), providing 48 output circuits. The Output Assembly shall accommodate one Model 2218 Serial Interface Unit (SIU) to provide interface and control via system SB1/SB2. The Output Assembly shall accommodate one Model 2212-HV Cabinet Monitor Unit (CMUip), Main Contactor, Stop Time Switch, Flash /Auto Switch, four Circuit Breakers and Momentary 24 Vdc Bypass Switch. 3.3.2 Output Assembly (32-Channel) The Output Assembly shall be a 6U high rack mounted assembly. The Output Assembly shall house sixteen Model 2202-HV Universal High-Density Switch Pack/ Flasher Units (HDSP/FU) and shall provide ninety six output circuits. Two residents Model 2218 Serial Interface Units (SIU) shall provide interface and control via system SB1/SB2. The Output Assembly shall house a model 2212-HV Cabinet Monitor Unit (CMUip), the Main Contactor, Stop Time Switch, Flash /Auto Switch, eight Circuit Breakers and Momentary 24 Vdc Bypass Switch. 3.3.3 Field Output Termination Assembly (16-Channel) The 16-Channel Field Output Termination Assembly shall be coupled with the 16- Channel Output Assembly and shall house eight Model 21 H High-Density Flash Transfer Relays (HDFTR). The HDFTRs and Flash Program Blocks (FPB) shall be provided to control and select the color (red, yellow, or dark) during ATC Cabinet flash mode. HDSP Suppressor shall be provided at the field terminals for the protection of the HDSP when procurement requires. Each HDFTR position shall be labeled with the number of its associated HDSP (1-16). Each FPB position shall be labeled with the number of its associated channel (1-16). The Field Output Termination Assembly shall be provided with 16, 6-position Phoenix Contact terminal block model number 18-04-94-6 plugs and 18-61-19-6 sockets or approved equal. Each Load Terminal Block receptacle shall be labeled with the number City of Fort Worth 3521 ATC Cabinet Specification Page 15 of 35 of its associated channel (1-16). Additional labels shall be provided to clearly indicate which terminals correspond to the red, yellow, and green switch pack outputs. The color of these labels shall match the color of their associated output (red, yellow, or green). One Field Output Termination Assembly shall be provided with each 16 channel cabinet, while two Field Output Termination Assemblies shall be provided with each 32 Channel Output Assembly. The 16-Channel Field Output Termination Assembly shall be mounted across the EIA rails and it shall swing down to provide access to the HDSP Suppressors. 3.3.4 Input Assembly (24-Channel) The Input Assembly shall be a 3U high rack mounted assembly providing twelve slots of 22/44 pin PCB sockets. A Model 2218 Serial Interface Unit (SIU) shall be provided and mated to a DIN 96-pin connector. The SIU shall provide interface and control between the Controller and the input devices via system SB1/SB2. The Input Assembly shall house either a 2-channel or a 4-channel detection modules. The Input Assembly shall house twelve 2-channel detection modules, or six 4-channel detection modules, or a combination of 2 & 4 channel detection modules up to 24 channel. The Input Assembly shall be equipped with an Opto Input Card. The Opto Input Card shall be equipped with four LED indicators and four toggle switches. Activation of the switch 1-4 shall place a call into SIU Opto 1-4 input respectively. 3.3.5 Input Assembly (48-Channel) The Input Assembly shall be a 3U high rack mounted assembly providing twelve slots of 22/44 pin PCB sockets. Two Model 2218 Serial Interface Units (SIU) shall be provided and mated to two DIN 96-pin connectors. The SIU shall provide interface and control between the Controller and the detection modules via system SB1/SB2. The Input Assembly shall house either a 2-channel or a 4-channel device, up to twelve detection modules. 3.3.6 Field Input Termination Assembly (24-Channel) The 24-Channel Field Input Termination Assembly shall be coupled with the 24-Channel Input Assembly and shall have positions for landing 24, two-wire inputs and their associated earth ground wires. The Field Input Termination Assembly shall have positions for 12 Detection Module Suppressors. The Detection Module Suppressors shall be supplied with the cabinet if procurement requires. The 24-Channel Field Input Termination Assembly shall be mounted across the EIA rails and it shall swing down to provide access to the back of the assemblies mounted in the opposite side. Two 24-Channel Field Input Termination Assembly shall be coupled with the 48- Channel Input Assembly. City of Fort Worth 352i ATC Cabinet Specification Page 16 of 35 3.3.7 Service Assembly (1-HDFU) The Service Assembly shall be modular and shall be mounted on the left of the EIA rail when viewed from the front. It shall house: a Model 2202-HV Universal High-Density Switch Pack/ Flasher Units (HDSP/FU), Cabinet Suppressor—Filter, BBS landing wire terminals, GFCI, one convenience outlet NEMA 15-5 format, four HDFU output fuses, five Circuit Breakers and a Raw AC+ terminal block having 5 screw terminals. 3.3.8 Service Assembly (2-HDFU) The Service Assembly shall be modular and shall be mounted on the left of the EIA rail when viewed from the front. It shall house: two Model 2202-HV Universal High-Density Switch Pack/ Flasher Units (HDSP/FU), Cabinet Suppressor—Filter, BBS landing wire terminals, GFCI, one convenience outlet NEMA 15-5 format, eight HDFU output fuses, six Circuit Breakers and a Raw AC+ terminal block having 5 screw terminals. 3.3.9 SB1/SB2 and DC/Clean Power Bus SB1/SB2 and DC/Clean Power Bus shall include eight DB25 d-submodular socket connectors to interconnect the SB1/SB2 communication ports of the assemblies and Controller. It shall include a termination circuit at the end of the connections (S8) to prevent radio frequency signal reflection. It shall include one Phoenix Contact plug block or approved equal to bring the DC power to the Bus; such power shall be distributed to the ATC Cabinet Assemblies through seven Phoenix Contact receptacle blocks or approved equal. The copper traces for the DC voltages shall support at least 10 Amp. The AC Clean Power Bus shall also include eight NEMA 5-15 receptacles, to provide AC Clean Power to the ATC Cabinet Assemblies, the Controller and Cabinet Power Supply. SB1/SB2 and DC/Clean Power Bus shall be mounted across the EIA rails and it shall swing down to provide access to the back of the assemblies mounted in the opposite side. 3.3.10 Drawer Shelf Unit A telescopic slide out drawer to storage document shall be provided. The Drawer Shelf Unit shall be mounted across the EIA rails and shall have a non-conductive top, locking provision when fully extended and lip or handle for pulling. City of Fort Worth 352i ATC Cabinet Specification Page 17 of 35 3.4. Model 3521 ATC Cabinet Component Requirements 3.4.1 Service Assembly Component Requirements ➢ 1-HDFU Service Assembly • (1 each) Model 2202-HV HDFU • (1 each) Cabinet Suppressor—Filter ➢ 2-HDFU Service Assembly (2 each) Model 2202-HV HDFU (1 each) Cabinet Suppressor—Filter 3.4.2 Output Assembly Component Requirements ➢ 16-Channel Output Assembly • (TBD *) Model 2202-HV HDSP • (1 each) Model 2218 SIU • (1 each) Model 2212-HV CMUip ➢ 32-Channel Output Assembly: • (TBD*) Model 2202-HV HDSP • (2 each) Model 2218 SIU • (1 each) Model 2212-HV CMUip 3.4.3 Field Output Termination Assembly Component Requirements ➢ 16-Channel Field Output Termination Assembly • (8) Model 21 H HDFTR • (TBD*) HDSP Suppressor • (16 each) Red Flash Program Block • (4 each) Yellow Flash Program Block • (4 each) White Flash Program Block 3.4.4 Input Assembly Component Requirements ➢ 24-Channel Input Assembly • (1 each) Model 2218 SIU • (TBD*) Detection Module ➢ 48-Channel Input Assembly (2 each) Model 2218 SIU (TBD*) Detection Module 3.4.5 Field Input Output Termination Assembly Component Requirements: • (TBD*) Detection Module Suppressor * Quantity per each procurement requirement City of Fort Worth 352i ATC Cabinet Specification Page 18 of 35 3.5 Model 3521 ATC Cabinet Configuration Example The ATC Cabinet shall consist of Assemblies and Components needed to carry out a specific application. ATC Cabinet version provided here is an EXAMPLE of many possible configurations. Item# Modules/Assemblies Quantity 1 3521 Housing/352i Cage/ (2)3521 Side Panels 1 2a Service Assembly (1 - HDFU) 1 2b Service Assembly (2- HDFU) 1 3a Output Assembly (16-Channel) 1 Field Output Termination Assembly (16-Channel) 1 3b Output Assembly (32-Channel) 1 Field Output Termination Assembly (16-Channel) 2 4a Input Assembly (24-Channel) 1-3 Field Input Termination Assembly (24-Channel) 1-3 4b Input Assembly (48 -Channel) 1 Field Input Termination Assembly (24- Channel) 2 5 SB1/SB2 and DC/Clean Power Bus 1 6 Model 2216-24 Cabinet Power Supply 1 7 CMU Auxiliary Display Unit 1 g LED- Cabinet Light Assembly 2 9 Drawer Shelf Unit 1 Model 3521 ATC Cabinet Configuration Example City of Fort Worth 352i ATC Cabinet Specification Page 19 of 35 3.6 Model 3521 ATC Cabinet Configuration for City of Fort Worth The ATC Cabinet shall consist of following Assemblies and Components. (9 each) Model 2202-HV (HDSP-FU) or approved equal (2 each) Model 2218 SIU or approved equal (1 each) Model 2212-HV CMUip or approved equal (8 each) Model 21 H HDFTR or approved equal (1 each) Model 2220 ADU or approved equal (1 each) Model 2216-24 CPS or approved equal (16 each) Red Flash Program Block (4 each) Yellow Flash Program Block (4 each)White Flash Program Block (1 each) Cabinet Suppressor—Filter (12 each) Detection Module Suppressor (8 each) HDSP Suppressor Item# Modules/Assemblies Quantity 1 3521 Housing/ 352i Cage/ (2)3521 Side Panels 1 2a Service Assembly (1 - HDFU) 1 3a Output Assembly (16 -Channel) 1 Field Output Termination Assembly (16- Channel) 1 4a Input Assembly (24-Channel) 1 Field Input Termination Assembly (24-Channel) 1 5 SB1/SB2 and DC/Clean Power Bus 1 6 Model 2216-24 Cabinet Power Supply 1 7 CMU Auxiliary Display Unit 1 8 LED-Cabinet Light Assembly 2 9 Drawer Shelf Unit 1 Model 352i ATC Cabinet Configuration for City of Fort Worth City of Fort Worth 3521 ATC Cabinet Specification Page 20 of 35 3.7 Model 3521 ATC Cabinet 1/0 Assignments ATC Cabinet 16-Channel (Ch) Output Assembly Controller Phase/Overlap/Pedestrian Assignments Ch 1/2 Ch3/4 Ch5/6 Ch7/8 Ch9/10 Ch11/12 'Ch13/14 ICh15/16' HDSP1 HDSP21 HDSP3 HDSP4 HDSP5 HDSP6 HDSP7- HDSP8 R R R R R R R R Y Y Y Y Y Y Y Y G G G G G G G G SIU1 R R R R R R R R Y Y Y Y Y Y Y Y G G G G G G G G CMU Channel Ch Assignments HDSP1 HDSP2 HDSP3 .HDSP4 HDSP5 HDSP6 HDSP7: HDSP8 Ch-1 Ch-3 Ch-5 Ch-7 Ch-9 Ch-11 Ch-13 Ch-15 Ch-1 Ch-3 Ch-5 Ch-7 Ch-9 Ch-11 Ch-13 Ch-15 Ch-1 Ch-3 Ch-5 Ch-7 Ch-9 Ch-11 Ch-13 Ch-15 Ch-2 Ch-4 Ch-6 Ch-8 Ch-10 Ch-12 Ch-14 Ch-16 Ch-2 Ch-4 Ch-6 Ch-8 Ch-10 Ch-12 Ch-14 Ch-16 Ch-2 Ch-4 Ch-6 Ch-8 Ch-10 Ch-12 Ch-14 Ch-16 SIU Output 10 Assignments HDSP1 HDSP2 HDSP3 HDSP4 HDSP5 HDSP6 HDSP7 HDSP8 100 106 1012 1018 1024 1030 1036 1042 101 107 1013 1019 1025 1031 1037 1043 102 108 1014 1020 1026 1032 1038 1044 103 109 1015 1021 1027 1033 1039 1047 104 1010 1016 1022 1028 1034 1040 1048 105 1011 1017 1023 1029 1035 1 1041 1049 HDSP Addresses HDSP1 HDSP2 HDSP3 HDSP4 HDSP5 HDSP6 HDSP7 HDSP8 0 1 2 3 4 5 6 7 SIU1 (00000) (0000� (00010) 1000th (00130) 1000101 (00110) (00111) Model 3521 ATC Cabinet 1/0 Assignments (Output Assembly) City of Fort Worth 352i ATC Cabinet Specification Page 21 of 35 ATC Cabinet 24-Channel Input Assembly#1 SIU Input(10)Assignments 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch Card Card Card Card Card Card Card Card Card Card Card. Card 106 108 1010 1012 1014_ 10_16_ 1018 1020 102_2 1024 1026 10_28_ 107 109 [1011 E 1013 1015 1017 1019 1021 1023 1025 1027 1029 ATC Cabinet 24-Channel Input Assembly#1 SIU Input(Ch)Assignments 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch Card Card- Card Card Card Card Card Card Card Card Card Card —Ch-1 Ch-3 Ch-5 _Ch-7 Ch-9 Ch-11 Ch-13 Ch-15 Ch-17 Ch-19 Ch-21 Ch-23 Ch-2 Ch-4 Ch-6 Ch-8 Ch-10 Ch-12 Ch-14 Ch-16 Ch-18 Ch-20 Ch-22' Ch-24 *If 4-ch device being used ATC Cabinet 24-Channel Input Assembly#2 SIU Input(10)Assignments 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch Card Card Card Card Card Card Card CardCard Card Card Card 106 108 1010 1012 1014 1016_ 1018 1020 1022 1024 1_026 1028_ 107 109 1011 1013 1015 1017 1019 1021 1023 1025 1027 1029 LJ L]"Lj ATC Cabinet 24-Channel Input Assembly#2 SIU Input(Ch)Assignments 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch 2-Ch Card Card Card Card Card Card Card Card Card Card Card Card Ch-1 Ch-3 Ch-5 Ch-7 Ch-9 Ch-11 Ch-13 Ch-15 Ch-17 _Ch-19 Ch-21 Ch-23 Ch-2 Ch-4 Ch-6 Ch-8 Ch-10 Ch-12 Ch-14 Ch-16 Ch-18 Ch-20 Ch-22 Ch-24 Model 352i ATC Cabinet 1/0 Assignments (Input Assembly) City of Fort Worth 352i ATC Cabinet Specification Page 22 of 35 Section 4 ATC Cabinet Electrical, Environmental and Testing Requirements 4.1 General The requirements called out in this specification dealing with equipment evaluation are a minimum guide and shall not limit the testing and inspection to ensure compliance. 4.2 Certification These test procedures shall be followed by the manufacturers who shall certify that they have conducted inspection and testing in accordance with this specification. 4.3 Inspection A visual and physical inspection shall include mechanical, dimensional and assembly conformance of all parts of this specification. 4.4 Environmental and Electrical All components shall properly operate within the following limits unless otherwise noted: • Applied Line Voltage: 90 to 135 Vac • Frequency: 60 (+/-3.0) Hertz • Humidity: 5% to 95% • Ambient Temperature: -34.6 °F to +165.2 °F • Shock - Test per Specification MIL-STD-810G Method 516.6 • Vibration - per Specification MIL-STD-810G Method 514.6 4.5 Commencement Operation All circuits, unless otherwise noted, shall commence operation at or below 90 Vac as the applied voltage is raised from 50 to 90 Vac at a rate of 2 (+/-0.5) volts/ second. 4.6 Equipment Compliance All equipment shall be unaffected by transient voltages normally experienced on commercial power lines. Where applicable, equipment purchased separately from the cabinet (which normally is resident) will be tested for compliance. 4.7 Power Line Surge Protection The power line surge protection shall enable the equipment being tested to withstand (Non-destructive) and operate normally following the discharge of a 25 pF capacitor charged to ± 2,000 volts, applied directly across the incoming AC line at a rate of once every 10 seconds for a maximum of 50 occurrences per test. The unit under test will be operated at 68 °F ± 41 °F and at 120 (±12)Vac. 4.8 Operating The equipment shall withstand (Non-destructive) and operate normally when one discharge pulse of plus or minus 300 volts is synchronously added to its incoming AC power line and moved uniformly over the full wave across 360 degrees or stay at any point of Line Cycle once every second. Peak noise power shall be 5 kilowatts with a City of Fort Worth 352i ATC Cabinet Specification Page 23 of 35 pulse rise time of 500 ns. The unit under test will be operated at 68 OF ±41 OF and at 120 (+/-12) Vac. 4.9 UL Requirements Equipment shall comply only with the requirements of UL Bulletin of Research No. 23, "Rain Tests of Electrical Equipment." 4.10 Normal Operation All equipment shall continue normal operation when subjected to the following: 4.10.1 Low Temperature Test With the item functioning at a line voltage over Electrical Range the Device in its intended operation, the ambient temperature shall be lowered from 68 OF to 34.6 OF at a rate of not more than 64.4 OF per hour. The item shall be cycled at -34.6 OF for a minimum of 5 hours and then returned to 68 OF at the same rate. 4.10.2 High Temperature Test With the item functioning at a line voltage over Electrical Range the Device in its intended operation, the ambient temperature shall be raised from 68 OF to 165.2 OF at a rate of not more than 64.4 OF per hour. The item shall be cycled at 165.2 OF for 5 hours and then returned to 68 OF at the same rate. The test shall be repeated with the line voltage at 135 Vac. 4.10.3 Normal Operation All equipment shall resume normal operation following a period of at least 5 hours at -34.6 OF and less than 10 percent humidity and at least 5 hours at 165.2 OF and 22% humidity, when 90 Vac is applied to the incoming AC. 4.10.4 Humidity and Ambient Temperature The relative humidity and ambient temperature values in the following table shall not be exceeded. Ambient Relative Ambient Temperature/ Humidity Temperature/ Dry Bulb(in OF) (in percent) Wet Bulb(in OF) -34.6 to 33.98 10 1.04 to 108.86 33.98 to 114.8 95 108.86 119.84 70 108.86 129.92 50 108.86 140 38 108.86 149.72 28 108.86 160.16 21 108.86 165.2 18 108.86 Ambient Temperature versus Relative Humidity @ Barometric Pressure (29.92 In. Hg.) City of Fort Worth 3521 ATC Cabinet Specification Page 24 of 35 4.11 QC / Final Test A complete QC/final test report shall be supplied with the Model 3521 ATC Cabinet. The test report shall indicate the name of the tester and shall be signed by a responsible manager. 4.12 Quality Control Procedure & Test Report The quality control procedure and test report format shall be supplied to the Engineer or approval within 15 days following the award of the contract. The quality control procedure shall include the following: • Acceptance testing of all supplied components • Physical and functional testing of all modules and items • A minimum 100-hour burn-in of all equipment • Physical and functional testing of all items 4.13 Cabinet Print Wiring diagram sheets for the cabinet shall be furnished in a weatherproof plastic pouch placed in the cabinet. Cabinet wiring diagrams shall be on non-fading. 4.14 Manual One copy of manual documentation shall be supplied for each item purchased. The manual shall be printed on 8.5 in by 11 in paper, with the exception that schematics, layouts, parts lists and plan details may be on 11 in by 17 in sheets, with each sheet neatly folded to 8.5 in by 11 in size. The manual shall formatted per the following table: City of Fort Worth 3521 ATC Cabinet Specification Page 25 of 35 Section Description N/A Table of Contents 1 Glossary 2 General Description 3 General Characteristics 4 Installation 5 Adjustments 6 Theory of Operation 6a.Systems Description (include block diagram) 6b. Detailed Description of Circuit Operation 7a. Preventive Maintenance 7b.Trouble Analysis 7 Maintenance 7c.Trouble Shooting Sequence Chart 7d.Wave Forms 7e.Voltage Measurements 7f.Alignment Procedures Parts List(include circuit and board designation, part type and class, power rating, 8 component manufacturer, mechanical part manufacturer, data specification sheets for special design components and original manufacturer's part number) 9 Electrical Interconnection Details&Drawings 10 Schematic and Logic Diagram Assembly Drawings and a pictorial diagram 11 showing physical locations and identification of each component or part City of Fort Worth 352i ATC Cabinet Specification Page 26 of 35 Section 5 Drawings 1.0x2.0 243 - 5.1- 352i ATC Cabinet Housing Base F6 67 C 66.8 G4,6 30,3 5.2-352i ATC Cabinet Housing Side View 5.3-352i ATC: Cabinet Housing Front View City of Fort Worth 352i ATC Cabinet Specification Page 27 of 35 PIN FUNCTION PIN FUNCTION 1A +24vc1c 113 2A +-1 2vdc 2B ExtRe:set in 3A DC qnd 3B 4A 4B SA 5B 6A 6B 7A 3B1 TXD+ 7B 391 TXD- 8A SB-1 RXD— 8B SP1 RXD- 9A 3B1 TXC- 9B Set TXC- 1 OA SB1 RXC— 1 OB sel RXC- 11A 11B 12A 12B 13A 13B 14A 14B 15A LineSync—,, 15B LineSync- 16A NReset+ 16B NReset- 17A RA.,TDwn—' 17B PwrDwn- 18A CD3 TX— 18B 3133 TX- 19A SB3 RX+ 19B 393 RX- 20A 3f33 TXC 20B 3B3 TXC- 21A LF status 21 B LF status 22A LF -status t22B LF status out 23A signals OiN 23B 24A MC coil 24B 25A MC sec 25B 26A FTR coil 26B 27A FID3 277 28A RIDS 28B 29A 29B 30A 30B +48VDC 31A EQ gind 31B L32A L 32B D= 5.4- Model 2212-HV Cabinet Monitor Unit (CMUip) Connector (DIN 4161264 Header Type) City of Fort Worth 352i ATC Cabinet Specification Page 28 of 35 AT THE AT THE AT THE AT THE PIN// CONTROLLER SIU PINI CONTROLLER SIU 1 SB 1 TXD+ SB 1 RXD+ 14 SBI TXD- SB1 RXD- 2 SB1 RXD+ 5131 TXD—,, 15 S131 RXD- 5131 TXD- 3 S131 TXC i S131 RXC + 16 SB1 TXC- S131 RXC- 4 S131 RXC i S131 TXC 17 S131 RXC- S131 TXC- 5 S132 TXD I S132 RXD 1 18 SB2 TXD- S132 RXD- 6 SB2 RXD . S132 TXD + 19 SB2 RXD- S132 TXD- 7 S132 TXC i S132 RXC 20 S132 TXC- SB2 RXC- 8 SB2 RXC+ S132 TXC- 21 S132 RXC- SB2 TXC- 9 LINE SYNC+ LINE SYNC+ 22 LINE SYNC- LINE SYNC 10 NRESET- NRESET+ 23 NRESET- NRESET- 11 PWRDWNi, 24 PWR DWN- 12 -+-SVDC ISO 25 EQ GND 13 ISO GND DC GND 5.5 - SB1/SB2 Connector (DB 25) Pin Function 1 Reserved 2 Reserved 3 Neutral(AC- Raw) 4 RxDATA+ 5 RxDATA- 6 Neutral(AC- Raw) 7 TxDATA + 8 TxDATA- 5.6 - Serial Bus 3 (RJ-45) Connector City of Fort Worth 3521 ATC Cabinet Specification Page 29 of 35 €in A (Bottom Flow) C(Middle Row)' E(Trap Row) 2 Ch 1 Red In Ch 1 Yellow In Ch 1 Green In 4 Ch 2 Red In Ch 2 Yellow In Ch 2 Green In 6 +24VDC DC Ground Address 4 8 Equipment Ground Neutral Neutral 10 SB#3 Rx+ SB#3 Tx+ Address Common 12 ` SB#3 Rx- SB#3 Tx- Address 3 14 Address 0 Address `I Address 2 10`' Ch 1 Red Sense Ch 'i Red Out Ch 1 Red Out 18 Ch 1 Yellow Sense Ch 1 Yellow Out Ch 1 Yellow Out 20 Ch 1 Green Sense Ch 1 Green Out Ch 1 Green Out 22 Ch 2 Red Sense Ch 2 Red Out Ch 2 Red Out 24` Ch 2 Yellow Sense Ch 2 Yellow Out Ch 2 Yellow Out 20 Ch 2 Green Sense Ch 2 Green Out Ch 2 Green Out 28 LV+ Signal LV+Signal LV+Signal 30 HV+ Signal HV+ Signal HV+ Signal 32 LV+ MAINS Neutral HV+ MAINS 5.7 - Model 2202-HV High-Density Switch Pack (HDSP) Connector (DIN 41612 Type E series, 48-pin connector) P#ra A (Bottom Row) C(Middle Row) ` E'(Top Row)' 2 Reserved Reserved Ch 1 Aux In 4' Ch 2 Aux In Reserved Reserved 6 +24VDC DC Ground Address 4 8 Equipment Ground Neutral Neutral 10 ' SB #3 Rx+ SB ##3 Tx+ Address Common 12 ' SB #3 Rx- SIB #3 Tx- Address 3 14 Address 0 Address 1 Address 2 16 FL#1-1 Sense FL#'l-1 Out FL#1-1 Out 18 FL#1-2 Sense FL#1-2 Out FL#'1-2 Out 20 Ch 1 Aux Sense Ch 1 Aux Out Ch 1 Aux Out 22 Ch 2 Aux Sense Ch 2 Aux Out Ch 2 Aux Out 24 FL##2-1 Sense FL#2-1 Out FL#2-1 Out 26 FL##2-2 Sense FL#2-2 Out FL#2-2 Out 28 LV+ Signal LV+ Signal LV+ Signal 30 HV+ Signal HV+ Signal HV+ Signal 2 LV+ MAINS Neutral HV+ MAINS 5.8 - Model 2202-HV High-Density Flasher Unit(HDFU) Connector (DIN 41612 Type E series, 48-pin connector) City of Fort Worth 352i ATC Cabinet Specification Page 30 of 35 Pin Description Pin Description Pin Description Al +24 VDC in B1 +24 VDC in Cl Input/Output 47 A2 Input/Output 0 B2 Input/Output 1 C2 Input/Output 48 A3 Input/Output 2 83 Input/Output 3 C3 Input/Output 49 A4 Input/Output 4 84 Input/Output 5 C4 Input I Output 50 A5 Input/Output 6 B5 Input/Output 7 C5 Input/Output 51 A6 Input/Output 8 86 Input/Output 9 C6 Input!Output 52 A7 Input/Output 10 B7 Input/Output 11 C7 Input/Output 53 A8 Input/Output 12 S8 Input/Output 13 C8 SB1 TxD+ A9 Input!Output 14 89 Input/Output 15 C9 - SB1 TxD- A10" Input/Output 16 B10 Input/Output 17 C10 SB1 RxD+ All Input/Output 18 611 Input/Output 19 C11 SB1 RxD- Al2 Input/Output 20 B12 Input I Output 21 C12 ` SB1 TxC+ A13 Input/Output 22 613 Input/Output 23 C13 SB1 TxC- A14` Input/Output 24 814 Input f Output 25 C14 SBI RxC+ A15 Input/Output 26 815 Input/Output 27 C15 SB1 RxC- A16 Input I Output 28 B16 Input/Output 29 C16 LINESYNC+ A17 ' Input/Output 30 B17 In ut/Output 31 C17 LINESYNC- A18 Input I Output 32 818 Input/Output 33 C18 NRESET+ A19 Input/Output 34 B19 Input/Output 35 C19 NRESET- A20 Input/Output 36 620 Input I Output 37 C20 ASSEMBLY ADR A21 Input I Output 38 B21 Input/Output 39 C21 INBUS RTS A22 Input I Output 40 822 Input/Output 41 C22 SB2 TxD+ A23 Input/Output 42 823 Input/Output 43 C23 I SB2 TxD- A24 Input/Output 44 B24 Input/Output 45 C24 SB2 RxD + A25 Input/Output 46 625 Opto Input 1 C25 S132 RxD- A26 Oto Input 2 826 Oto Input 3 C26 S132 TxC+ A27 Oto Input 4 827- Oto Input Ground C27 S132 TxC- A28 Address—0 628 Address—1 C28 SB2 RxC + A29 Address—2 B29 Address—3 C29 SB2 RxC- A30 INBUS TxD B30` INBUS RxD C30 ' INBUS TxC A31 Equipment Ground B31 AC Line Reference C31 INBUS RxC A32 1 24 VDC Ground 832 24 VDC Ground C32 I SIUBIU 5.9 - Model 2218 Serial Interface Unit (SIU) Connector Pin Function 1 +48VDC 2 48VDC Ground 3 +24VDC 4 +12VDCPS-2216-2jont 5 24112 VIDC Ground 6 Chassis (-3round 5.10 - Model 2216-24 Cabinet Power Supply (CPS) Connector (Phoenix Contact#1825161) City of Fort Worth 352i ATC Cabinet Specification Page 31 of 35 Switches Definitions: Manual Control Enable (MCE)switch places call into the CU and activates stop time Interval Adv.switch advances the CU when MCE is on FDS Front DoorSwitch) 1 or 2 to notifythe CMU when Front Door is open RDSRearpoorSwitch 1or2to notify the CMU when Rearpooris open FLS Front Light Switch 1 or 2 to turn on the Front cabinet Li ht RLS Rear Light Switch 1 or 2 to turn on the Rear cabinet ( g ) Light Fan Test I or 2to verifV if the Fans work O to 1-4 place calls into Input AssemblSIU O to Input 1-4 5.11 -Switches Definitions Circuit Breakers Definitions: Service Assembly(SA) MAIN Circuit Breaker(CB)controls powerto the entire ATCC SA CLEAN POWER CB controls power to PMU SA RAW PWR/GFCI/FAN/LIGHTS CB controls powerto outlets,GFCI fans and lights SA HDFU1 CB controls power to SA HDSP FU1 SA HDFU2 CB controls power to SA HDSP FU2 SA OUTPUT ASSEMBLY OALCB controls power to OA CB1 controls powerto HDSP1&2 OA C132 controls powerto HDSP3&4 OA CB3 controls power to HDSPS&6 OA C134 controls powerto HDSP7&8 OA CBS controls powerto HDSP9&10 OA C136 controls owerto HDSP11&12 _ OA C137 controls owerto HDSP13&14L______ OA C68 controls power to HDSP15&16 5.12 - Circuit Breakers Definitions 1 4 5 8 =9f 12 13 14 5.13 - Model 21 H High-Density Flash Transfer Relay (HDFTR) Pin-outs City of Fort Worth 352i ATC Cabinet Specification Page 32 of 35 Section 6 Glossary of Terms A Ampere AC 120 Volts AC, 60 Hertz AC- 120 Volts AC, 60 Hertz grounded return to the power source AC+ 120 Volts AC, 60 Hertz ungrounded power source ADU Auxiliary Display Unit ATC Advanced Transportation Controller AWG American Wire Gauge C Celsius CB Circuit Breaker Ch Channel CMU Cabinet Monitor Unit CMUip Cabinet Monitor Unit - Internet Protocol CPS Cabinet Power Supply D Depth DIN Deutsche Industrie Norm DOT Department of Transportation EG Equipment Ground EIA Electronic Industries Association F Fahrenheit FITA Field Input Termination Assembly FOTA Field Output Termination Assembly FPB Flash Program Block GFCI Ground Fault Circuit Interrupter H Height HDFTR High-Density Flash Transfer Relay HDSP High-Density Switch Pack HDSP/FU High-Density Switch Pack / Flasher Unit HDFU High-Density Flasher Unit HV High-Voltage 1/0 Input/Output IA Input Assembly In Inch iP Internet Protocol K Kilo KA Kilo Ampere Kbs kilobit per Second KHz Kilo Hertz lbs Pounds LED Light Emitting Diode City of Fort Worth 352i ATC Cabinet Specification Page 33 of 35 LV Low-Voltage M Mega mA milliampere MHz Mega Hertz mm millimeter mph mile per hour ms millisecond N.C. Normally Closed N.O. Normally Open NA Not Assigned NEC National Electric Code OA Output Assembly Opto Opto Isolator OVA Overlap A OVB Overlap B OVC Overlap C OVD Overlap D PCB Printed Circuit Board Ped Pedestrian Ph Phase QC Quality Control RMS Root Mean Square Rx Received RYG Red Yellow Green SA Service Assembly SB Serial Bus SB1 Serial Bus 1 SB2 Serial Bus 2 SB3 Serial Bus 3 SDLC Synchronous Data Link Control SIU Serial Interface Unit SPST Single Pole Single Throw TBD To Be Determined Tx Transmit U Rack Unit UL Underwriter's Laboratories, Inc. V Voltage Vac Voltage Alternate Current Vdc Voltage Direct Current W Width City of Fort Worth 352i ATC Cabinet Specification Page 34 of 35 Section 7 Warranty Statement 7.1 Warranty Statement The manufacturer shall fully guarantee all equipment and components. The duration of the warranty shall be 60 months from the date of shipment of equipment and components to the City. The warranty AT NO COST TO THE CITY shall cover all manufacturer's defects, labor, parts and shipping costs. The manufacturer shall perform warranty repair and return equipment and components within 30 calendar days after receiving equipment and components. City of Fort Worth 352i ATC Cabinet Specification Page 35 of 35