Loading...
HomeMy WebLinkAboutContract 53376RECEIVED ��� WN SECRUARY JaN s zuzo cowmci we. 3M Iffy"l"Tr .� EIiYSEC�Eff CONTRACTOR SERVICES AGREEMENT STREET LIGHTS REPAIR/REPLACEMENT S M 'Ibis CONTRACTOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, acting by and through its duly authorized Assistant City Manager, and Bean Electrical, Inc. ("Contractor"), an entity authorized to perform work in Texas, acting by and through its duly authorized President. This Agreement shall be effective as of the Effective Date established herein. AGREEMENT DOCUMENTS: The documents comprising this Contractor Services Agreement shall include the following: 1. Attachment A — The City's RFP; 2. Attachment B — Contractor's Response to RFP; 3. Attachment C — Price Schedule; 4. Attachment D -- Verification of Signature Authority Form; 5. Attachment E — Standard General Conditions of the Construction Contract; and 6. Attachment F — Standard Insurance Requirements. Exhibits A - F, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B, D or E and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. SCOPE OF SERVICES. Contractor hereby agrees to provide project management, assessments and construction services for street light installation/repair and LED conversions (Area 3) for the City of Fort Worth Transportation and Public Works Department as per Attachments A-C which more specifically describe the services to be provided hereunder. 2. TERM. This Agreement is effective as of the date subscribed below by the City's designated Assistant City Manager ("Effective .Date") and shall expire 730 days from the date Notice to Proceed is provided by the City ("Expiration Date") or completion of the Work. The Agreement may be renewed under the same terms and conditions for up to three (3) one-year renewal periods, at the City's sole discretion, each renewal period being subject to funding availability. City will provide Contractor with notice of intent to renew at least 60 days before the Expiration Date of the Agreement or any renewal period. However, if funds are not appropriated, the City may cancel the Agreement 30 calendar days after providing written notification to the Contractor. 3. COMPENSATION. City shall pay Contractor as per the fee schedule and in accordance with the provisions of this Agreement and Attachment C. Total payment made under this Agreement in the first term shall be the amount up to $727,346.00 ("Contract Amount"). The Contract Amount shall be in the amount up to $363,673 in any subsequent renewal period however Contractor may submit a revised Attachment B to reflect reasonable increased labor or materials costs, if any, within 60 day ee_ renewal date. Contractor shall not perform any additional services or bill for expenses incurred p�tynot specified a arrARY STREET LIGHTS REPAIR -REPLACE 1 of 14 Contractor Services Agreement FT wbwrk, -ex this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless City first approves such expenses in writing. 4. TERMINATION. Provisions for termination are found in Attachment E within Article 15. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. 5.1 Disclosure of Conflicts. Contractor hereby warrants to City that Contractor has made full disclosure in writing of any existing or potential conflicts of interest related to Contractor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Contractor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by City ("City Information") as confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Unauthorized Access. Contractor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Contractor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Contractor shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Contractor shall operate as an independent Contractor as to all rights and privileges and work performed under this Agreement, and not as an agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Contractor shall have the exclusive right to control the details of its operations and activities and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, consultants and subContractors. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Contractor, its officers, agents, employees, servants, Contractors and subContractors. Contractor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Contractor. It is further understood that City shall in no way be considered a Co -employer or a Joint employer of Contractor or any officers, agents, servants, employees or subContractor of Contractor. Neither Contractor, nor any officers, agents, servants, employees or subContractor of Contractor shall be entitled to any employment benefits from City. Contractor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees or subContractor. 7. LIABILITY. CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), STREET LIGHTS REPAIR -REPLACE Page 2 of 14 Contractor Services Agreement MALFEASANCE OR .INTENTIONAL MISCONDUCT OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8. INDEMNIFICATION. Terms of indemnification are as provided in Attachment E at section 6.21. 9. ASSIGNMENT AND SUBCONTRACTING. 9.1 _Assignment. Contractor shall not assign any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee shall execute a written agreement with City and Contractor under which the assignee agrees to be bound by the duties and obligations of Contractor under this Agreement. Contractor and assignee shall be jointly liable for all obligations of Contractor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, sub Contractor shall execute a written agreement with Contractor referencing this Agreement under which sub Contractor shall agree to be bound by the duties and obligations of Contractor under this Agreement as such duties and obligations may apply. Contractor shall, upon request, provide City with a fully executed copy of any such subcontract. 10. INSURANCE. Contractor shall provide City with certificate(s) of insurance documenting policies of the types and minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement as provided for in Attachment F. 11. COMPLIANCE WITH LAWS ORDINANCES RULES AND REGULATIONS. Contractor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Contractor of any violation of such laws, ordinances, rules or regulations, Contractor shall immediately desist from and correct the violation. Contractor shall also abide by all provisions pertinent to this paragraph as are recited in Attachment E. 12. NON-DISCRIMIINATION COVENANT. In addition to those Non -Discrimination provisions found in Attachment E, Contractor, for itself, its personal representatives, assigns, subContractors and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON- DISCRIMINATION COVENANT BY CONTRACTOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBCONTRACTORS OR SUCCESSORS IN INTEREST, CONTRACTOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. NOTICES. STREET LIGHTS REPAIR -REPLACE Page 3 of 14 Contractor Services Agreement Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) delivered by electronic means with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Project Manager's Name and Title 200 Texas Street Fort Worth, TX 76102-6314 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at same address 14. SOLICITATION OF EMPLOYEES. To CONTRACTOR: Contractor business name a1 -toyz,-t IJJc��zll -�k 1�-I Phone: - �HOo Facsimile- Email:C1peLi� r 29� C`�C'C1 CU�`<� Neither City nor Contractor shall, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent Contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision shall not apply to an employee of either party who independently responds to a general solicitation of advertisement of employment by either party. 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. NO WAIVER. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. GOVERNING LAW / VENUE. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. STREET LIGHTS REPAIR -REPLACE Page 4 of 14 Contractor Services Agreement 19. FORCE MAJEURE. City and Contractor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have had an opportunity to review and revise this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or its Attachments. 22. AMENDMENTS/ MODIFICATIONS/ EXTENSIONS. No amendment, modification, or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. ENTIRETY OF AGREEMENT. This Agreement, including its attachments, contains the entire understanding and agreement between City and Contractor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. COUNTERPARTS. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 25. WARRANTY. Contractor warrants that its services will be of a professional quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Contractor's option, Contractor shall either (a) use commercially reasonable efforts to re -perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Contractor for the nonconforming services. Contractor warrants that it will perform all services under this contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state and federal laws governing its activities and is under no restraint or order which would prohibit performance of services under this contract. STREET LIGHTS REPAIR -REPLACE Pago 5 of 14 Contractor Services Agreement 26. IMMIGRATION NATIONALITY ACT. City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Contractor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Contractor shall complete the Employment Eligibility Verification Form (I-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Contractor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement. Contractor shall indemnify City from any penalties or liabilities due to violations of this provision. City shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 27. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 28. OWNERSHIP OF WORK PRODUCT. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City shall be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product shall inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product shall be considered a "work -made -for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright Act of 1976, as amended, Contractor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 29. LICENSES AND PERMITS. Contractor certifies that on the day work is to commence under this contract, and during the duration of the contract, it shall have and maintain current valid and appropriate federal and state licenses and permits necessary for the provision of services under this contract. STREET LIGHTS REPAIR -REPLACE Page 6 of 14 Contractor Services Agreement Contractor also certifies that if it uses any subcontractor in the performance of this agreement, that such subcontractor shall have and maintain current valid and appropriate federal and state Iicenses and permits necessary for the provision of services under this contract. 30. CHANGE IN COMPANY NAME OR OWNERSHIP Contractor shall notify City's Project Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Contractor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copyA of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 31. SIGNATURE AUTHORITY. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Contractor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Attachment D. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. (signature page follows) STREET LIGHTS REPAIR -REPLACE Page 7 of 44 Contractor Services Agreement ACCORDINGLY, the parties hereto have duly executed this Agreement and established the Effective Date as being the date subscribed by the City's designated Assistant City Manager. ACCEPTED AND AGREED: CITY OF FORT WORTH: By: Name:r`LL Title: Assistant City Manager Date: j 1 d Z 7_0 APPROVAL RECOMMENDED: By: Name: Title: Department Director ATTEST: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Y Name: V Title: APPROVED AS TO FORM AND LEGALITY: By: Name: Douglas W Black Title: Sr. Assistant City Attorney ®K BY-r CONTRACT AUTHORIZATION: } 0 0 Name: Ma � ayse �.; M&C: Title: City Secret ` `, at 95 # 001�533a(e3 CONTRACTOR: 7gs Name CTOR AME Name: Title: Date: 01'.FFOCYAL RECORD FT. WIUARTH.. TX STREET LIGHTS REPAIR -REPLACE Page 8 of 14 Contractor Services Agreement Page 1 of 3 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA BOR] REFERENCE **M&C 19- 13PPROJECT MANAGEMENT DATE: 11/5/2019 - NO.: 0286 LOG NAME: ASSESSMENT FOR LED CONVERSION TPW SB CODE: P TYPE: CONSENT PUBLIC NO NO SUBJECT: Authorize an Agreement with Bean Electrical Inc., in an Amount Up to $727,346.00 for an Initial Two -Year Term and Three One -Year Renewals in an Amount up to $363,673 Annually and Authorize an Agreement with Citelum US, Inc., in an Amount Up To $989,875.07 for an Initial Two -Year Term and Three One -Year Renewals in an Amount up to $494,937.54 Annually for Project Management and Assessments for Street Light Installation Services and LED Conversion (COUNCIL DISTRICTS 2, 4, 5, 8 and 9) RECOMMENDATION: 1. Authorize execution of an Agreement with Bean Electrical, Inc., in an amount not to exceed $727,346.00 for an initial two year term for Project Management and Assessments and task order construction services for Street Light Installation and LED Conversions (Area 3) with three, one-year options to renew in the amount up to $363,673.00 annually; 2. Authorize execution of an Agreement with Citelum US, Inc., in an amount not to exceed $989,875.07 for an initial two year term for Project Management and Assessments and task order construction services for Street Light Installation and LED Conversions (Area 2) with three, one- year options to renew in the amount up to $494,937.54 annually. DISCUSSION: As the City lighting system ages the need for lighting system infrastructure improvement becomes more urgent. The City currently maintains over 67,000 street lights for community convenience, safety and to assist emergency responders. Approval of this M&C will authorize the award of two contracts to facilitate street lighting upgrades in selected neighborhoods. On August 29, 2017, the City authorized M&C P-12092 for the Street Light Energy Savings Pilot Program in Southeast Fort Worth bounded by IH-30 (North), East Loop 820 (East), IH-20 (South), and IH-35 (West). Southeast Fort Worth was selected for the pilot project after Staff worked with the State Energy Conservation Office and identified locations of highest energy consuming street lights in the City. The pilot project improved the lighting conditions and converted over 3,400 street lights to LED fixtures. In a continuation of the work begun in the pilot project, Staff issued a Request For Proposals (RFP) for the Project Management and Assessments for Street Light Installation Services and LED Conversions based on an analysis completed in Fall 2018 of neighborhood lighting systems. The analysis included an evaluation of energy consumption, lighting conditions, and lighting uniformity. BID ADVERTISEMENT A Request for Proposals (RFP) was advertised in the Fort Worth Star - Telegram on Wednesday February 13, 2019, February 20, 2019, February 27, 2019, March 6,2019, March 13, 2019, March 20, 2019, and March 27, 2019. The evaluation factors included company qualifications and experience, references, quality of proposer's equipment and materials, project schedule, including team availability and cost. One hundred forty-one vendors were solicited from the purchasing vendor's database system and sixteen non -registered vendors were solicited via email. Six responses were received and one response was deemed non -responsive. The proposals received were reviewed by an evaluation committee consisting of staff from the Transportation and http://apps.cfwnet.org/council_packet/mc review.asp?ID=27433&councildate=l11512019 11/15/2019 rage z of J Public Works Department and Economic Development Department. The evaluation committee recommends awarding contracts to Bean Electrical, Inc., and Citelum US, Inc. R P 19-0080 Bidders �4mount Ameresco, Inc $7,638,584.65 Citelum US, Inc $3,496,662.36 Environmental Lighting Services $4,141,559.04 Highway Intelligent Traffic Solutions, Inc $4,217,263.20 Bean Electrical, Inc $2,876,606.32 Bean Electrical, Inc (Alternate Bid) $2,603,620.32 Engie rNot Qualified The purpose of the Project Management and Assessments for Street Light Installation Services and LED Conversions project is to install new poles, arms, wires, and LED lights in residential neighborhoods. The project will also update City asset management and geospatial records with assessment and installation documentation for new street light assets. The Project Management and Assessments for Street Light Installation Services and LED Conversions project divides the City into 4 distinct areas as follows: Area Description # of Lights # of Lights in 75 1% MMA 1 Loop 820, RR Tracks/Deen/IH-35W, Northside Drive, 1,038 964 Jacksboro Highway/City Limit Line 2 Loop 820, Beach Street/City LimittIH-30, Henderson, 1,018 786 Northside Drive 3 City Limit Line, Randol Mill Road, Trinity Blvd, Precinct Line 931 188 Road, Beach Street 4 IH-30, City Limit Line, E. Rosedale Street, Loop 820 702 297 Total # of Lights 3,689 2,235 Initially Areas 2 and 3 are being awarded with this M&C as an outcome of proposal evaluations by an evaluation committee. After completion of Areas 2 and 3 the remaining Areas 1 and 4 are to be awarded by future Council Action to the successful bidders based on evaluated company performance of light assessments and installations. MIWBE OFFICE — Citelum US, Inc is in compliance with the City's BDE Ordinance by committing to 71 % MBE participation on this project. The City's MBE goal on this project is 71%. Sean Electrical is in compliance with the City's BDE Ordinance by committing to 71% MBE participation on this project. The City's MBE goal on this project is 71%. AGREEMENT TERMS - Upon City Councills approval, these Agreements shall begin upon execution and expire two years from the date of execution. RENEWAL OPTIONS - These Agreements may be renewed for three additional one-year terms at the City's option. This action does not require specific City Council approval provided that City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal terms. The 2018 Bond Program authorizes issuance of bonds for street lighting improvements for $10,000,000.00. Funds for this project are included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the http://apps. cfwnet. org/coun cil_packetlmc—review. asp?ID=2743 3 &councildatc= l 1 /5/2019 1 I / 15/2019 1Y11X+k. IXAI V 11-1 W Page 3 of 3 project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 23209-05-2018). FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, in the 2018 Bond Program Fund Street Lights programmable project. Prior to an expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. BQNII iIX Fund Department Account Project Program Activity I Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by: Originating Department bead: Additional Information Contact: ATTACHMENTS A1.pdf A2.pdf A_ 3.pdf A4.pdf LFDPilot Full.pdf Kevin Gunn (2015) Reginald Zeno (8517) Cynthia Garcia (8525) Monty Hall (8662) http://apps.cfwnet.org/council_packet/mc review.asp?ID=27433&councildate=l11512019 11/15/2019 . ... .a.qa b: - 8 w - z I Way, :S .: . .. ..-. ..k h:: -.. .. . .. _ . _ .. - - Nlitine� ... ; bip 4k q b*r ON t q � b +°' d6 RE J44. mail O LO N O C 46 A1J .. .. w : ••qIIII . . lot • w tiflalf7�Gf1?.r =' V d.°.60 .¢ boo.+: �* m'* v V " a..J% 0 A.LU - ON (n CO JLUO ? O I U Q O W u¢1 Q c � 1 w ry uj emu�// 1� cop�p� 0 C) le 1.1�1 z p� !.d 00 0 Fed a ®U z 0pq deed w 0 =1 0 a M a - 1<- LU M Mt 0 z CL 0 z 0 U) w LU 0 LU U LED Street Light Pict J - f-.Ny A`nrr. t, , Y,a + - A. A i , a ,Ya a .+ . fL� fi �. !. .. � � ,+at+ +.. .+ � + ti .. •FF f.� ` ;� tyLii ' aaF , + a ,,# • t a a La {3"a' 1 f lF , , s. , L a , j • a, i, , •�+4i1u ? +a as a{a . la y ,t J a •,a '4'. Yaa,• +ate, a , F, r , . a ai a • F i s a a a a F •"4 a •ir � 1 alas, Y �`a �+u a :q+n . .. �a uul + L # a a a + L ,+L. . a r+ � Y+ • , i +•I A Si 87 met Ughts ` a a Work Zone Sector ' ..;. F . .. WORTH CEWTRAt SOUTH vaoxcrLat#rww V. si/ Y • rOxr�w-o�tzr�1 � -' ATTAC:IIM-E, w1T A T?- (QLJE I- FOR VRQPP AL.S FORAWORTH. PURCHASING DIVISION REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT AND ASSESSMENTS FOR STREET LIGHT INSTALLATION SERVICES AND LED CONVERSIONS RFP No.19-0080 Issued: February 13, 2019 OFFERS SUBMISSION DEADLINE: ******* Thursday. March 28. 2019 by 1:30PM Local Time ******* NO LATE OFFERS SHALL BEACCEPTED CITY OF FORT WORTH PURCHASING DIVISION LOWER LEVEL 200 TEXAS STREET FORT WORTH, TEXAS 76102-6314 Pre -Proposal Conference shall be held: Tuesday, March 12, 2019, 10:00 A.M. (Local Time) , at 5001 James Avenue, Fort Worth 76115, in the Training Conference Room FOR ADDITIONAL INFORMATION REGARDING THIS RFP PLEASE CONTACT: Sheila Baker, Purchasing Supervisor sheila.baker(a7FortWorthTexas. eov RETURN THIS COVER SHEET WITH RESPONSE TO: Sheila Baker, Purchasing Buyer Purchasing Division 200 Texas Street, Lower Level Fort Worth, Texas 76102-6314 CITY OF FORT WORTH PURCHASING DIVISI LOWER LEVEL 200 TEXAS STREET FORT WORTH, TEXAS 76102-6314 NAME AND ADDRESS OF COMPANY SUBMITTING PROPOSAL: Contact Person: Title: Phone: { Fax: (}_ Email: Signature: Printed Name: Shall contract be available for Cooperative Agreement use? (See Section 27, page 7) Yes -No Acknowledgment of Addenda: #1 #2 #3 #4 #5 Request for Proposals City of Fort Worth (City) is requesting proposals for non-exclusive contractor services agreements ("Services Agreement") for project management, assessments and street light installation services, including LED conversions, for the City of Fort Worth Transportation and Public Works (TPW) Department's Traffic Management Division. The successful proposer(s) will those firms that provide the best value to TPW for these services Each Services Agreement will be for an initial one-year period with up to four optional renewals. The successful proposers' project work areas (as outlined below) will be assigned to successful proposers by the Traffic Management Division and task orders will be issued by the Traffic Management Division for work within each work area. The City's overall first -year project budget is $4,200,000.00. Renewals will be subject to subsequently appropriated funds. 1.1 One (1) original, four (4) copies and one (1) USB flash drive of all Offer documents shall be submitted in sealed packages. Proposer's name and address should be marked on the outside of the envelope. Facsimile transmittals or offers communicated by telephone will not be accepted or considered. Proposal information that is not submitted in sealed packages will not be considered. 1.2 Mail or Deliver Responses to the F011owin Addres. City of Fort Worth Purchasing Division 200 Texas Street, Lower Level Fort Worth, Texas 76102 Proposals must be received in the City of Fort Worth's Purchasing Division no later than l :30 p.m., March 28, 2019. The submitting Proposer is responsible for the means of delivering the proposals to the location listed in paragraph 1.2 on time. Delays due to any instrumentality used to transmit the Proposals including delay occasioned by the Proposer or the City of Fort Worth's internal mailing system will be the responsibility of the Proposer. Proposals must be completed and delivered in sufficient time to avoid disqualification for lateness due to difficulties in delivery. The time and date stamp clock in City of Fort Worth (City) Purchasing Division isthe official clock for determining whether submittals are submitted timely. Late Proposal documents will not be accepted under any circumstances. 3.1 If a Proposer does not desire proprietary information in the Proposal to be disclosed, it is required to identify all proprietary information in the Proposal. This identification will be done by individually marking each page with the words "Proprietary Information" on which such proprietary information is found. If the Proposer fails to identify proprietary RFP No. 19-0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 2 of 12 information, it agrees that by submission of its Proposal that those sections shall be deemed non-proprietary and made available upon public request. 3.2 Proposers are advised that the City, to the extent permitted by law, will protect the confidentiality of their Proposals. Proposer shall consider the implications of the Texas Public Information Act, particularly after the RFP process has ceased and the Contract has been awarded. While there are provisions in the Texas Public Information Act to protect proprietary information, where the Proposer can meet certain evidentiary standards, please be advised that a determination on whether those standards have been met will not be decided by the City of Fort Worth, but by the Office of the Attorney General of the State of Texas. In the event a request for public information is made, the City will notify the Proposer, who may then request an opinion from the Attorney General pursuant to 552.305, Texas Government Code. The City will not make a request of the Attorney General. 4.0 C(a ETI O E$ O E 4.1 Information presented in the Proposals will be used to evaluate the professional qualifications of the Proposer(s) and to determine the Proposal(s) which will be selected to provide professional services to the City. 4.2 Responses shall be completed in accordance with the requirements of this RFP. Statements made by a Proposer shall be without ambiguity, and with adequate elaboration, where necessary, for clear understanding. 4.3 Proposals shall be limited to a maximum of twenty (20) 8-1/2" X I1" pages (one side only and including cover letter) using a font size no smaller than 11 point and one inch margins. I :_ �. :UI ._► 11_�1: 5.1 Any explanation, clarification, or interpretation desired by a Proposer regarding any part of this RFP shall be requested from Sheila Baker, Senior Buyer, at least 15 days prior to the published submission deadline, as referenced in Section 2.0 of this RFP. 5.2 If the City, in its sole discretion, determines that a clarification is required, such clarification shall be issued in writing. Interpretations, corrections or changes to the RFP made in any other manner other than writing are not binding upon the City, and Proposers shall not rely upon such interpretations, corrections or changes. Oral explanations or instructions given before the award of the Contract are not binding. 5.3 Requests for explanations or clarifications may be Faxed to the City of Fort Worth at (817) 392-8440 or emailed to Sheila.baker@fortworthtexas.gov. Emails and Faxes must clearly identify the RFP Number and Title. 5.4 Any interpretations, corrections or changes to this RFP will be made by addendum. Sole issuing authority of addenda shall be vested in the City of Fort Worth Purchasing Division. Proposers shall acknowledge receipt of all addenda within the responses. 6.0 MILLDRAWALOFPROP92SALS RFP No. 19-0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 3of12 A representative of the company may withdraw a Proposal at any time r�the RFP submission deadline, upon presentation of acceptable identification as a representative ofsuch company. I .auti moulsim T1 It is understood that the City reserves the right to accept or reject any and all Proposals and to re -solicit for Proposals, as it shall deem to be in the best interests of the City of Fort Worth. Receipt and consideration of any Proposals shall under no circumstances obligate the City of Fort Worth to accept any Proposals. If an award of contract is made, it shall be made to the responsible Proposer whose Proposal is determined to be the best evaluated offer taking into consideration the relative importance of the evaluation factors set forth in the RFP. 7.2 The City reserves the right to award a single contract or multiple contracts by section listed in the Scope of Work. 7.3 Tentative Schedule of Events RFP Release Date February 13, 2019 Pre -Proposal Conference Tuesday, March 12, 2019, 10:00 AM (CST) Deadline for Questions March 15, 2019; 5:00 PM (Local Time) Proposals Due Date March 28, 2019; 1:30 PM (Local Time) Evaluation of Proposals March 28, 2019 through April, 2019 Notice to Proceed (Anticipated) June 2019 8.0 PERIOD OF ACCEPTANCE Proposer acknowledges that by submitting the Proposal, Proposer makes an offer that, if accepted in whole or part by the City, constitutes a valid and binding contract as to any and all items accepted in writing by the City. The period of acceptance of proposals is one hundred and eighty (180) calendar days from the date of opening, unless the Proposer notes a different period. 9.0 TAX EXEMPTION The City of Fort Worth is exempt from Federal Excise and State Sale Tax; therefore, tax must not be included in any contract that may be awarded from this RFP. 10.0 COST INCURRED IN RESPONDING All costs directly or indirectly related to preparation of a response to the RFP or any oral presentation required to supplement and/or clarify a Proposals which may be required by the City shall be the sole responsibility of and shall be borne by the participating Proposers. 11.0 NEGOTIATIONS The City reserves the right to negotiate all elements that comprise the successful Vendor's response to ensure that the best possible consideration be afforded to allconcerned. 12.0 CONTRACT INCORPORATION RFP No. 19-0080, Project Management and Assessments for Street fight Installation Services and LED Conversions Page 4 of 12 The contract documents shall include the RFP, the Response to the RFP, the City's Access Network Agreement (Attachment B to this RFP) and such other terms and conditions as the parties may agree. I 9-_► 0 DI ► FITIT, If a Proposal is accepted, the successful Offerors, hereinafter "Vendor," shall not issue any news releases or other statements pertaining to the award or servicing of the agreement that state or imply the City of Fort Worth's endorsement of the successful Proposer'sservices. I I1111111114V"-III OI J k'JY,4 DI After release of this solicitation, Proposers' contact regarding this RFP with members of the RFP evaluation, interview or selection panels, employees of the City or officials of the City other than the Purchasing Manager, the Minority and Business Enterprise (MBE) Office, or as otherwise indicated is prohibited and may result in disqualification from this procurement process. No officer, employee, agent or representative of the Proposers shall have any contact or discussion, verbal or written, with any members of the City Council, members of the RFP evaluation, interview, or selection panels, City staff or City's Vendors, or directly or indirectly through others, seek to influence any City Council member, City staff, or City's Vendors regarding any matters pertaining to this solicitation, except as herein provided. If a representative of any Proposers violates the foregoing prohibition by contacting any of the above listed parties with whom contact is not authorized, such contact :may result in the Proposers being disqualified from the procurement process. Any oral communications are considered unofficial and non -binding with regard to this RFP. 15.0 PROPOSAL EVALUATION PROCESS 15.1 An evaluation committee will evaluate the responses to this Request for Proposals, may interview one or more firms, and may recommend one or more firms to the. Selection of a firm may be made without discussion with Proposers after offers are received. Proposals should, therefore, be submitted on the most favorable terms. 15.2 The City's evaluation panel will review all responsive submittals and select the best evaluated offers for further interview. 15.3 The City anticipates selecting Proposer(s) that will be recommended for award of a contract to provide the requested professional services to the City of Fort Worth. 15.4 The City reserves the right to reject any or all proposals. 16.0 PROPOSAL EVALUATION FACTORS 16.1 Cost of Service — 20 points available 16.2 References - 10 points available 16.3 Qualifications & Experience - 25 points available 16.4 Quality of Proposer's Equipment and Materials - 25 points available 16.5 Project Schedule, Including Team Availability, - 20 points available RFP No. 19-0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 5 of 12 17.0 GENERAL PROVISIONS The Vendor may not assign its rights or duties under an award without the prior written consent of the City of Fort Worth. Such consent shall not relieve the assignor of liability in the event of default by its assignee. I8.0 ERRORS OR OMISSIONS The Vendor will not be allowed to take advantage of any errors or omissions in this RFP. Where errors or omissions appear in this RFP, the Vendor shall promptly notify the City of Fort Worth Purchasing Division in writing of such error or omission it discovers. Any significant errors, omissions or inconsistencies in this RFP are to be reported no Iater than 7 (7) days before time for the RFP response is to be submitted. 19.1 If this award results in a contract, it shall remain in effect until contract expires, delivery and acceptance of products and/or performance of services ordered or terminated by the City with a thirty (30) day written notice prior to cancellation. In the event of termination, the City of Fort Worth reserves the right to award a contract to next lowest and best Vendor as it deems to be in the best interest of the City of Fort Worth. 19.2 Further, the City of Fort Worth may cancel this contract without expense to the City in the event that funds have not been appropriated for expenditures under this contract. The City of Fort Worth will return any delivered but unpaid goods in normal condition to the Vendor. I I Y�-a l_i►I I1�fF1 U 0MUDIVA 1 _ _ Ja . 1X Mtn W.11__0 ► Right to Assurance. Whenever the City has reason to question the Vendor's intent to perform, the City may demand that the Vendor(s) give written assurance of Vendor's intent to perform. In the event a demand is made, and no assurance is given within ten (10) calendar days, the City may treat this failure as an anticipatory repudiation of the contract. 21.0 CHANGE ORDERS, No oral statement of any person shall modify or otherwise change or affect the terms, conditions or specifications stated in the resulting contract. All change orders to the contract will be made in writing by the City of Fort Worth's Financial Management Services Department and signed by both parties. Change orders must be prior approved by the Fort Worth City Council when the amount exceeds $50,000.00. 22.0 VENUE The agreement(s) will be governed and construed according to the laws of the State of Texas. The agreement(s) is (are) performable in Tarrant County, Texas. Venue shall Iie exclusively in Tarrant County, Texas. ONUlm1 to RFP No. 19-0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 6 of 12 No public official shall have interest in this contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5, Subtitled C., Chapter 171. 24.0 INSURANCF, The Vendor shall carry insurance in the types and amounts for the duration of this agreement as listed in the Professional Services Agreement, Attachment E to this RFP, and furnish certificates of insurance along with copies of policy declaration pages and policy endorsements as evidence thereof. -fm WV:►l Iall__101 25.1 All services shall be provided in accordance with applicable requirements and ordinances of the City of Fort Worth, laws of the State of Texas, and applicable federal laws. 25.2 The Contract(s) awarded from this RFP shall be executed for a two-year initial term with three (3) one-year options to renew at the City's sole discretion. 26.0 MTNC1RiTY RTISiNESS ENTERPRISE FROVISIUM BUSINESS DIVERSITY ENTERPRISE (R®E) ORDINANCE PROVISION__, The City of Fort Worth implemented the Business Diversity Enterprise (BDE) Ordinance to reflect the City's availability and disparity study findings. All proposers shall note that it is the policy of the City to ensure the full and equitable participation of Minority Business Enterprises (MBEs) in the procurement of services $50,000 or more. This Request for Proposal consists of a MBE goal. The Minority Business Enterprise (MBE) diverse goal is 7%. The information shall be submitted with the proposal and shall include: ■ The company name, address, point of contact, email address, office and fax telephone numbers of the MBE subcontractors and suppliers; ■ A detailed description of the work to be performed or supplied by each MBE; ■ The tier level, i.e., 1 St, 2"d, 3`a, etc. (if other than 1'tier, the plan must clearly identify the firm name and tier from whom the MBE firm will be receiving payment) ■ The sub -contract value or percentage of work for each MBE participant; ■ State the MBE percentage level of commitment achieved; and ■ Provide the same identification information for all non -MBE participants It is important to note that only MBE subcontractors and suppliers that perform a commercially useful function may count towards the 7% MBE diverse goal. If the Proposer is certified as a DBE, MBE, SBE or WBE firm, it is not permissible to count itself or its subsidiary -owned companies towards the established goal; the goal represents subcontracting opportunities. RFP No. 19-0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 7 of 12 Proposers must obtain MBE listings from the City of Fort Worth's M/WBE Office at (817) 392-2674 or email mwbeoff ce(c�fortworthtexas.gov. This will ensure that Proposers are acknowledging MBE firms currently certified by the North Central Texas Regional Certification Agency (NCTRCA) and D/FW Minority Supplier Development Council (D/FW MSDC) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth at the time proposals are submitted, in order for the participation to be counted towards the established diverse goal. The firms must be located in the City's six b coungeographic marketplace that includes the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise. Also note if a firm is DBE certified that reflects minority ownership and meets the criteria's stated, it may count towards the goal. If an Offeror (regardless of certification status or if a non-DIM/W/MBE), however, forms a joint venture with one or more MBEs, the MBE joint venture percentage participation will be counted towards the established goal. The appropriate City of Fort Worth Joint Venture form must be submitted for review and approval in order for it to be counted. The City of Fort Worth strongly encourages joint ventures. If Offeror failed to meet the stated MBE goal, in part or in whole, then a detailed explanation must be submitted to explain the Good and Honest Efforts your firm made to secure MBE participation. Failure to submit the MBE participation information or the detailed explanation of the proposer's Good and Honest Efforts to meet or exceed the stated MBE goal, may render the proposal non -responsive. The MBE commitment will be part of the final weighted selection criteria. I 11-' .ts -kvj- ofla : 10 27.1 Should other governmental entities decide to participate in this contract, Proposers, shall indicate in their proposals whether they agree that all terms, conditions, specification, and pricing would apply. 27.2 If the successful Proposer agrees to extend the resulting contract to other governmental entities, the following will apply: Governmental entities within utilizing Contracts with the City of Fort Worth will be eligible, but not obligated, to purchase material/services under this contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Fort Worth will be billed directly to that governmental entity and paid by that governmental entity. The City of Fort Worth will not be responsible for another governmental entity's debts. Each governmental entity will order its own material/services as needed 28.0 PAYMENT RFP No. 14-0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 8 of 12 All payment terms shall be "Net 30 Days" unless otherwise specified in the proposal. 28.1 Service provider shall invoice no more frequently than monthly for services provided. 28.2 Invoices shall be submitted to the City department that ordered and received the services provided. 28.3 Successful proposers are encouraged to register for Automated Clearing House (ACH) direct deposit payments prior to providing goods and/or services using the forms posted on the City website at http://fortworthtexas.gov/purchasin 29.0 CJRTiFICATE OF INTERESTED PA.ES_FQRI�JI2,95 The successful Proposer is required to complete online and notarize the Certificate of Interested Parties Form 1295 and the form shall be submitted to the Purchasing contact listed in the solicitation before the purchase/contact shall be presented to the City Council. Form to be completed at https://www.etbies.state.tx.us/whatsnew/elf infooforml295.htm. I I �:► ► III': ►:_1/_ 1._: 1 a►.' � ' The Contractor shall notify the City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of the company or authorized official shall sign the letter. A letter indicating changes in a company name or ownership shall be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments. 31.0 SCOPE OF SE See Attachment C See Attachment D RFP No. 19-0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 9 of 12 CONFLICT OF INTEREST DISCLOSI_l_RB REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire") the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. Bylaw, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at h toa/www.ethicssta x�/fortes/CI0 Ddf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. RFP No. 19-0080, Project Management and Assessments for Street Light Installation Services and LLD Conversions Page 10 of 12 ATTACHMENT B CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Date Received Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person doing business with local governmental entity. z. ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. 4. Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. RFP No. 19-0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 11 of 12 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity Page 2 5. Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item S including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CIQ asnecessary. A. Is the local government officer named in this section receiving or likely to receive taxableincome from the filer of the questionnaire? ❑ Yes ❑ No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? ❑ Yes No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? ❑ Yes ❑ No D. Describe each affiliation or business relationship. 6. Describe any other affiliation or business relationship that might cause a conflict ofinterest. i. Signature of person doing business with the governmental entity Date RFP No. 19-0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 12 of 12 M 1191I KIKI ►I N DO R APPENDIX A- DATA DIC1710NAIt ■ Sampie Spry Sheet APPFNDIX ]3- GEL GRA_P11IC AREA NAPS * Area 1-4 indjividuaI pimps * Bid Tabiplations 1--4 individual * Hid'I`abulntian SuiTunary APPL;INDIX C -LED TECH DNFA SHEETS * [,ED residmilal lixlum + LED Ailerial fixture: * STEEL PCLE5- MUCTURAI. & STEEL PRODUCT lk WOOD POLE CRESOTE PRESSURE TREATE€} APPENDIX D- CIL, NCRAL CONDITIONS OF, TFLE CON TR-uC' ToN CoYMAC T — 10E1 IOVED, SEE EX. L APPENDIX E- 'T'ADIDAI#DIIE+TAILS * 34 4120 D6-2I Street LumirraIre-Po lo and FIxture Details * 34 4120 D622 Street LumInaIre- FoundatIon DetaIIs * 34 41 20 D673 Street Luminaire-Co npectlan Detail * 34 4120 D624 Street LurnInalre Conduit artd Eround Bax Details ■ 34 4120 D625 Stre2 t LumIrnaire Pedestal Details 34 4130 D633 Street game Details + 34 4130 045X ( Sign Post Detail + 34 7113 b660 Traffic OntroI Typical Installation * 34 7113 D651 Traffic Control Typical Sign$ and 8aMcades # 34 4120 D672 School Zone Flasher and Sign DetalI AV P E N D IX JC -TECH LAICAL SPE.CI IP ICATIONS * 34 41 Z1. ROADWAY ILLUMINAT'IGN ASSEMBLIES * 34 +41 20-01 ARTERIAL ROADWAY LUM [NAIRIES • 34 4120.03 REDS10 ENTIAL RIDADWAY LUMINARIES APPENDIX G-11119rOCLLL-TEC1ilYlCAL DATA • DLL 3.27 120-277V ATPFNDLX 13-SIIOWill'ING CAP-` LOCHNICAL DATA • 1(4500.120-488V APPENDIX I�S'I'ICKET L1G11TCOMPONENT-TEC [INTC.'AL DATA * -TRM FUSES 250 VAC (I/.k0TO30A) -FUS F HOLDERS 600VAC f 0r- (30A) # -WIRES: # #6AWMINUM DUPLEX OVERHEAD • ##5 ALUMINUM TRIPLEX OVERHEAT] ■ eta ALUMINUM TRI P LF X CONVUCTOR 600V (U ND ERGRO tND) * -CONDUFFS: ■ RIGID N0NMFTALLIC SCHEDULE 80 (BELLED END-10') + RIGID NON METALl_CI SCHI RULE 80 (ELBOW5•PLAIN END) • 9IC,ID NON META LLCl SCHEDULE 80 �COUPLlNrj & ADAPTER) • GROUND BOX DI M E NSION. 13" 2A" X3.8", TIER RATING: 10 MATERIAL, PO LY M E R Co NCR ETE TAPERED BOX, HARDWARE. 1=3f8" BOLT APPENDIX A Data Dictionary Street Lights GIS Data & Deliverables Definition: Point representing a light mounted to a pole that illuminates the roadway. Dataset name: Class name- Type - Attributes: ttribute (Data type) Domain Definition Source OBJECTID (Object ID) Internal ESRI field Auto -Generated X (Double, Precision 38) X-Coordinate associated Attribute Assistant with the attribute Y (Double, Precision 38) Y-Coordinate associatedAttribute Assistant with the attribute STREET (Text, 50) Name of street in which Source Documents he feature resides IMAGE (Text, 50) Name of the image Populated by City collected CONDITION (Text, 10) ConditionStandard Physical condition rating Source Documents/Field of the feature Verification Idetttif d* whet) lcr on OVIERHEADWIRP ('Boni, 10) YtataN09twig mhmd Mir is preeanl Sourer llocmntnls the 89fiet FIX TURL—N E(Tcmi M1 StrectLlghiNxtur;7ype Y14e%011.'i4i401d5I11D t6arCQD4CtIUIfinC9 httlk4 SI IPPORTDESt RiPTTON CI oxl, } Streell,igl5t6uppvrtl]a hrdis oleo 133c nwteeud type �nurue F1P�umeR1S f the wff2rt drwFi mo 3UPP{}R11LOLQR(Tca, io) rildicMesvisrblrvoltirof 5csutrailuevmelrl� Im support structure LED (Tem.10) YcrNbgtring J&ntltieswsheiliora uwwvIMcuments 94rce llkklt i9 an LED HEIGHT (Double, Precision 38) Ground to top ofpole Source Documents height ARM (Text, 10) YesNoString Identifies whether theSource Documents feature has an arm ARMLENGTH (Double, Precision 38) Indicates length of the Source Documents feature arm COMMENTS (Text, 250) Open field for feature comments 114STA LL ATE (tSate) [laic itl whicli Lhe feature `aourre DErLurnrn4 %.ea5 enstm led OWNER (Text, 50) GovernanceEn Government entity thattity Source Documents owns the feature. MAINTAINEDBY (Text, 50) GovernanceEntity Government entity that Source Documents maintains the feature Numerical physical Source CONIXTIONINDEX (Short) condition rating of the Documents/Field feature (0-100) Survey INSTALLYEAR (Short) Year the feature was Source Documents installed HYPERLINK (Text, 250) Location of the feature populated by the City picture SHAPE (Geometry) Internal ESRI field Auto -Generated EXISTING WATTAGE Identifies Wattage of Field Collection previous asset EXISTING BULB Bulb. Identifies type of bulb for Identifies Field Collection —Type asset i : TAC_ ITS t W. E s . �., i) Wattage r ldcrai irs wall ge of lialure 6rrlb aurce Llocuirumu BULBTY11E ('i'ext, Sit) kluib_Type Idelbti Flea type of tiMNWv Sa+aICC Llsxunreola Unique identification ALTERNATE ID (Long) — assigned by the consultant. (Temporary Temporary Field field), CREATED USER (Text, 255) Name ofthe person that Auto -Generated created the feature CREATED DATE (Date) Date that a feature was Auto -Generated loaded to the database Name ofthe person that LAST_EDITED_USER (Text, 255) last made updates to the Auto -Generated feature LAST_ EDITED_ DATE (Date) Date that the feature was Auto -Generated last updated A generated, unique ID assigned to all ASSET ID (Text, 10) features. This feature IDAuto-Generated begins with an STL prefix. LIFEC YCLE (Text, 20) Lifecycle indicates the functional Source Documents status ofthe feature SHAPE (Geometry) Internal ESRI field Auto -Generated m ml A A A A A A A h n n A n A n n n n A n n A n n n X w Z V Z Z V V z Z V V z z z z V V V V z z V V z z V V z z V v z V z V z V z V z z V V z z V V z V Z O O n n n n n A n ¢ v z z z z 3 w z 3 w w z' z z' z' z v z en z �„ z V v V V v z 0 LL T T T m eo m ED m a r t r t t t a�i n�i ai u�'i m r t t t t u w Q Q Q Q Q Q o< ac Q Q Q Q Q ac s oc 0 0 0 o O d o 0 0 Ur � N N N NQ ON N QN Np N z¢ n n n n n A A n A A A A A n n a s— w a— S 3 a as — S s 3 z z z z z z z z z z z z z z z 3 V V V V V V V V V V V V V V V u } a m w v eo eo eo eo eu m m eu a m m ey ey a eu eu eu eu eu m w Z >> y y s y y y Z y ¢ ¢ ¢ ¢¢¢ 4¢ 4 4¢ 4 4 Q 4 4 4 4 4 4¢ 4¢ 4 en eO i� M� vl iP M o 00 m o0 m 61 M a � W h 4 .-i N M V p 7 � � M M M M� 4p DO m Da ma w� V If1 l!] 1fi w w I O O O 0 0 0 0 0 0 0 0 0 0 0 0 CD O CD 0 0 0 00 r O O O O O O O O O O O O O O 00 C0 O 00 CD Od Od Od d0 OQ N 4 O O o 0 0 d o 0 o d 0 o d r r F F r r r r r ¢ N N N N N N N w N V1 to VI In V1 to N u) N N N V♦ N VI N >d> FI m m 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 r-1 ri ri ri ri ri ri ri ri '+] M M M fr M M M M M h f� h M M � N N N N N N N N N r-I ri ei ri ri ri '-I ri ri e-I ri a a 3 c� eiZj l!] l!1 lf1 N N l!1 N N O m m N N 'i '-1 H ri e-I ri r-I ri e-I ri ri Q W W Qi N N CNl N N N N N N N N W N N N N N W W N N a r r } y r r r r r r r r r r r r r r r r r r r r a o^ 5 E E E E E E E E E E E E em E t i E 2 E E E E ee o r a a 9 s a a n a a n a n a 5 no s x P P o P P P o P o 0 o P o P o 0 0 0 o P o LL u u u v U c� u U U u U t� U U U O o o o o o U U U U u U u v W x w O O P P O O O O O P P O O P P P 4 O O O 4 O O O O z z Z Z Z Z Z z z z z z Z Z Z Z Z Z Z Z Z Z Z z z oc cc w w w w w w w w w w Z z Z 0 O z z z a a¢¢ a a Z a a a a a w w w w o o w � oc oc � o= c� t� � m m r rt; r r r m m m m oc m a m o= w W w q d a d d d er CC ¢ er r C7 [7 C7 C7 C7 Z Z z > > eu w w W u U u U U U w w w w Q Q Q Q Q w w w veaenn+na z z z z z C7 u' C7 0 o 0��o ���g 3 g S 3 S z Z z z o w w w w w 7 ¢ ¢ ¢ Q w Y w Y w Y w Y Y 0 0 0 Z w r r r r U' xaxaxa xaxa l..7' U' 0 J oo m d 1+ W m d h M .--� N .-� N N 1� a0 m d .-� M v] W n y ID ID h o 0 o.. m w 1- n N N N co a V V a a 06 W oo co co e} er e� Vl VI Vl Vl V� er -zr in O a U E m en o APPENDIX B GeographicArea Maps 0 IC) fn m M a 0 M 0 > 0 e 0 (D L -L T J.41n m i i � 9 a � r •. + � r • is *wra ■��IH r LY * + =i r 4 1�T + t 1Y ■■; r 4 ■�s■ ■ �M4 a ■4 61 i ilk ■ ■ Y ■ • ara• , 5 • .ate *s it * ;■s 41 # ■ ■ ; ■ i Dow* 7F w *iili# MYY++art a#;*+ # ■Yy■; N ■ �r A; Ys*;■ Y ■a;# R� ■a a i, ■ i r • # i . a ;iri �r■r �1i■ �11 ■ •w i � ■ �i ■ r i 4fY#iM i*iirs ri��i # s ■ a ■ r. ■a *; one mma *1 ■F�ii� ■**Y * a ■■ t`M 4 a I ,U A 0 w m rn 0 c rD C) 1 I k� II • + r w,. � i 4 I i l a FA - y " 0 { j o f/7 L 1 '{4� F s p �fD pt n f�'•-I-I 9 � m � E m APPENDIX C LED Technical Data Sheets TECHNICAL DATA SHEETS RESIDENTIAL LED FIXTURE ARTERIAL LED FIXTURE STEEL POLES WOOD POLES Oz. Consistentt�ith LEP.goals 4%,J& GreenGbbes°4neaa NIGHTTIME for kght pdottan reducllmr FRIENDLY ow go Applications: Roadways Off ramps Residential streets Parking lots 5 Effective Projected Area {EPA) The EPA for the ATE32 is 0,78 sq. fL, Approx. WL � 21 Ibs. (8.53 kg) AOahahn Series A B2 {Krto;rl - R2 Optic Features: OPTICAL Same Light: Performance is comparable to 250-400W HPS roadway luminaires. White Light: Correlated color temperature - standard 4000K, 70 CRI minimum or optional 5000K, 70 CRI minimum. Unique IP66 rated LED light engines provided 0% uptight and restrict backlight to within sidewalk depth, providing optimal application coverage and optimal pole spacing. Available in Type II, ill, IV, & V roadway distributions, ELECTRICAL Expected Life: LED light engines are rated >100,000 hours at 25°C, L70. Electronic driver has an expected life of 100,000 hours ate 25°C ambient. Lower Energy, Saves an average of 40-60% over comparable HPS platforms. Robust Surge Protection: Three different surge protection options provide a minimum of IEEEIANSI C62.41 Category C (IM/5kA) protection. MECHANICAL Easyto Maintain: Includes standard AEL lineman -friendly features such as tool -less entry, 3 station terminal block and quick disconnects. Bubble level located inside the electrical compartment for easy leveling at installation. Rugged die-cast aluminum housing is polyester- powder -coated for durability and corrosion resistance. Rigorous five -stage pre -treating and painting process yields a finish that achieves a scribe creepage rating of 8 (perASTM 01654) after over 1000 hours exposure to salt fog chamber (operated per ASTM B117) Optional Enhanced Corrosion Resistant finish (CR) increases the salt spray exposure to 5000 hours. Four -bolt mast arm mount is adjustable for arms from 1-1/4" to 2" (1-5/8" to 2-3/8" O.D.) diameter and provides a 313 vibration rating per ANSI C136. Wildlife shield is cast into the housing (not a separate piece). CONTROLS NEMA3 Pin photocontrol receptacle is standard, with the Acuity designed ANSI 5 Pin and 7 Pin receptacles optionally available. Premium solid state locking sale photocontrol - PCSS (10 year rated life(. Extreme long life sold state locking style photocontrol - PCLL (20 year rated life). Mulit-leval dimming available to provide scheduled dimming as specified by the customer. Optional onboard Adjustable Output module allows the fight output and input wattage to be modified to meet site specific requirements, and can also allow a single fixture to be flexibly applied in many different applications. WARRANTY & STANDARDS 5 year limited warranty. Full warranty terms located at http://wwvv. acuitybrands.com/LibrariesfTerms_and_Conds/ABL. LED Commerical_ Outdoor.sfib.ashx Rated for -400C to 400C ambient. CSA Certified to U.S. and Canadian standards Complies with ANSI: C136.2, C136.10, C136.14, C136.31, C136.15, C136.37 Note: SpeclRcationssubject lachange without notice. Actual performance ataydifteras arasaltoiand-user environment andnpplicattan. American Elactric 02014-2015 Acuity Brands Lighting, luc. 11/23/15 A—CLUghtfing, ATB2-40B LED 1A-M VOLT-R2-3K-MP-NL-RFD ATB2 40BLED10 AuRuhahn Series ATB2 Headway lighting Exatnpla: ATB2 40LEDE70 MVOLT R2 Series Performance Packages Voltage Optics ATB2 Autobahn LED 40BLEDE70 Roadway & 40BLEDEIO Security 40BLEDE13 60BLEDE70 60BLEDE85 60BLEDEIO GOBLEDE13 80BLEDE70 ROBLEDE85 BOBLEDE10 Color Temperature (CCT] (Blank) 4000K CCT, 70 CHI Min. (Standard) 51t 5 70 CRI Min. 3K = 3000K (Blank) Gray(Standard) BK _ - Black BZ Bronze DOB Dark Bronze GI Graphite WH White Surge Protection Blank Acuity SPD with inductive fitter(= andar_d1__,__ MPI MOV Pack IL SPCE with Indicator Light Terminal Block (Blank) Terminal Block Standar T2�dto ositnans 40B Chips, 7OOmA Driver 40D Chips,1050mA Driver 40B Chips,13OOmA Driver 60B Chips, 700mA Driver 60B Chips, 850mA Driver GOB Chips,1050mA Driver 60B Chips,1300mA Driver 808 Chips, 700mA Driver 80B Chips, 850mA Driver BOB Chips, 1050m k Driver Misc. BL External Bubble Level CR Enhanced Corrosion Resistant Finish H5 House -Side Shield f�111.1 XL Not CSA Certified MVOLT Multi-volt,120-277V R2 Roadway Type 11 347 347V R3 Roadway Type Ili 480 480V R4 Roadway Type IV R5 Roadway Type V COF1 ( Arterial Standard Controls (Blank) 3 Pin NEMA Photocontrol Receptacle (Standard) P5 5 Pin Photocontrol Receptacle Dimmable Driver Included P7 7 Pin Photocontrol Receptacle (Dimmable Driver Included) NR No Photocontrol Receptacle A02 Field Adjustable Output DM OV-IOV Dimmable Driver (Controls by others) MI-3-1 Multi -Level Dimming PCSSr Solid State Lighting Photocontrol (120-277V) POLL Solid State Lang Life Photocontrol SH Shorting Cap Packaaina Blank Single Unit (Standard)LLD JP Job Pack (24IPallet) Note; 5paci8callons subject to chaeso yvithout notice. Actual performance may differ as a result of end•esar enviranmenl and application. Notes 1. Not available in 347 or4BOV. 2. Not available with DM or ML options. 3. Not available with AO, DM, P5 or P7 options. 4. Dimming schedule and light level information required from the customer in orderto configure product. Contact Infrastructure Technical Support to proceed. American warranty Five-year limited warranty. at. Electric wHmacuitvhrands.anmlCustamer8asources(Tsrtns andconditionc.espAEXLighting- Actual performance may differ as a result of end -user environment and application. AE Headquarters, 3825 Columbus Road. Granville, OH 43023 All values are design or typical values, measured under laboratory conditions at25 *C. www.amerlcanelectriclrghting.com Speciricatians subject to change without notice. ® 2014-2015 Acuity Brands Lighting, Inc. All Rights Reserved. 1112NI6 Please contact yoursates representative f'orlho latestpmduct ialormatleu u Tr o n [ j Series ATR2 P,ER�DRiI�ANCE PAC�S�3�E 406 r 700 100{i i300 700 1000 1300 81 i3A Ill 91 138 177 R7 R3 M1.1.111111L-115 11268 IGfiBr M277 _11160 15520 18050 EffiuReV JLPW1 12A 11+1 103 123 112 102 40 Hollis 0,'36 0,9U 014 0.90 0.95 0.94 109kr O J36 i190 00 0.96 0.90 0.88 -700 91 1 i}i 7'.i M TOM 138 M 15010 111E 1380 177 173d4 96 0.84 0,96 105 %90 0.94 _ 0.88 700 91 12097 133 1000 138 135 16729 121 1300 177 19564 lit 0.98 0.96 0.95 0.90 0.94 0.88 60B 700 850 1000 ISM 133 173 200 i 260 H2 16988 10965 23710 23 M8 121G 116 11.1 109 IN a-98 0.95 0,90 0.95 n.90 R 84 0.90 700 133 17128 129 850 173 20105 116 1000 208 R3 23250 112 1300 260 27477 106 0.98 0.06 0.95 0.90 0.95 0.94 0.90 0.88 700 133 1616 124 864 173 M11 l9429 112 10130 200 2271a 109 1300 wo MOO 102 030 0.98 0,95 0.9n 0.95 0-90 DIN OAM _ 7O0 133 17882 134 850 173 21000 121 1000 208 R5 24673 119 1300 260 28838 111 0.98 0.96 0.95 0.90 0.95 0.90 0.94 0.00 - 7" 850 100D M 224 774 R2 22629 76394 3LIDD 116 1la 113 0.96 0,30 0.85 1M,90 Ub 0.00 700 180 22127 123 850 224 R3 25955 116 1000 274 1 A y30491 111 0.98 0.96 0.95 0.90 0.95 0.90 80B 700 85o 1170n 190 M 274 34 247n1 25350 29r.501 121 1 N 10A GAS 11„1fi 0,W 4.911 0,45 1 0.911 700 J 180 23799 132 850 224 R5 27851 124 1000 279 32391 110 0.98 0.96 T 0.95 0.90 0,95 0.90 Note: information shown above is based on nominal system data. Individual fixture performance may vary. Specifications subject to change withoutnotico. 15°G 20°C 25°C 30°C 35°C 40°C 1.02 1 1.01 1 0.99 0,97 0.96 To calculate the LLD for a temperature ethar than 25°C, multiply the LLD 0251C (shown in the performance package table) by the LLD multiplier for the selected temperature. American Warranty Five-year limited warranty. Complate warranty terms located at: Electric www.aculiybrands.comlCustomarRasourcosfTefms and conditions aspA Lighting- Actual performance may differ as a result of end -user environment and application. AEL Headquarters, 3825 Columbus Hued, Grenville, OH 43023 All values are design or typical values, measured under laboratory conditions at 25 °C. 9 Specifications subjectto change without notice. www.arnericanolectdclighgng.com @ 2014-2015Aeuity Brands fighting, Inc. All Rights Reserved. 11/23/15 Please c0nta0t y0ursal0s r0pr0sonfaffve forlhe latest produce 10101rmatf0a. TYPE: RESI � ry CensisEent vrilh EE@6rgaals 6 Gieen Glaers"crite�ia r NIGHTTIME foe fight p4ulion reduction FRIENDLY Applications: Roadways Off ramps Residential streets Parking lots i, r rs. —M l nr•f Effective Projected Area (EPA): The EPA for the ATBO is 036 sq. ft. Approx. Wt. =14 lbs. STANDARDS Auft)bahn SeriesATB© Flnadway Lighting Features: OPTICAL, Same Light: Performance Is comparable to 70-25OW HPS roadway luminaires. White tight, Correlated color temperature - 4000K, 70 CHI minimum, 3000K, 70 CHI minimum or optional5000K, 70 CHI minimum. Unique IP66 rated LED light engines provided 0%uplightand restrict backlight to within sidewalk depth, providing optimal application coverage and optimal pole spacing. Available In Type 11, Ili, IV, andV roadway distributions. ELECTRICAL Expected Life: LED light engines are rated > 100,000 hours at 25"C, L70. Electronic driver has an expected life of 100,000 hours ata 25°C ambient. Lower Energy: Saves an expected.of 40-60% over comparable HID luminaires. Robust Surge Protection, Three different surge protection options provide a minimum of ANSI C136,210kV/5kA protection. 20kV/10kA protection Is also available. MECHANICAL, Includes standard AEL I€neman-friendly features such as tool -less entry,3 station terminal block and quick disconnects. Bubble level located inside the electrical compartment for easily leveling at installation, Rugged die-cast aluminum housing and door are polyester powder -coated for durability and corrosion resistance. Rigorous rive -stage pre -treating and painting process yields a finish that achieves a scribe creepage rating of (per ASTIR 01654) after over 5000 hours exposure to salt fog chamber (operated per ASTM 6117). Mastarm mount is adjustable for arms from 1-1/4"to 2e(1-5/3"to 2-38"O.D.) diameter. Provides a 3G vibration rating per ANSI C136.31 Wildlife shield Is cast into the housing (nota separate piece). CONTROLS NEMA 3 pin photomntrol receptacle Is standard, with the Acuity designed ANSI standard 7 pin receptacle optionally available. Premium solid state locking style photocontml - PCSS (10 year rated Ilk) Extreme long life solid state locking style photoconirol - PCLL (20year fated life). Multilevel dimming available to provide scheduled dimming as specified bythe customer. Optional 011b0ard Adjustable Output module allows the light output and input wattage to be modified to meetsite specific requirements, and also can allow a single fixture to be flexibly applied in many different applications. DeslgnLights Consortium® (DLC) qualified product. Not all versions of this product may be DLCqualified. Please check the DLC Quallned Product$ List ATBO 20BLEUE70 MVOLT R2 3K MP atwww.desi nli hts.or / PLtoconfirmwhichversionsarequalified. NL. P7 RF'D210913 Color temperatures of s 3000K must be specified for International Dark- SkyAsseclation certification, --_ — Rated for AVC to 40°C ambient (SA Certified to U.S. and Canadian standards Complies with ANSI: 036.2, C136.10, C136.14, C136.31, C136.15, C136.37 Note: Specificagens subject to chengewithonl notice- Actual performance may differ as a result a[ end -user envirunmentand application. Amet•Ican 1 Eloetefe 02014-20t7AcuityBrands Lighting, rnc. ATBO 06/07/17 �P'A �Eghttng Co) .N .[a) r r .fl If1I r�I fl 1►�1 ��� .00 13 .ly�l �Al 11' IJ ©tl�l A'iBO 20BLEDE70 AOaba h n, Series A TBO Roadway Lighting Example: AT130 30LEDE10 MVOLT R2 MVOLT R2 Series Performance Packages Voltage optics AF80 Autobahn LLD IOBLEDE70 10B Chips, 700mA Driver MVOLT Wri-volt, 1Y0.277V R2 Roadway Type II Roarluvay IORLEDE10 10B Chips,1050mA Driver 347 347V R3 Roadway Type ill IOBLEDE15 1013 Chips, 1500mA Driver 480 480V R4 Roadway Type IV 20BLEDE53 20B Chips, 525mA Driver R5 Roadway Typo V 208LED170 MRPhlpfl.WrinADtivor 20BLEDEIO 20B Chips, 1050mA Driver 20BLEDE13 20B Chips,1300mA Driver 20BLEDE15 20B Chips, 1500mADriver 30BLEDL70 30B Chips, 700mA Driver 30BLEDE85 30B Chips, 85OmA Driver 30BLEDE10 30B Chips,1050mA Driver 30BLEDE13 30B Chips,1300mA Driver 3013LEDE751 3013 Chips,1500mA Driver 3K I MP /NL / P7 I RFD210913 Color Temperature (CCT( (Blank) 4000K CCT. 70 CRI Min. 3K mtaic cc rr 70 CRI MIf" 5K 50OCK CCT, 70 CRI Min. Pain (Blank) Gray (Standard) BK Black BZ Bronze DDB Dark Bronze GI Graphite WH White Surge Protection (Blank) Standard 10kV/5kA SPD 20 2akV110KA SPD MP, MOV Pack ILI SPD with indicator Light Terminal Block (Blank) Terminal Block (Standard) T2 Wired to L1 & L2 Positions Misc. BL External Bubble Level US House -Side Shield NI_ Noma Label XL Not CSA Certified UMR-XX 8" Horizontal Arm for Round Pale, Painted to match Fixture UMS-XX 8" Horizontal Arm for Square Pole, Painted to match Fixture UMR-GALV 8" Horizontal Arm for Round Pole, Galvanized UMS-GALV 8" Horizontal Arm for Square Pole, Galvanized Controls (Blank) 3 Pin NEMA Photocontrol Receptacle (Standardf Pk 7 Pill Plwt4I'oiilrul Recapinc10 IDiromnble Olivur Irlcluiilad) NR No Phatocontrol Receptacle A03 Field Adjustable Output DM OV-IOV Dimmable Driver (Controls by others) MLa.5 Multi -Level Dimming PGSSr Solid State Lighting Photacontrol (120-277V) POLL Solid State Long Life Photacontrol SR Shorting Cap Packaging (Blank) Single Unit (Standard) JP Job Pack (421Pallet) FRFD210913= 3000L CCT 70 CRI LED's Notes 1 Not available in 347 or 48UV. 2 Not available with DM, ML or NR. 3 Not available with DM or MLoptions. 4 Not available with AD, DM, P5 or P7 options, 5 Dimming Schedule and light level information required from the customer in order to configure product, Contact Infrastructure Technical Support to proceed. Electric warranty Five-year limited warranty. Complete ms an tytarms lacatad at Arm L l=1eGt:ricyrww.ecuitybrands.cnn�CustomerResourcesffarms and candssians.as� Lighting, Actual performance may differ as a result of end -user environment and application- AEL Headquarters, 3825 Columbus Road, Granville, aH 43923 All values are design or typical values, measured undarlaboratory conditions.at 25 *C. vrwwr.amaricanelectrislighting.com Specifications suhlectto change without notice, 02014-2017 Acuity Brands Lighting, Inc. All Rights Reserved. ATBO 08107117 Please contact yoursales repfesentative lorthe latest productintormation. Am�ahah[n Series ATB® Roadway Lighting P E R F 0 R M A N C E P A C K A G E Note: Information shown above is based on 4000K nominal system data. Individual fixture performance may vary. To calculate 3DWK lumen values, multiply die 4000K hrmens by V. Specifications subject to change without notice. 151C 1 20°C 25°C 30°C 350C 40-C 1.02 1 1.01 1 0.99 0.97 0.95 To calculate the LLD for a temperature otherthan 2VC, multiply tho LLD 026°C [shown in the performance package table] by the LLD multiplier for the selected temperature. American Warranty Hive -year limited warranty. Complete warranty terms located at Electric www.acnilyt�ands.cearlCustnnferRasnurees�`ferms and con dlfj20a_am-x Lighting' Actual performance may differ as a result of end -user environment and application. AFL Headquarters, 3825 Columbus Road, Granville, OH 43023 All values are design atypical values, measured under laboratory conditions at 25 T. Specifieatians.snb{ect to change without notice. www.americansloeldcUghting.com ©2014-2017Acuity Brands Lighting, loc. All Rights Reserved, ATBO 00107/17 Please aontaeryoersafesrepresentativefor the laleatpreduetInformation. STRUCTURAL, & STEEL PRODUCTS SO# 70922 yy� �i y 4 tV �I f n� jig � Arr1QR Qo'S�RS� {3 pii 4 � C1 W 9� q STRUCTURAL & STEEL PRODUCTS PCB# 249609 S O# 70922 M INC. vn1, Vnylife Oriv1 P110,11 gom INSPECTION CERTIFICATE iNN6YhYflAEI'hgl�N(Np YSiEAIs TO1018-224.Qg21 fx als-720484 .'.`•�''�'`'�=•:4`.:.�`I�i 1�97�ai3�:.��f���ir�i'?f�Ja . n#'ormsfloni:�?:t'S�b�i••'i:,��Ytll�g�i ��Ee.'•i712'ff43 uas='�ti* ,•• oustomor. vifA TQ.. Q4efom9y,P0 Xol Nhlpped City[ Lot NumWr. 10977-102.009 -•-aa�e7tt...r�.;c�;_,'�i...�s:c�;d�nr::�:;:t••i�°' o-•' '''F•'q''"}.Al'�111�0�77��i0h��lti%�%f�sa�a�'tl•vs.'j';;'��' '.� .�:r;h�;ra�3`�'y`;� NO ND, A104 1112.0 •t0.027 2N I iHf4 HDO BLUE Mr '��✓ Noma A9TM A194 Heavy MIX Not. Grildo 2H, Hot Dipped Qaly, 01tiv Aye Maqufs+5iarestCtuaa2iy: 8,782P� ..., _ ,'v-.'ajgs,C .N i5.•'.•. •,F-.S•. L y.. RW�rti-3Vy y'l:<'J fi•__y� Ifti � h" r ti 5:t.:' ..i • r• •� •e.•..7:• :;a,.Y:? ;i1r: '�:'� ;s,,a,: ?4 , ; tk• trglfca Is peo3tlaatial3S s�cPI t;a;'s f — soasl66a on—Rmeat�t�J tf�aafRoattan J --__ Atnand� baa8eipii�d � " �HRd Sun�l6 28.6 In ealia>�«' w. 11e818 are In auaedtal maducalians ns de �yA�` Iti'AfL�GpEt► t•(sEeB Y Milt Atair fFhll- Shupe 111P [Ori Yh�%A�r� 3[an "n:uAl A; �oHWxe sea, ?AStfOD A9 Aave pane i'e7s 7 Page f{lo8i �II@ttilaalAtl;�t• Is ,ti. ='e:, . } .. w'� _' . - .. F �nJ�S:�:1��9���];�i�•Ri{d5[:;,:�['':��}°Yi�;l�: a: � : . ;•rtir�• :t{�'''+F (.s.� ..,[.ti.._' 4 - nsseriGedfnthaagpliaa f$ f~wd AMMspaoldGAl[on�rineaem s!a cenrorrn rfoo P[itib 4ujy twnlitminaliun. No hoots Iv whlvl! l3fan[u1h, Selenium, Tolludum, nr Load abl urea mailed antlmmaulafteJtsl lhb IJAA, aad Ilia prodool "o 11100 anlarad and Inlom[alianprovldod4Y tu mete[laiaoppliarandolitf elho10OreEery.7M8oetlaied AXf 911203 $AYaAo,ilea�at/ptrilrlsaf,�Elaii�V uuSa f Ij MOCCAS NOTININAS 1INCM November 14, 2019 NOTDIP A:tliwA YIZI tiG ' ij�x�gtlto, inc. 1�J� il't,e �uatity Department Per% IL 613 5d 70 wholit It MIRY concern. Tbls Is to,certity that the hot dip galvanizing or the following materlal on your Purchase order number 4846 Mfal'ms to specification ASTM A•155, The following *lzes and lot numbdrs comply with the coating, workmanship, f ntab, and gtppearance requirements of kSTM V2029 specifications. The hot dip galvanizing is ,Rolls compliant, The galvajftIvjUg process was conducted In it temperature range Of �Op to g50�. • 59,776 Pieces "• A 69 XXkI I�FX ]Got*16879.2960004 4,39 Avg, hills. 7,656 Places X„•S AM D11 RHM L91#16979-62101294 4,49 Avg. MOO- a,zeo Pieces 1-1/z -6 Al04 2FI ]E 14K Lal#10977.02900 This certifIcatlox, in nU Wgy impllas anything other tho the quality of our hot dip 1gslvanizing as it pertains to your ordor. This pgoductwgs galvanized in Rockford, li. USA yours verb'. truly, ROGERS DRDT14999 INC. Lorraina P, Shelburne MOO President Lpsw 8YjA$C.RM13D AND SWORd iBEF01m m1g THIS 14TH DAT OF ND'VEMBUR 2M, AD A40TARY PUBLIC L j,� gooM BROTHERS, INQ M KIMMAMW OTHE 41jpc� f;R ,1LL1Vpi& q 11U4-6187 P140M. 6151966'61OR PAX, M/900'07BU ,r t4a f Y ' r .. Itz Nil la A' 1�5. f M7 C �—..-- -v —- CrDRT fCATJ G, OF FOR POT DIP GALVANIZING CUSTOMURI WROUgH A It 0- k G. DATE; AP-WL- & 2013 roA 27I493�O1 Ro(;ARS ORDW., ma WAXING TUICIM88 i s f�lg7'[7Jf' 0AWANIZINO 382825 58,798 3'so 6.20 1.90 Wa jIBIB)3y CERTIFY Tl-1 f TTIB ABOVO SIZE ,A14D WT NUMDM WI0CH WAS HOT DIP GALVANMII'f 3 IN Qi7R PLANTMOMTHE SP13 WICA.TIONS O-P ASTM A! 53, CLASS D. ` B)3 ABOVE 8I7,.ES Am Wf NUMII RS COMPLY WJTf' T,m Co"'Na, WORKMANSI-Rp, FRgl8H, ANA APP13ARANCB REQUMMNTS OF ASTM P2329. TH9 HOT DIP 0A.LVANWN0 IS R0148 COMPLIANT. TUB 6A1L'VlANYZI 3'GACCI388 'V►FAS CONDUQTBD IN A TBivII'BRATURB RANGB OF 83OP TO 854P, Tf- fS PROIDUCT WAS GALVANIZED IN ]ItocKFGP,0, IL LISA. �OGNi�S BROT�•I�.� �, � Mcrae Q���I�ty IV.f���t�ger SUBSCMEIa AND WORN OFFICIAL 5 +� BMW MI3 THIS 8'TI� DA'iY JUM(N A FM6 -0V APRIL 2013, NOTARYFUB1� 04TAyff0flW%'Qhq l4iY40?4ESSf�B�AfRi,gi[3116 ' 9NOTARY �PUIL j ROGERS 13ROTHFR49, ]NO. MU MONWAUKE8 67RTT�R�G 8e�rsb�to's�l8s�es[���Q 839Y F'HOAl� 8�6f�6G-5132 �Ai�' 81086.3798 I r STRUCTURAL. & STEEL PRODUCTS j PO# 249609 i71N ShaNapf0uE13tptt� sodAt�idttstr�i Iron 111dtt� 153006 for. st ilz��!o? sx�a�a9 ax� . hakeprOdgrovP ���� >lFitix� • (11i1i�4V� 61tAf[E#RtlOi ��� 1C 0 mc�!o a� Hodeii R'dtso HODU rNATCO INOU i' 198 7220 Gulden (gate Or 7825 Hub Parkway i•Inuston,'% 77041 Valley V16% OH 441295710 DE44 422370CHRZ bus , t)MLIZON00006 a..j/2 09 91� �75� ��(l�Q{�][ s� tfc 2910-07 r p454G1 DOOM 2,940 This Is to certify that the atnrr5 desarib8d abov* are in cea $ umoma is re no edi OR aip0ve iitems are and/or requiremanta �fthe above puraid )n ardor, if n man ufactured to the apaclflcptipn� llsta� in q�r current cakl�1o0.1'bese hems were maa�fis�t#�ra rl the U$A. og.., , Mark CUM041 t�,uai#ty ��aurauc� �an�ar CHARTER S L Ghs�ainn a1 e}'t�isnUt�ctudn0 company. Enc• PILL RevuS-rp-M TEST � e se Has Ted Awl codes l'I'W thaKoprw Group - �fylw6uites 3704 g palmor greet Vnda� 8321 lwattk$et 4666 0oid $)PTI tge 9041d aukV111a, W,1100 olrl 0"60 (?.�2y 268r �4t1U 431, 809 VAX (282) 268~ 2870 m :�?Ityta .Sire in �pd�ece +tritli 11ta e�ara8aatlQzas and alltaltlAttta tC- s�d Me malerltiI deetutbad hatolnpa$uuoa(l°"�•lrsit►antp. i 11m'dt►Y Rif lout in @ sltla.aiEd that it atttlallaa t ptl> to c t a 7t�zRa 9e bottsW AAN V nd on the MYBfs oui 003 00% NI 0� ,� us 1 atyAd$aii33� 0 50 am .Uq3 .007 JAG 100 ,00 +1QWl N8 aOWE N � 010 AN JOWO J$�Ntt3 34 .092 4060 g )MDT J0M49 dgNE08 39 JUM04 JOM06 Joma 30 ae J[]t+ttt�YtFtt3Gl jgt�491 dum42 e2 07 dOM JOlh 4 yN{26 ¢oi412l 014 ,tef�i�2 22 ,EgMfO ,1omia 9oMRD RO x0 jeMi � jOM14 24 $ I1f10 31 3R 33 } OYpi3itctLCit a Ft d0litiY LAtt a83.O i 3 dol1 11tiV 6AN1' to iiX � Oriti N � antftauult+a of allt a ue Mai llu C1a ivr.tsavl i M14value 4OR ,40 itof-foistsAli ,QOR i1 ,002 too Ova 3 ROD ou t ai: ROUND I ppf R1,13VO-noNitAil4 916" gn�iRasuttp � o1'f�aal� Mln VP u� Ito dy0's ft,ROV0110" aF AREA tMllea .111A0+lnnrp�ea4ilaa1lonavtR D 6003 " nnel 0,040mor AOuntn0ntb tip qOR• LID 001001e1 001V ment"' SeF�lSylil9r � UOA arn: i,�adi.i'uxO,t+IlaltO vstab IMSILF,L 1AT403ea+02 yLAA ss 0300.0A p . 1.01 uYl4nt myVAtaal' 40%%-Amur stual �dk j da-00*00 to rppoWl O 0 Pale 44 manager, Qua city All 0112812013 The following atalemontrf ere appiloobte to rho matarsl desorlbad art the front o#this Test tzapart: q, axCapt as noted, the ster"t supplied fat thin ardaF WOO Wltarl, rolie+d, and p uessed In fire I,irrltnd States meeting D Aire evmpllarlae, praduat, rY Z, Mercury was not ueed during the monufaotuta cf the rlar>,rras the staoi contaminated withmenu during prooe$Sing. 3. tlnteao direoted by the au$tomar, there prone welds In any of lhA vAlls prtrdtrced far thie or er, 4, The fabMtOly that gonaratsd the enalytisat of feet results call be Identified by tiro foiiawlrtg ficeyl e a ress a( t ttborgtory Ad b,..kho I Lab Cade � T GlryarteF steal t}3&8• a1 738d 45Bi� Meltln latVlsivn 0171 rset t Ghartor stool ROM!0$tti8�03 J� j6 frra sal plvlebr Chartor Steel Ohio (t38gY 08 12SB33 Capp 1W OSOO.8h 1 126044 t3. When run by n alllarWr steel i reuislon$ of the speolilcatlons Test Maaraetpit OblArter stool Olovolond 166$ Cold Springs good, Saukviife. VVI 03t180 1608 Sold 5pMOO Road, Saukvllta, W163080 62 ,0 US Highway 23, Riaingsun, OH $8407 4300 L, 49111 St., cuyahaga heights, OH Subcantraoted toot performed by laboratory nvt to CharterSEael systarra thoratory, lho fairowlel test$ We parformod aecato the totest ilsted'below. as noted In tite Charter steal t.aborMOYY UPIRY Menual: 8ppoiifostlett , ASTM 081 t rout Alze ASTM S112 Tensile Teat A%TM EEO; ASTM A37U nookwall WOODS ASTM E1s, AOTM A370 Microstfualtye ($ph$rbidixatlon) ASTM A002 In vs on Cnnisntt e $ 1 AiTM E46 r�o, g:hlarfzsttian ATM E1077 Mhang3 tool 110D 1JUVII L4VV1 MN.--.. r_........._. 4.ah OWY AOCledltstlun (AZA)/ These adoreditations axplre 01,31113. tier Steel All c eh artarmt:61 scoordIngl10 docutr i ttejd proa6d)(10le Oev©I Pod by thM Charles Steel #srt are not oCo edlf dy3 y A'ZLA. s, `#'ire test roauiis all the front of this M*tt ar6 tha true values measured an file earltpleo taken holm the produotion lot. They do riot applY to any other sample. Ifilon of T. "Tilts lost The O►auotvmor whose name $nributed d addreaft appaa:r'In uan ll liha front oibis foWtittOR rm may repro uaa lihig Steel. T p rY test report aubjeot10 thkilowwIng roelrtwons" mit may bo distrlbutod nniy to Their auatorrlers WPOR! Wet of all paglas Inuit bo repr6dudad In fug S. This asrtl8nettcn la givarr $Ubjers to the terms and crinditlone of gale provided In ObEirtat WON goknowiedgoment (designated bar our sales order numtrsri tc� the Atraiorner's purnttase nrdaF. 601h order numWrs oppoor en the flat page of NO Report, 0, More the customer has provided r3 speall olivn, Abe results on the #rent afthle teat rapan oAn#ofm to thatapoolflsattan unsaB oiherwise noted on this lest rgPOrt, WT. e Imocimax qiy ]I�ftNowNygp� s HOT DIP pry WAlV1XW VIOO ¢6 IL oli (14 ,51 9 PHOW9 0161000-6169 F;A)(a 81605-31186 f' �>yac�m�� �ii7l�ryyt,t� nor �fa�1 4��--.ft �F7,7 7t�as.'i POW Yf. ): 11 fili �F'+1PFti��yV1� F1Y yi' i1�Ix Fa11�fAI/#�u� .xnrn►i UMAIL Copy or pA0KXN . LISTLOWTO H�i{f 1 "apnoo *an FAW16HT rINTSk1 of APPEATHI�R�v of AST" 102 ��P, X Too aAGVAulZXx0 PROCESS WAS CUB BQ0TRDI N v omps�tA'��im RAC On v{uiZls PRODUCT UNA GALVAr110" 10 fI R I Y RA if3 Af3O�VIR $11%00 AUD VA SPEW DATF i - » N- """' ©RGCki lf0. V2 0.9 ►N3/i+3 (� agee 1 tiHfP Yo Ad�IF 4 Z,pSsf 0jjAr( pRQ0V dNO TO 19 e Est�(iypTF�aaht�r�ti��°�°n i��k otfon ih6gentVorUi¢i���'�a#thesu�[r�scosrK+�i/� S48srr4�rk��Nlall�fithleei�lu Tlpi tl�iiYMt�i�AUer3�E1 P U CptV�i�+ � WittitWri'fciiK�� allEfeRnlrwuvr�utdmcts ' �t3�l�EC11�i�1t � G]G�NT� �,p}U��TitfRif�+! 8 H�hU� r.07(o -�t.wo Ni i.t1&� 0. p&eY U i3V Y Rft ICri 1 deal 84 PIPID -Supply co. Madcron 134H & GaWnlxing cualarnar P4. f Heal: 27-4387 ahipmanl: Na Shlpmef)t E f h aril Elm 31 11/25/2013 - 3:44 AM P STRUCTURAL & STEEL PRODUCTS SC# 70922 wo Q gig hot ml 10 a C9 STRUCTURAL & STEEL PRODUCT > 63 Praedom Rd 440.846-3600 thane PalttesVlile off A4077 440.362, 2700 r-ax QUANTITY DATE DYSON 0Uj9yoMr-R ORDER# JOW SHIPPSO OREATED ORDW 3, 2p no 1Of29f2aA * 3,820 GUOTOMER PART NUMUER:17ON2001 Tom belt & Nut PRODUCT (0.031" jD16 Moro) Heavy HOX Nut, 100 par DteCRIPTIOM' A8TMAI631P2$23 {rise wex & dye Per uttstotrier Yequest) 6300 West by N011hWa41, $ul Houslon SPWIhICATIONS: ASTMAI04 Grade 2H TX 77040 ASTM A66S Grotto DH USA STARTING MATERIAL plA GRADE CITY LOT OObR HEAT NO. Round Rar 2,OD 1046 $420 . 1)Cxx I21M70 'Ph0 produot Ilsted 06oVd wAs manufactured, tested, Wimpled, arra irisj0eots f'jA'adoord ii�a wfth the p00iltoatt0tt, purchase order, and any supplementary requirements and was found to mnat thwe requirements untoss otherwlue noted. 1. Tile steel was malted and manulaaturad in the USA and ttte prodttdl was tnianutacturad and teptod In the USA. . Rlatlks were temperad @ 860 degre86 F, MIRttrtum. 8. }derdnoss Remlis (Lot 916): 277in8 H6W 2dd l4fAWaftar 24 hr. H.T. O IQ00 degnaes F. an sample nut In aaaordanae w4h ASTM-Al94 Grade 211 Mill Teti Rgpart, t "WONX019 t;ortlflaaticn, ` - mbotah A. SMi(h Q.A, AdrNn, Assistant 1 t)12012013 Pack NumbeY: S421 LAR(3-9 DIAMETER FAFTgNERO & FORC INUS f STANDARDS d SPECIALS f COMMERCIAL. IU LITARY A N WA PAR SpFegrif:ATIONS r CERTIMED MILL 'BEST REPORT I � 10 v Alton Steel Test LDD 45 CIA Street Alter, Il.. 62002-9011 t 4 ► 5�. exa) 46 4A91 #lta) li .= - �,, `."`...�-• �� !m k�-�-���r��rsr — -= mesa-a.a �, MOO 9Hl P To 'Me OP011: C0410ratlan 59 Fwatiom Road pafnesvilftf, Of44077 '(ilia 11YAO l %r#IA"911 53 Reednm Road PAtieavlllu, OH 4ID77 Dee firT{zb/pou customer po 695x 7 speafkiohumis AST Ord No, 427YG Girstamer l+r, SAS IM ASY Ord nitre Itum I A5Tt4A b7R 9Ab (0Q A9M A 29-11a Xtemp"Cr#pti0H Sl;andCast, l7R-18.601J deal Do not ltalied, 2.11006, 32' WaMumber Ylo[t[ Pat 'f'wwft p5Y t'Ia Hlonoul[on °!n ROA llend Test xr•. «.`.C.TiZ�A_G..rliL�l'.hi.'rirW..���. 00MY04 ANA1.MM 7•98T MOTHOIls A.8'f'M H-4111-c 19-:10 .9 Beat Num6� Mrt P 5 [m ml cr Mn St1 Al NbjM V 0 Ta Nt000'Oulij 1�21833 ti. lr R.7'G (! QpG D.pxl f). 4t790 0.,22A.06U 0,111 9,114t 0,016 fjm7 Dlflrt l -pu 0.901 U,tl {f,M O;flb2 tt OM€I,I�ofl� a.D�1 13,t?lr[i2 #�ill>eCi D.Qtfl �n9 30MINY HARMNAMnY tis7tl U ASTN AM MCUI. YRD MOM CHkl++ CAL nx I•#eatl+[urrttaer � �}l xx��xa` -xsx' SPECYA6 THBT 99SULTS A'�rME�ISMvi4adp! .�trrs-a:rrrmxna��; s�xq�a n�rla��A� rax��a� iarntr�cs lrara�Wss He m)ar 7A TD TC Ta HA HD HC HD S Q s v s R G A H RC nti blitz iV �21b39 1 � 1 MUM 1 1 7- • • AUl3MUNAL COMMINTS t No IYlerrorYr iealt, rlst MM, or al 11B urtkalrttrf9 mutattnt rw AEiem man or represlucvun of gnus rupurr, vxcmp� 1rt I-.,, •F I— �eAulpnteot t rimed �r deliberate radArd In thupraductlan of Lh1G allnurad without Mtun approval ey Q rspmAntativd of steal. No vreld or Wald repa[rs Wn10 per1urrttq4orrthls mntarN, Alta" steal lnmostatad. 'rlYls lstae! to 1{i(FR6 lactdt Arc r=omare Malted and Hnliad It thq I here ybl herb rertlfp that tha u -& festo are narraet ae trarit8rrtatl V.S.A. MKorfal gttalllfan"HANTA alrpinallon< la Eire #cords nfAtTcIN sTf9L 3NMRJ?altA*FMk 5u8s�rlbad aml stwirn ko betnr+t,ata, a Hnl6ry Pub , In rind ror - Me r:trtlalY uifrtadbrort, State of rll[nuis all Lanka Atfbart n[e thrs- ©ay or a my cantntlsslon aNplre {Nato y Publtej uOly To odyna1�,� 101 PSI. ,310V b saw n �'r1,1w•Lt711iiArH�o rf Part Was, 1,q l� IEt' Sl. ii 0+0-2 7-";i. � llli!` N f x1 n ? is i?.'► 411 .1.. /ro (! !:1 f11 01 ttr:tJ. i If w;1,00 iilx to u ',,,I 4Z nill, I111 4,.40 mil J.a;:t :5n:1q ma 11.,E i1 454. li 4 M A X IN �1��IrixCif�l #��i�i•r� ' • M 10 , i1y of",11tjo �.72 AID. �afr�t Mire[ t,frnV� 'E:.r�f1 �+ 0uva2 7 111,13, 0,17 w it 1"4*i1p-r-ca 1 L dov %ati ion' ax #3e9114 High 62 i1si,I, I taw W, wJ. Zjel I(11+ AlS31A # 23J"32A �23251 k Na 14 fawh1Aw1FLVMWP!i ti.1va, ,ix, I aW W4ght u,. ,tb& M ig J" Jokioh QUALITY AgSUF-kW(2Ma ' STRUCTURAL & STEEL PRODUCTS PO# 249699 SU# 79922 De�etrlbur 4, 20I3 CerH#'Icaflo�l of Cot3rl�#f�tttce i3a300 'Wtat�glat wnshor MADDEN Bol�Tt ORMRATION Oecl1°f��atNwmhar 13420 Hlr' IPST13AD HWY. 278694 f IODs10N, Tx 71040 . rjgat l+tumbar •133682 Cbumicltf Anal Is Alit 81 0,260 1,20 0.008 0.003 0.211 T'cirellnsa Ditto Qlfffattty C'iu•e t?evc��i �tlou ,Sllfi tlecl 8Y1�pe(f 0Y410r N1lllLb0 1 part Dome l flall C W(�C1 IN(K1,2013 r1,8 m'S03 f 1F06 )lictlblp, seolfleallon lYa [iaraby cattlfy tltat tGa stilSjeUl ltdt'ts co�ti'u1h1) IO #i1@ rorlolren�el�3s orthe t�pl ! indict�143d toll tita stlbleo( pnl'Is illld wo in Foaltptcle cwpf'ol'tttltilco to F43640, We hereby ccr#tfy (lint tho sttb eci lyxrls v%,01,0 Ilnrdellecf to RC 2645. ft beroby eertl4t that the silbf eat pArts mare hat dlF pa1+1f1ized lti nccorclaljce Sylth speciCcatfou ASTM A I il-C[,ASS D. We, 11a by cat'[Il`)1 #iit[[ Al s[a[ut©ry regElireltteslol►ts as to AlnerloR[I PradHON01i gild GAbar S#a1143rds and all noa dif ot�d 3o n 01-01 c t rcDeli t1ie1UIS.A 61'in s��elcf Qllf it veya In dfluve o toc 1e ImiRterinifoldL Gat the sllt�jact pt3rts s4'Cl 7•rilly yallr$r tart is t washer im%., byc, Pau) scimak. Q.C. Miattager RT ( S%Vol•ti nfld subsorlbad bt}fore no on Docombor 4s 2013 Mlyeosimnisslon axpiros April 24, 2017. t9]?j MIARK,11#' MO. V434 tYti11N`C�?titaA41��i3 t 4UR7�SR1h1Di�173G5l�aQfr[ 1to9 c"jcov AD - lU ONT PLEASANT, W153403 v RHONH (262) 554-9550 o PAX (262) 654-9584 VISIT OUR WgBSITO; www.wrosght+ uAlar coaf . p� [+1 Vrsr:1 Na ]tape rckntr fi`f�SL 4078. NUCO' I(o d CrflyyftdevIIIe I1t?933-94S4_ T�lo f0119t ©=1f1-�9 0 i�Bx;'7G •3+jd�U ,S T11111•sclsy, Atlgnsl 01, 2013 Wrought Welsher mfg. INO- 2100 BMW] Y30Y SIT0 s1 lvlilNwIllm,'All 163307 PO# 14,2768 Mill Coll # 182S270 Heat # 10662 mI118 it to cajjtir.m [hp, gbow listed cola$ wOxc, xtaelted -and prods cod in the Ujl]Wd States afAMOV10a by NUCOR StOO Indlana. If yDt, have nny finther questions t'ee[ free to Oall us at 800-777-050. Si earelYf Ike t�ral� 1. MJIIion Representative N1UUCOR Steil Indiana 9 W M 146. a, ..--- - l10, UANI%lls1G �[7It xX0'P �1YP Cri3fsVA.3�lCG3[N£y f�''�tyyf� Tl!11NYM PATM. i)QJit U�, C:n1PT1[3 (.375 yvW 10Y., pa rl-0 iN� rl�il Q-T- = 3.52 5.12 U — 4,8d0 } 8Stl47 wi3 nj (sk3Y GEI�`1'lt'Y' T1]A'1"1'i-19 r1f[)V)a TIH Ap�Dii' G `T�ii)N8 O " tiS't'iri � Aa t•!U' DFP ()M VAi`1fZEV list OUit PLANT �r1}3i i CLASS # . 1:i1.GA dVt3SiH3 N%?f•C)TC Arn �R mod?? 4�i31 BM NT C A '�ivi [ 3 29 Violu(MANSH I�fP!l 14,A 'I'1l WQ E' CO ANC UI' 341z' D $� , ti7lNCi [�[t(? L•�'` DiP GAt,VAN)?,JNG !S RONS WAfi GtJi'i1;:Ei�`�� 1�! A '{'�ii11 [+f3Rrt'Ct�R� 'fi-fi, piti31711 Ir U+AS (IALVANI'IAI ipf 1tC]i K C313), [�, USA. 1i0{,ll3 s Bft(}'!'!-fl:)ii lift.:. E.a�•ca�}iw f'. �iicli�ttcne NJ ice pl%ide-W l,t�S;pci • UB t:1ti131 D ANWSW t RI%l G� NpV-&jBl•3�•AD12U! 3�,Il �1Y Q %1 At 8 .Ai� Jt11iiApf�El01t� I My 4i arl �wlvfj wl4 ...,.. OTAR AEl�- �� IMd, tif24 iCfSi•iNfAUff�G STC���C-%Ab� p�6i�dtl�� d� t�ak� 104.4#iA7 �'1d�i`!�'• a1�a1G�82 rf�a O1HIt]Q6 :f7A� N STRUCTURAL & STEEL PRODUCTS I Q# 1_�4960 S0 70922 ITY7Sttakt�proafUrau�r 00 ladus[dal Road StaVgg� Wl 59D33 Phos�6 920,9M2842 gt 92o.626048 ,j�'Ukt� � titYYRtr hE4El6Vlt8 �8ilh%uNuoY Ce)rfific MCC ,ate of c0Mf0jrj-%.q �O{iE31��NtOD �q�tlSf7'tp5 v8z Hub Parkway v'alteyvlow, OR 441255710 Bodoll Nuteo 722D Oufrfon Gdo M' Houston, T 77041 f! r. &; ' 4.148344 r ; B48TC42488901-M t ps,j, bW..1IM00000 eser-t f ar r 1,•3i4 00 W 389 B60-RDO l6935•,13 11'yi IOJ66280 r lel' 35915 ' hf ]Erfst MOM 1 ,91ri ed#t 224 Pay 1xRC: 42 1'n� is a� B1�C ems[ to 1'oliar�r. TWO is to oeftiCy ti'lat tbwIteraq <owAbad abMAM hl 0000 ana4tce tvlta'the ala00100atlaas? above Igmsjfiro I-Afla�dnoci i d to tho p atflo tions It tort ill. Our one a f o Nioff, These,116►,1s 'yyewiEngtuEflotwedl in theU,SA llrlatic Caakjiac�i 11 I w LOAD CA A- RTER STEEL A phrlslvn at Rovarse N(�s'I aid f�€tSl Cptlau ' che!{>+r N1RIILIF<'1Glillll]�j (:r�np�tiyt Ins 1 €TW 111(10101(Af;0Q€171)1V) 37(14 p1, tioll118r atroal: , 1.]r(ttlit 04010Y tllr� 1650 CaleSPYW5livad , Snumfe� 110hCalslr 93080 , t.o�li-�37•��8� �z6�j zG8 2�%F1 • Mod At-ti( lLyil(ln Coo uy „ „ Y!!fY 111(►t ttlb mnt(1Na€ (fnsarlbbd ttnraln ]IOUisoen afilllu[pT t(r!(#e! �aaar(tr(nae wl4l► klia slSentitaetfnns Okasldprinrdo : ttdriilYji UA l >?at(ti'1V Acid flt1 Ilea ry ore4 Not)() lhnY €!T stab at Rani elof t! KI 11 IMUMMA �f H Ilr r �dEl(1 014 _ s sF ill ' Uri th° cu ON • 104 rT� . D vat yowl DO 00 011 .000 .27 fQ13 I�� 081Sd O41i! •(l7. ,AM ,per iAsNltr¢ J�oA$id i0m41 1p JUMi1 Y1HRCi JCmal .iAbAR,2 MOPrjomn JOWL, �ffMilY ��MOq $4Mfi4 tlkt as tla tot 2 r goaiY12N MHd go h`!A 99�r�� jur#18 dU61t4 X11410 3i 40th �olt]2 14 ��tat'i8 2aTtihZU RAC 83 3E .01 Iq{ ��Ij1 Q ���17 y„iiriSfLttA1•tlV'i �fdOiiriili p tj JONNNY CCU _ - 0119•O1 !!tlI'ESr316 ' i411q�altro' IYfEyRV8i11d 07 ��41�i{eilre . Acm f3] 9 f] of qx ,+IHop QVI, vpr HOW) to00 .000 eR�f yxpli�TldN €}h7lP a 1 T061 11901a of i'rowshia 71$!1144118711 11 of Tow N}4r1 ft do a Iry Mo 4r Vntirn t1a)VIL6 4AD d 10PO' ]7 TpidSll q 11.0 '1fl �P 0A LAD p200,OZ C{�r17Ur+1lQN(31;A119A R oi111 xntEttla(€ U r6 1E(r tur stool nIII two lEa ov pp,O81U ri)0 aria EE1>,Y iipGrfrlldrll6i 91laa ftaa]1a1ra! eats oltDS1rtltvi rriipuf(! +r[l n11,11 vn 9 oli'prlQr laA}dgAolitjviie r7 p!A'lAW1l��Q b rStolN11 ittkiOErlant �!('�"f� � HoVlslm�� Po[e1 a RdJ11181�61 OaE1uUv+dot • • r Tills m11VU O wlflfiiV�� Itola( ! lB trr C ,,brrkV&, IV; MA + .- ...�. • ADO J1 Mot#IEraBY 4� t�:<a1Hyf�ssulanc� € a(nl 1 anrtt,3�Px(?,Mp1Ot!!t�rllb ! ox°yt 1�f�Uf2t��'1 1 ffo l)/ VA&V lluOW dune 25, 201A I'm shatkervontGOO w ulce4 wa, vff Snip - To Whora Itmay coil caus 'IhO 19 t4 myt1iry that tlrP-1tat d[j) gttivOr"Ing of i'#lt� �pll�vti R t� anURZtltlm On Alltl! lot nambas 4f A-V4,, 45 ` 24 X i369 XOI3eA lock Washca' `��$�Cif1t��►� ]a�1�3TM X�� �8, rumbogeorders'rmabea�6N.14BOB5Y 3A � nfar3tasta x�v rlcmataaL#la, 'ilt[slz# The rullotl1ju # alxes "ncl letxitimbers cwaal�3-y W10, ffeatlons, The hot dtla galvOlzim it earttn o cquil'enlents of AS'�M xi MI WP 1 14 R( corfIVURFAt• ' 1e g lva311ying pxocnge wits vanducted In tt temir3�Etti� xang� praBov IV 368 Pitm -- fats # 000:16035-10 13.82 Alig• Mils Tjfla:retf#ca#inn i» xto W Kj) 11.0plies anythilIg og,Iex SlAn tits quality of 0"V, OltJ�'lla Gulvaniming as It Pvvta1)10'to yo"('r aides= This Poduat wa q ge)vatxixacl In 1110,11"", IJGDSA ypuxsvery fililiyr' R(IoAtggjahoT IaRnitxtyC.[11./(yrjjV/n�� �.orx'lts� P. Slrel/bttksle Vk� �xe�delak ' I.4'st�u ! 5i1gB��Tl3}A� ANA SS'"rPOSi1�T .. t Opal g1l MUrn ES 9. 5 TH PAY , .,..... norAti'YPIMIC �wvvura�ui�anr- �?++61AL iilAI, ` 31llfl1T .1 A 1 i#11tr]Llt; OYrY' Pw53k'E1� Qr111.IJiS ; I�U[3ERPA���FtiaRG.ItVit. i9 !(tst-�S�VAVKU i�C t}jal4UGl ns�� .0013# •�#�'/i'HU{} t�i lB9G•i�#S8!"A�{� is10ts6 Y8� } A itlowditiq o" .)ua ,!djgq ;pd JGWO)1300 BUIZIT ' #Saa UDPP]3W 100 J IXTS g ld a POW ,a. r D •'t U tJ QF 'r 1-w aw r, r F ±i sff� . arme.• "l��:di i 0 -i or 4J ti'y 0-4 a--x0 jZ.,No a m w s � x A Q N 00 W ' STRUCTURAL & STEEL PRODUCTS Po 249609 MOM �� Freadc�rn Rd 440-948-Seoo Phone r C Painesville 014- 4407Y 440,382.2700 VQx - ..__. I • (QUANTITY I)A'fF ORDER9 3,713 �oyNse�n� 4,171300 l2i31dU [8 ; CUSTOMER PART NUME3913; mcogeo7 t Texan Solt & Nut PRODUOT ZOV-4.6UNC-213 (o.osPols mare) Heavy flax Nut, f406 Per 6900 West by Nvttl well, SulDESCRIPTION: ASTIVI A 1d31I~2329 (na Wax,% dye per cus#Omar request) Houston Se'EGIFfCATJONS: AS'CWA194 rororto2H 'TX 77040 ASTM A883 Grado VH j t_JSA STARTING MATWIAL PJA GRADE QTY LOT CODE HEIAT NO. Rountl Bar 2.26 1046 Ilia pC71Z 1330D The product Jilted ibove Was rrisn factored: tested, sampled, and Jnsrrected in accomflltcs with 1116 spQgcatron, purobass order, and any supplementary mquiremants and waa found to meal those requiromente Wass Otherwise #Toted, J. The eteel was melted snd manufautured In the USA and the product was manufactured and tested In tha USA. 2, E fanRS ware tempered @ 85C degraoS F, Minimum. 3. hardness Results jLot W 0):2691286 NOW 20 FfSW after 24 hr. H.T, 01000 dogreas F. on sample nut ir► e000rdance with ASTM A104 Grade 2H �lifao[t attfs: ' Mill T$at Deport, Galvanlzing CottiCtealfoh, i Deb"ah A. 5inlltt Q.A. AdmIn, A%4rplunt 121812013 PaoJt Number. 6410 tARGT3 PJAMCTER FRgTENERS & 8'CRGINM /STANDARDS & SPECIALS 1 COMMERCIAL, MILITARY & NUCLEAR SpFpjFk'%.AT1nFJ8 ClE`iTIF � MILL F$ REPORT �J P,A. QY . �� Riroa6tmglTtlstMb HSilti 5Eree[ yy�� ��yj Ariell+l[.'6�z.9drli f�� s�f;:. t1J��L. (6lfiJ?C1.�gg►(Fats} 9G • 1i,Ll7q � 'JT111'70 'flr¢[,i,se bTtPWAlm tftetWAD txxp Town Oftft4hiswd .M i'euedulnR0211 PAkmW]% Ott 44¢97 Filyri &fk t,H MO puts cwrtl txa[�na�lnr�vwts AS1Otdlip, 41060 hrileri g2�?5�1lh-f7sixG5A57t SRQ1041 " ASFOrdVito gem ! �9FMArTtiSbbf�AAG[PlAx91x ZlItem E.-w4}iert Siva) dZ!, i101Itoled, g.25p1i 32.4" G"gt►raust' RR =11,9z11 NT:atNumher . 4,. _ Trlordrzz 7attxliars[ �0 5ru�satrv,t o� n�►n iiendTAsi ' CHCf+}IChLA�Al,Y6.7[571:5f[dbl"aiilrrsAsTM�+3aCi��ll4�s 3[catNismher C tEn r` s AI 8T tiu lit car NOElm, l Lh Q,74 AW 1YU22 0.23 0.26 il1T19 U,140 0102D it,QQ1 imol OM O,U R 0.0ago O.Aax6 p.OREE7 . �Ot12TiYl1A!lhSHAn]rtYfyElfillAAt;}Tfh•7$3:rfiE.Gt�LAi�sri�i[s5ii4i1KFiICAL I Naatlie►mbAr GG qfi Min �t<ur�nl.rls�rll»ulrs Awli'fl 1'411m rWordcGS 1fu�& NeaMmber TA 7p TC TA HA }fb HC VO A # S a fi g { A p AC Ab KIM Ait RfF1OHt{b r^[}MMGFfiY� siM iiD}ve7daeveddre�Tistvctefwf4[m��AlhE�m?vrfrh neorlg ldiw€5l�alnt� h1�51tdis Ifidlil7etlrTCArafsaeamFldted��fRdiedtell�n ,,,�...�.,,,.,.,,...., 1%6iL NiT�i+lgWldwS aFIIA>:1ACiE¢tdVvrt. E $dthtQttT�Eiilla}If���baf91e31s bfO mnc�af aanrauFA tglha}4CMds OE71L4Pt,STTiglNl('AHl4Nh4Lp SabWkd W wift let e[OreffA d,l UPIPAtk.leand la uw�onAipeit dkae+sta,ue[1,kdc $tJalrtyleadw ftWtert lms � - -- pale? MY "Sfc4"A41x--- (t1alay!'uLl'cj MOB HOT -DIP GALVANIZING 51�70 LOB EJOYf MR. MIDDLEBURY, IN 46540 yy- CUSTOM DYSON LOADig 13434 DATES 10/11/2013 y . COATING TH''ICIMSS: MEIS/0,03937 = Microns Thfs +grill serve as our rsrdficatlbti that the i,s#'erenced parts were not -Dip Galvanized fn cxur Middle burry, IN full#tt in USA, and eunf rrm Applicable AgTM or Customer stalitlards Measurement; Mils Microns Aceept Accept/ 1�a tty o»trvi or M51gnee STRUCTURAL & ;TEEC, PRODUCTS 80# 70922 WROUGHT IT WASHER f;G., INC. • � Autlasi 2l1, 20i3 Cer't#ffnntlatr rri'Comp#iattea 130300 ablr D00141#Oi.'#' C01WOf{A'!WN t3.120 MIPSTRAD }IL+VY. float N11110sor 25010 Chc ntlmd AmntyalR Fj 4P O Pt30 cl 0ou 0.000 0.224 '1r�'t ntr�itt WpAor• Ot'cit of iliturb$r 2762ta i un-ftntru ) nia Qnturlily iff140773rrrnlrar "1C+#3G S rtvi�lilt�t f iDC UOil mod MI l l i V10 e`� � o 110jvpy 00J't14, tlmt ilia suldew 1501.18 Ono r ml 14 11le rec1111rvuldius orliro PpIlIioitblo x1mQ111080011 ltrctfeutcci Yur' [Ito OU15jear 111IM; 4111d Jiro AlikW upialu motbritintreu In P434-10. Ar© ftt ahy 4(dily flint 11m snt�la4i ]}arts ware frtncicrutfci ld 1� 2 �r1S. %V4 hdi'clry porllly 11141 file subidot Paris Ivere hat 111p gn#vttifxeo irr 114401YI111rdRf tv#11c R 3S[+11�1ii11I41! AS`i M A 153 C) ASS U. 1Vo ltdrullSFoart�fy Vpial flit �utitlEar}+z4tlllirt�ntanls Ira to tlrtlorigcnl hr+oeiue+riarr lute! l.,n#tr11' Sintu#niYls audn#( ii�ftu#tl antifligl rmc11in thu lU.5.A. W0 wefcti rStlEtiys vvr# I r I0 to thee111010riul y��t the slit;ieetl pElrls tuVry l rlbiljjDt Washm Pvi ft, 1110, #rtrut �1ntalbr �tcvru Hart ;:ulrsartilott lrr:lbre nra on Aa�tlsl �ti, 2A 13 .�;. i�}nlrtlbdp iviy+ coij.11 tls-dop exp1m April ?4, 213 i?. tirwtaw tpt� i �y�frN� � i�Sl�r�'Gi�hr�lr���G�fffi911rlRfItC�Ni17375f9U4.<� Opp 1poi eff1CORY Jill. *MOUNTPLOMANT, 4rttM403 ++ NHONE (262) 554-900 4 W (M) P54-A5Bri visilf OUR w6uslYEtr 4t ww'wrotlubiwfiltfirtbrlt 1lIiLl d ]saniG' F3lhtt GYY.i�S. €S97 ��ar}tuci�l �rt,w!'or<1Strtf10.1iL+17fl�3. r} � 7'alo �1 ona; $i�4�/ ' .� r T , prktnyr, h4orcl, 08, 2013 'Wrotiolu Woehor N44. INC 2100 wy'slmot ivl#1 rn kc , %VJ 63307 pof 16t1#fl Coll ' '1 LI> # ) #eat # 'S`Jt# #s to it }'i13 tiiv a v llst d Solis y r xr� It d at�d pvodmoe l In the nitocl 13(utes 4y MCOR Stool InditAa. Tryau #)ave oily quostions fool NO is call Its at 800-777-0950. l�taovely, l���vr�tti �.1�11l1r►t� lie �s���tativa i1JC Stool Indiumt r � � � V�N�xIN� � �g m RaTIMICAS IRNJ m ,CZATX)TxCAT� OrtCow.PljlAfi(X'r . v xxoTDIP 0ALVANjf ING }�ra+fi :ztllly �'lOht: 7l o17 -- 2.12 1 7 T K �" S 3. COAT)NO `1'nICKNOS TliQif',�t� 5. 2 335331 6,00 140 I)IP CALVANIZ Djt4 ►tl�lT M13878'Tug PG'Ci1 WAT ONS Olt ASDNI A 1$3, . i` C1,A89 C. THS ADOVii8INS Ab'D LOT NU11'3t' 80 COMPLY WOU f RE MATIl, SV0119MANSFAF, FTN3S11, AND APPSAItAV(X WUJiWU13K" OF A01141`2329, IV sC ONDUCTAt)VA A TE P f URR RANG F #sal To$sQp 1 1NO :}ttGC s T10 PRODUOT VL A. Cry► VA3'dIZBp IN ROCKVQRDi lb ))$A. Ro(jolle 13R4oTI4RP-$INC, Jb�ttt Q Qt)lli3ly �onhol , 30mit1fSUBSCRIBED AND SWORN OPPIQAt 0K Bum M13'1 HIS 29TI-I J)AY f •#li�q`1iAtzil{��?1.IL innU{':Y 2013 A13 . .. �hY'.aoeFit(ia�ll . �W0TAAYl-UlVJJC 1110 A DAMTRO- lNA, tam 1ctsHlvAutta , gi�vn'aiarPHOH�ate�aoG'as3xlht(sa�5tese�xa6 - STRUCTURAL & STEEL- PRODUCTS UW411a1wnt00 Grovp ?W01ndoollal nd Iron11IUB0,WI SM6 phaool (c3P) 61$-2342 F4Rt (9311)$2$-2843 hakVPr00f9r0UP �'(� B£E • l#E1Iai . MF{iq}pES • Sf IkktPl<41iF HCiRMMATC0 INDUSTRIES 7825 Hub parkway Valley View, 011 44M5710 PO# 249600 5iti"M Hodell Natca 7220 Golden Gate Dr Houston, YX 77041 4175863 ❑ 35202742201Rz pMMEM60006 p nS 42747.2.8601400 DOM 99685 24 10244160 062076 06/05 f 7,013 B.900 in C0"f0rMj]Hre Tills is to cetlity that the items descrlEtsd above� if no requlrem ntstaeE3h �� do Ilse �Ibave fftetris a un4for' raqufr AMents of the above Purchasearder. Manufactured to the specifications #load to our current catalog. These Items Warn wartufacturod I" the V.5,A. Mark Cnnrndcki Quality Assurance Manager j L _CHARTER STEEL x A DlYlstnn at fihnr{t+f rrld�YufaalWrltiy 0-010p4ni rnd. FILE CHARTER MP-L TM*r MPORT f owta9 Ha$ Tart AN Cities !TW Shakoproul W0111P - N111y1i 3704 N, Ittlner $treet Lynda Oaote mimpukog" 1- 69242 i S59 Cold Springs Road Saukvgle, W1860n0k &3000 (w) 968- 2400 1- 000- 417- 8709 FAX (262) 2604 370 d d tY �1A hr#s tzsen mantrlaodar4iu�ieturad in na Wth fhe t�eresl, n epoelponttmta and slartstuv I hereby aertlt thin the nZatadnl da�c 6e vs - :Dtdn,and that It salfsflas those roquiropuhis. WOW and an till, rsvorse — --- -- �- -- T8at tR88119318 et Holt t,r iu ... 100 Lob U E10i YON � �� � 0 g{ N1 OR M0 011 .I71 106 Si4 .006, Y 002 b&1Nt .GO 0y.pp6" .240 .09 ,t0 At. N .0004 H 7l M ."0 No .001 .026 IAO� JaM08 OY104 40M0G i0moo jomoy a0ome jamoo if 3Oh11a Jowl00G110 JQi�f1NY(#r,clj 4�I1�{Di � IOM14 amilo slhlln �gMin si�}r1x0 ROhi2fG 27i4t4 29M20 g6N112B J�td3R ��p192 di0mi& 0MINY@A%3LP�y P0HNOLW rR HI;I�. n�V1A'!{Att tr?{TrC3tt>;i" &UMINYLA8-03SB•01 — i@ofTantu otiftitist11t6d t�Ift►Vvfaa n n@ fl4 0�84&7 (ng1/nlun Moat%ValuO ROD 817U 4 1 ,6ZF ,000 4028 .09.000 8 ODfS ftob Alit" or ROUND g91f;Ttt7h1 RATi(] 0 ant1 qe; Tf!li8ll.0 NppVoTjohi OF ARPA Addllt agl pernm0111" 8puRvl1190 WN1, t1,i - - -- Tent WORM 011 re Ha1'feula dAlizVdtun IVlanulrotared po>•Chnttdl'8it�01 q{�a Moot* i ntornar naeinz0ivnt gf HOi Cl ip UW41070YO,4166404 viva Yntua Maaos Vatuo 1110 rHN816H 1 An a 03GQ• 02 77i0 ae BA LAgm ON- 02 lfe Itc �eYBAs�01-as lRonYbfetanh�+NorAatadaxc�OptlnMnAt� 98haiall+s�ingcustomurdacuutstntaz pup 1ati Rem oa01,V8x1J iwa"`J (1Jarnlae I§arnard Mani I)t qur (lily A e SWOnc 1 Tho follovAllco staterrronts are appiloable to the material dos0bed an the franc 61 this 'Fast Raporl: 1, Except a$ noted, the sleel voppffed for this order was melted, rolkid, and prdcossod in the United etates meeting vPAWs oornpllunae. 2. Mercury woo not used during the manufacture of MIR- prorluot, nor was the steel cfintdrrdnaled with mar0ury during prooessing. 3. Unleas dirooted by the cuetorner, there and no welds In any of the Colts Produced for this ardor. 4, The laboratory that generated Me analyllonl or test results dan be ldentllEed by the CollowInrg key: uer[MINA ra NuMber Lab Coda l rtborrtlnry 0308. of C8$tS& charter tees MBHln i�ivlslan hartef Steel R0111n 0066- 02 Coop Pro �sfng t�lvistat charter Steel 0hh 0388.03 133033 CUP _ Pr�c lacrpl�(on =Whe"run 1�Md44 CSCI 9. a Ohar#er Stc�a1 tabnro rovisions of the epooltivallons tlated at I Maoroatob charter Waf olaveland Address 1063 0()Id Bprings Road, Saukville, WI 83080 ! 1688 Cold Speinga Road, SaURV1110, WI 53080 8Z66 (Ja I-ilghway 2$, ;Rlsingstln, QH 43467 4300 E. 48th Sf_, Ouyalioga Helghlo~ H 5taboontravted teat perforrtted by laboratory not ld Charter steel system ory, the following tests were pCrfarnted 6;oordhtg to Itte Iatdat below, aG noted in the Charter Wad] Laboratory Qtrallty Mantlel: SpoCiflcattvn 0680I C19yl31Ct25F CBPP SCM/ BCi ABTM E416; AOTM E 101 tf ASTM 6581 Grain Dize- ABTM F112 Tan311e 'rest ASTM V8; ASTM AM Rao:kwoll Hardness ABTM k".1t3. ASTM A370 Mlorost(rtcture (spheroldixation) ASTM A802 ASTM Mr, ASTM r;1077 X x �--1 X : X X - X X X X X X X X X X X X _ X X X X X Enntn by thy, Amarinan Assoolslton for Laboratory AaOryditalton (A2LA). These aocrdditAllolts expJrs 01JrJ11i U. All othar weire p6rl6rmad acoord7tgeal NOW$ tty dooum$nted lard 0dtrreo dovotoped lay hAi al artbr steeleat on the andcro noof (aaa editort, If6d by A21.A. $, The iost results oil fhb front of this report arc the lotto valetas 1,neasurod on tho eamplou taken from Efts prodttatlnn 10t, T11sy da not apply tb any other satnpta. 7, This teal report cannot be reproduced or dislrlbuted except try full without tho wrllten p�mtleslen of dit3rlsr Steel. The primary vuetower Mioev name and address appear on the front of this form nlay reproduce this last report subject to the fGHOWIng ree1r10110ns.' "it may be diaWbutod only to their oustomera ',80th sides of aft pages must be repro t ed In full 8, This certlllaallon is alvan subject (0 the to(m*� and ovrtdlttone of oal0 provided in Chador steel's aola oWledgernant (dosIgnated by our 8a10$ Qrde( number) to the ntlstorrt6r's purghae$ arrler, Both order taimbera appear on the front pogo of M6 Roport, 8. Wftero the Gutft nlet has WOW a apsP40110A, the fastiita on the front orthio test report conform to that specltlaatlQrr unlaaa olhery lee noted en thin test report, $ y , } jug4 TODUHY RAW)" C#1� Banana adY•isA6�3aba Frax 7 Q�f6l}p 111Ib PL ITWSHAWAPRgOI±OROUP r I}3ii ga388 A24 ;Eblq Igerchee0ti (pardaasaat'd Ka dJ went Due ROAD DDUK474220HIRZ (fled Nvrt+ 0(gala iiMpFa�1) p 1wat Feel) gd$ Q7$132EE WATEATOWN wr OWN 2' jltoaw faun!} (Warptu) � ab r+tvmba Carl (8tata} (P) � 4S 427 4n daQ 11L1Q DOM Ob�iVn �5 10 c4pvw (ilaka of tiariitiastban} aeenEdaanr wlth olcaUnp all t rc!>l�trard l� of iSOJJ Fulda 1�7s SmZ anguo ScVr3� YrAcueagvn oWdneWdJnadss Osessetle fd3 y n1A tjr m i6d% (pport fn ark actredlted Mess idenllflett as NOn•Accrodited N�It,JRA & TStrtY�R liC 31t�t6 pNdtfcae trated 101ho foqulfemanls and ipedffOetfolla aral4d a (he CasEontar'o putda#oa Owlet. Aa (sstad IaDhem plate A2tA acctettftati Iebaintoayto Lso►lFo 17026 CerllRWO 6940•t!1 Par Qt11it41rt8r $Peai �.-•—�.......W-..-••�--.-�"^�-'..�-�-�- 1tr8 fatloi tng reWis We fov.0 ntWr aed4A9 heat treated paths UY tssc+ 10 orii ARTM it -IS As7M! li-30I CORD HARONOW C1L9ROOPTH p HHO (UNn. Ile) SCALM HR3 Q w 15 40 43 {(a Ibsp A8'I'Mi E-10 1 • 1 • 1 ` 1 ' ASTO b AOTM F60$ (VA60ldrd R;Z7 Mt li-3s4 td 1(FASf1l;&Iitltl. )UMV9WO ;NfiitCfTU _ b L d W FUI.G P [:j sty Q Its (ce: rrltu) (UNff, H Q 1111 (SCAL11r HItC) F G iltick(lhss cast 116vA Dead }1s'I'mly "d on 6 plt s by ih!a Ag(MO490 A eatt spray teat IWO boan fun In arx anco with AU-01 a7 artd the parts haVO t pssed: , tturttlxtt di hoUrd ppgSOd! ty Jilaura 1Jetrra Hours t0 Whtle: Noun Lofted: nerttAzrt canBnllaud lake oven pot!lSTht FddG Tile pow 1641 flood abave have been tow 0 .._.� _. t�0praoa fnlsroadtoH felt ��IEaure In o ittB sarnpins lasic+l 4urrldttR t 0o1141 cunloraR © {�fl s:K oHl±?r 1a the stattdurds ar Ole Lest. pn the event samptns site not canrou" )hero vrllE taoan OXpinnation on the path ofthrs farm] ' A1att>���" altectar of uat� Ctlem Ptatu, + if not: applicable Yracec3�ua.rt eS�rllM1:aLaP a°hWl�aicemsltsiaa 4WWI RPM roflhx#4vreia+Y• ih�no�Utfcn6e lhtN+satbaiepr�tJattPre�,fa6 prtN wdff[41a111>'Oa'e - fomycsRlmm Iwo* OR O Qa0Vt9i,�n Y ol to tel p n #' o S o� 09 �PP t�1L. rm 4 � � �N v S T RUGTURAL & STEEL PRODUCTS PO# 249609 SO# 70922 Mom - 10 z .' a Gk" 1 � i STRUCTURAL & STEED. PRODUCTS PO# 249609 SO# 70922 R ir , s3 • vi a ;• i ;j _ !i � rs ato to .,1 .a.y� •,a #i d.{ri. rG�i ems, ,�sf j y`s' ItjT t•s Lu w s•i W. utul F r 'Jk �j � • .W is.'i' �'-� ,' ��`e Ll i. '�. � ; . . s ' o. is 't o Z•1 �' 14 .,_ r .•p Y7rr f t as LIN Gk .t' f.� 4� •f •j '1.G. I e'f .i •• :.F Fd W 7�i F , S i' ` � f 1'' �, .fly • r� � t �}' , all • • •-eif'•-# •; �., • � SIB' tom,,. FC ..,{�.� •y • f� #'•' !` ` M pR I S � • ROCCURS BROTHIM IIMCx-q Yanuary 22, 2013 U'u tlta, ina, i. nytite Q�zalll< Department One Unytite Drive Peru, XL 61354 HDT "p ��;<KVIVIV6 'ro whom It may Concorxrt Tbla is to certify that the bor dip galvanizing of the following rtaatexlal �aur Purchase Qxdex xrumbe�r 4452 corn forms to specifleation ASTMA I.A "T'kr�x�e altoa►Ing sizes vnd lot xrurrrbexs coxaply tWjh Ifia coatInX, workmanship, fInIst ., and appear,anea r•equirMe nts of A.STM V2320 apeci£loatiotrst The hnt dip g-QlvRrrixl"g Is Polls aoxrrpljnnt. The-gatvanizhrg pmcess was oond%ted In n temperature range of 890Y to 00F, 122,534 Places 3{4"»10 A563 DH HIM Lot#WP321 4,83 Avg, Mils. 5,227 pieces A 563 ]OH 14HR Lot#WP761 5.56 Avg, Mils. 33,890 Flece5 3%4"40 A194 29HHN Lo MP361 S,il5 Avg, Mils, 9 hj$ ce; tlficatiarr in no W4Y ilxrpilos anYthID9 Other than the quaiity of our trot dip galwarri2in.g as it perwins to your order. 'fibs produawas galvanized In Roek6d, IL USA Yours very teuly, Rt GIRS T3kt41xElHU Lovalne P.' Shalburne 'dice Presidont r ii'8,pd SUJ95CRIDED AND SWORN IiH ORF ME THIS 22ND bA'Y' ay JANtYARY 201a, AID &AN" . OMAALRYLAUA yMo N WOO BROMER9, IM MV310SHWAUM "RWW� MK� � pl��sQ�l�9�81s$5-u9Sg FRx: m51865K37�� } STRUCTURAL & STEEL PRODUCTS PO# 249609 S J# 70922 WROUGHT HT WASHER MFG., INC. Cat`tt'ifctttib�t ��'�'{ttttllltt,rtao l3pyp4 � ��', att ht i'I�nslte� MADON BOLT CORPORATION 13420 Kr3aVIPVIVA0IIWN - 27Ir2$r JK)L 'Iota, 9',\ 77640 Cha,,,lo,11 Au1111'9s );iL'ittNtAlthaN . 0300 t},lBtQ bdD7 tkpU'I 0 BUD �f1"4113p3 , I'{tt�eh,t;lE tlriio Hp,lllf�E C1tKfut`Iti',tttilEot� Part Dut" 11dln,t $11 t11od all s1t ell 1Ef1497?8 V4 P434 S �r ARIC 1100 tlO1�D12d wE� lltut t110s1,ilpal p„ rIs 001tlLtysl it, the rbrlUlr ttt413ts ofthe npltllcnfalc s tec BI0011vts I1ldtuatud [tw dru sufilaat pilels,Huf am hi tt mploto catttkirtsluce to A36-10. IVO Itct'slsyeol-i4l, 111111 tht: said€calpFl,lssvosnlnp�IoilcalfaltG?.fi•�i5, 1'aIltmTfzmA1Ij'Ehut't11oi;IllrJoofiublvat"4hot tIl1=9(kh'atltxvtl is:wanttitouac ivith s m1flcaflon AS IN A 153 CIA 815 1vu tsuYaby 00clify Irm Aft slatEitaty Yoyllpainents ao to A,norlealt pra(fttolfoti clad LaW Hit 111t1tIfIfmin ]alti It111t,1i1Ilige 4111Y0t1p111 #tlseyiUf AEciU'1telasvlfair eotaureEcle fOotf 4111ttIn1 11Flt the st,1►#cef I�114S►�rot I'rtity yours, Wraa�t11Wonher i4ft., l,ta �� •fit-x--.. �-i�+1c�[A-�l•c�."' t'f,iEI.4CItE1�1C1 V h vl�tl sioa o\ r11v11r A r 1Iefora 121, 2017.e bp tibt,s( 20, 4t3 Q.�� lr1FlltFlltol' � � 1 }���{ �"� ` • tEli2) i1lidElt{ }IT }111{j �I�O ti1'i4lNili(p,% 11e1 3ol�q twilirtelli1,1233ht�h1SE 0 I 6 1901 CHIGUItY RD. r MOUNT PLf ASAW, Wl SH40 i pmom (262) 5s4-9m , PAX am 554-AR14 V151y olllt fA,LItSITa, wwwwmu0lawashoycefil ! E [ii OR[{ dPWER LOT NUM13ER 1TQ8707 4148303 63007211 9rZ]tt>g0 4{117P3-t[[71 ACQ ,3TF L LLO WILL ADV►Or- p1NAE. ,SHIP ,'rO WARf INGron, PA i two USA Allm lfd k ilorlhneff Arantatirilltol Cite�r�t�ntllZt�. Arcolor l I too r,[.%It—"AlW1I {Z, CtSYMIGRPAft7 OVARTITY COILS 00100140 W1ra1IM)VAIt, 3a}$i[a_ L� as>xznr� �1241;{{#E 'r�''•rf�ryTF,71(!N I1,iiW{1�r11p.11.{itibt7liob#�f1X.t8.2SfJG�1.12'60tJ114) * If) fmomo.0 AEj o$.:kdlr2,lr4 #fF1} Gf. 411736loo ago (too) i Him t3m1d Rotrn COMM ON E ; salt ! ugxp '•t,r,+rtYlp[hrar[gH RHOU[N�hlk3t�Y{i lr M13 n 8 � VtZ UL On no 8n AA j 0.lb00 0.71800 0.0070 0.0010 0.1900 0.0300 0#0100 0F0400 O.0190 0,0020 OL04-90 ; V ob N 0 T# 0 (Zn' 0,0020 O.Oda4 O.tW 0,000$ - 0,0020 0,9010 0,000 !lpin--Mnd�,anOMolfadlo USA J ' E 19i0y4 • r ' 'r:•rl'fJ lltrtlmlma[�,}ntaam[[horn[,rht�sUvrrnk[51r�6{EHfpnatnvlodlgi;tvrua[[cat�lUri114n1re[EKEIfs MaUhairKramor tow, 1taki[01[19$mnoll) uns{taktiad11ktafs1116MamdOfsuch laguellollE[ld[Abllil6' Zuni Imsn alrilmd tar ngtbnlrlulu[f R! Iho ap©oirl"Ifonb. ,` CIA tvlprq fmc - iK,lASlOi.Nnpt�luf liyataExu.+iNS.�'d{Vt,1} Ft�O+r � f���f � �Ala•t�1iUd 021�i�81:} { r _.................�..�_..-._.,...1..,.....--,.,-.., --� it ,..____ g 1f1 y'aI . •li'H '�Y' '�1�� �� IF 1�F��� �! �kk�/a'� Vf���f7�rRU1E '� 1�1t 'i ICA7CI: or , O)R NOT OR i sAlVA,NIZINCv Ci;f$'I`t 1Y1 ull rw i �1h� s TRhd�Gf )DA IL M O lJl.l T J dam. ' Poll; b v�'i�1iPTi4it2i (i.disAOD u,$���1� -.12$T i1 wwfc##: ALUM � 11 9� 9 202 G 3.0 � 6,26r 2.53 L3131PP a G AN(Z3D�JT�ot�OUTk PLA � r `1'i3 ,` 1 T C,11 i tt3 s OF ASTM S rT�r GLASS )). Vw ADOVA ryf W AND j.GTWjjMj3RRs cop4P1;Y•WIT'kt'i`HR 0001NO, WoRKMANSHIP,1I1N13111 AND APPUA.AAN00 REQUMMfg `TS OV ASTM 11232$. 71-10 HOT DIP CALVAIM)MG ]A gong VIAU (ip'ODU1 O'TTOD in A TRMPORATURBRAMP, OP 9)OF TO S� pNT�INCT ��CJC�i85 Ttjj$ pgoDUCTWAS QAIWANWID 1N ItOCIGORD, lb USA• ROMMIS .. gb ' BROTHERS INC., >.orrnlltis �', �1iolbelcna , Vivo 1R'anidaill a�N�YV�A`�IIPJVU'In✓• 81jBSORmED AND $11TOM Ma 69AL )313it 0RB 3V11; THIS I S'rH DAY I A QLIE or. J ULY 2013, AID iLil�i.�S �OARY�PUMT RCIGERS HiiC1TTTi iis, iPl{3. ids lii�tµq}Vh K tYtr iMAii: pR¢iCbfAe td>aAioigllQ4•6i9y pHoNpf Si8/911s. ,�2 filV{f 916Tse 746 I STRUCTURAL & STEEL PRODUCTS PCB 2496001 $0# 70922 lrashokopfaal Brow 20aolnOW101 kd lion iik #,W1 5305 Phone, (9ME) 60-0 R pa)n (Oko) 65.240 akeprWfgrouP j% p(5 ► t41RlC� MELfd M a 613hUE2 ')p W------ Cer te of Iron Man-ce 1 a, STAR STAINLESS $09W CO so Wear End nd Totowa, N7 07512 Affin-, E.-OLL, 8f, f� � to r� MM 9MI&I adr Ors star stainless screw 810 A.0,C, prlun Woodda10, IL 60191 I)EK116049 MOV oRwEE0W 31-LO-75 S/4 RM 204188 304 PW DF n989.29 W4 094558 11/30/2012 17,940 Thisand o r COYtIquir 'y that �o ItOmt jescribed above are the abo a pUrOPs4 Ordef- l Knn re�alr m0nits are the not specifications,'theoboVe ite n� r� and/or regt�frements of manu�acturad to the speclftco'tfor�s lIsted In our arrant catalog. 'Cl�ese hams vrero rnanufaciurad in the mark czarneckl Quallty Assurance Manager �r 34 A III 14 go* pi i r Y �' , 4 fff 7 CERTDCA-R()N OF C01WRIL-AN0 MAD,UE BOT.T CORPCiPAT30N CERTIF`CES THAT THE rv1A,T�3RTA 1, iSTFl7 BEI.O ARE XN COS fLANCE'H CHEMCL AND pHySjC_AL RF ,QUMMF ,NTS OF TM LISTED ASTNZ OR ATSX SPECIFICATIONS. CUSTOMER FQ #: ' 249609 gAiDDBN BOLT SO# : 70922 ANCHOR BOLT HEX NUTS FLAT'V'iTASFMP, LOCK WASURR CO.A,TINO OTHER NOTES: Thadc You, nU' MAUNA GRAY State of Texas, county of Havis Give,,. unda my hand and seal on Ws Im day of JEuluaxy 2014. 1 va F1554 OR.55 A563 F436 0-7 A153 M6 UNRLATS H��rtpsi d Hwy. }-jpUston, TX 77040 (713) 939-999 " rax (713) 939-7200 www.rr addenboitcOm 11 9Mao7&7 RMLAVANVU175, January 29, 20I4 Madden Bolt Corporation 13420 Hempstead Hwy, Houston, Ti 77040 RR 03RTIFICATION OF COMPLIANCE To Whom It May ConQejrn: We eertily that our Hot DIp process moots the requirements ofASTM Al 53 Class C Speoffileations on the following order below. MAlaWA. QRA.X CWification Oepa uuent 13420 Hempstead Hwy, Houston, Tic 77040 (713) 9 9 9999 o Fax (713) 939-7200 www.maddenboft.com STRUCTURAL & STEEL PRODUCTS PO# 249609 S00,70922 oil c J1.0 = TC Q7M xg Jos STQ4�q C}C70 f p Qoia r 'Y a F4 iFl Ts �YJ eval scopk �x' f �TLJZnL)dz. X001 'Re Pate evised. 4. 7 QA 2455., hifm-mation to fi•m -Tbh den a1 inpotmatim d", �naztcsgersonckel, and YaIMO!tt acid -ruuM" the 1j).Ug toun wmnq" Xt is not into ded f *Mha". to 60 d8nands Of the condilicm tow aoomprahousivsafn&wstaiasaft6tyPosuPPliedby ob Mus�bc Ootitt*d upcu fol, 00PUME Gfhow to klaw, J�CaE04. 'Valmont ftm0t.bo iraspomitq out m6et'q '�va baca nmdifiedd or that tolno way other than Or RAer insbyaliola arfo t gybed 14 Valjn(jUt -r fi-Tly 8hUV tUrd d2at Aorii&om '. P10486 Alm AtlUW"V0mdaqPP0A Ito OrL' Ahoknowj jY mPP ScAdftnc A support ofthork Q ortttrss P490-cm.- th-c-PEUMMS culod by III feast , R ' �Po. for&38- at OA6 �md RhIL-Nval Al -so Imc l9U for tho StnWhWal sa typloall ppbrL y U . mast f ightb'g nXi". Shag 4 to 12 .. Z.2 , I A oonv'ao - PrOldded at Ack*3 9m&tlr&ft about53ft. Maser the jigk to, - " clomwatn P()Wioa=d . g of OrI&MR A. supporting knve' and to 0 alak -'Wththo-MM des(�,,ae position act to h0Q &up to tho 01. d to jjfatttr 0494 Povvcr supply A UPPOA that is o secf A S MAP Unide tube, hmhattta I PZOTIIAO-ad �J�l D-W-InC. Tke�rgo ffid roadway, support die varlial $U :0F,&a,00'4 .,Xd PPOlt th4thq afthz RP-10—TO-P, A atruv P erkinlq.- to 01W L' that an his UWIRaire - 84�'W A49 . MOzmted at a d top ofa. �6" moan do eta roadway a tho foFafa volb. fiLm A dovift c Cmvoyin gr a a 11 a *9k S%Port Ipport, US..q. WAmin& or bY2GemW0fW'&' Se OA 6 1g, lbe the Gable ors -Vut Pa. shoal( sio�g and be 'C' of -Uftd a traMe sj&W. WCOR two Poted ollmmo* SUPPOEt dWj daisID '"a 'A�� rt.0 oy Txa anal; An ejoctdr lumlmdos' and traco ,aU, - to taketake4:4waoft, d "r"R -& Rftuotural sup is "Wulatc-d' tdmgllefL art USU Ell or horizonw, Wat'xed, Or *Ca composed of jL fm�work that is omen, an MW ill i Yva Mont Smucrup� General Nnraber 1001 Rev xZ j3aleRevised; 8121/0.7 - -:Udst ��.c1aFlo L II Pee d `, ,,-�.- . �._.,,,.. Q"A. 2455: J Ma - a I., SCOPE ' = DiStrlbute ads jnbrx atoon to ' talltrtion pera�riazta�, future rnalnfenauce personnel, az�d pars. Yids ganarat inforrnatlon rleais with long to= dmfloty of etrmtaes of the "a mVpIled by . - Talmaut and MrwnSafcty iss Or,.- Otis not iutondedta bo fL Dona} x ensi�ro tlasrripElo�t of flow to Instail#hase etruciuxes. Co pe6etti Ir6stalta on conkacto�rs rnustbe rsonsuIted trpou for praefices acid e c1?weut i tweets the &msinds of tis eandidoas it Mcft jub lOcattan. e that+oecun during or after iastaitd as or for atrcxctuxe that Valmont caurrai be resptrrrslbl for at�y tlatttag -I= been modlfad or dwt is ut - kbuno way other than. Omt desodbadfnVatrr<ont'a agpRcatiOn ze GMUV datlons. s -PorRibrmatiork obo tthc strR turalwpobffity of tho pxoduots nr 91out ixrstaiiationlsact[r please oonsult . Vxitb. tho factory or nea�•est. Va i nt xepxeseuEatfva. 2. DFFaWi O NS A oantiJav ad support, then iwvzontal or awpod, st least xid_ S nno t5 sa kuaw a on -we s�*gporq e, hol onral or sloped mambar ork:ws supported by UVO vertical supports. ever• A support elthex h or vaz caf suppioxted atone txrci only, Cnai_ r The g&rson raw s far dell t for strnaterai strppbzt. ter fltan a-b-ut 55 ft r Ia�tin�:.Also iaioN as t n1a west lighfi g; T,i riing pxoviclstl at halgl►i ,piaaityuniug 4 to xx iaades u�inalre: c4o,.�}m�plete Zigi� �f c�sistirzg a£aiemp or Tampa togettw'wdth fhe pairs d dgwa -ta diswMAD the HA to �lb940n Emd pr't at ti�Ps IHTi1�6, anctts► Aoxtneai [l3s lamps to #lie €Iecirlo pov�r su lao ntal Mf g A" A supportixk tug• d L"T� to Imld a a4M signal fzcK or L,��o in a� approass"ta17 ' �sikiorL - te: A guppaxt that rs noosed of e-single tube_ ' • . erheaci-5fa�: t3, sib sdsperat.,a1>a�efliexaaclway. . �wuer: Thep r,on sw agency hkv&gju.,jMjetionf& fhe de0gn6 cRpauuodou, and maiutmmm of &, structu�l support. u and e�xerall x�undscl ormultisadeci. P-ole: A vertical support beat ing, wladivwy stsnd , g is xnQunY Po g ; A deA0nptive Uar n ci ft cleat an atbw m cnt t at tht tog of a st uatwrsl suppaxt, snsl i` i g to 0ae Lvmiwae or tr8 c si almr�u ed at its tclp ofa p41e. R� ido inns rnormfed Ida &..,roadway on a An& su�uri or multiple su-PPa A slPo y . A device conveying a dpe�lc moss' by means of words ar sy�tyls, erected far the pu�poce of mgta € M, v: aming, or ouidtug 5`paQ iTrire: 1§ steel cab7a ar at�uw text Iod between tWo poieq commonly used as a. hoc woe l suppoxtfor smait sibu andtraffic signet. .r a ': 5utapo)I deaft;'O . to cerury the low% induced at attacbA signs, Iiuvmattes, $nctya sI �rsls.� T a pr directed V shad An. eteotdcally opeYate(1 traffic cant�o3 device bywiiiab pre oas roaulated, wed, • to talre spacr�a dise,�a�. ` - - Dead of a framevroxlc Thai iB ofian. �.�ed s'n 'A sw. Astruchual suppare, usu ly trarticai or tuaaizor tl, oaf tciau.�les. ValmootladusWes juo'. 7007i�loz 288�' St.. P.a. pox 358. Vatfev 13E dB064 • t-_ •1r�:.• _ '•.��i. :ra •. •t�. !-`-s `.7�{•u :s c'rr. •}Fs' _"v. i•'+� •z'ir S '' } ,a •r' '.•;1; .A, ''' i4-e:•: :r4.`•C.'r ' a.�'p� •r`.`i5i','�f}}-`-{i 1;i •'•-. ~ra4fy-r.ikii� ' 4rG`"s-'e5:1>V ".e. is x- t±n� •• ! • •' •••••.te`f�T •r 5'.s•y7 utt3.�?.�1'� . .^ �SesRril,eF`_��� s` NuinborJOD 81221D7 �• r -+fs�•"�'3Y.i,'f,l,,,(�1;.%a.:i�•iPk��,f.�r'.•c�1'+k"" e, �i+4 '�6*'.��r7.0 r , Gin tluirg ,Io t '�ro`te ?fnn Against �7l f fib cit r • .. ",K:7ri �i f-tc ,r�S'J i . T ? r'' r, r. d fi��CA� - 64 `''-1iL-#in3'p`avlfie;fi P#�eI`abfs'n2ni ai?x? 4 .. , K Y'rw : , , ;; Vi • y » _ ""f �)C� 111-BCC6X��e���'����.P,-CC3f18S,� ��'�`.w•�r t h ;. �,.,• has y.! F. _��•_A•- r- - - • ' • - ",-r r' ._ 1-.: -_x.. , _ ::. .. + _tr d,y�y4rv".ti' ��n'�i�} �„r';r r,A;i�SY•'.:`.-.::: s�. v {�11.C@ • �"soi Es.fit�LtiI�: ' . brealcavuay silos, ��a a1 a ;o►p6�lzisfho o Y M a' ..araoss#bi- . riT�`L�l�j�3{�1�8�If1�� P�C:{� 0��y�� ������Aa&���;.Eb�"��r�- r - t� �•�rdi•.r r';- _ ry : . , ., xir �:5 Y �^-.a } sr• �� x,x',� °,�r �jdY�S t� a�:.6iI�1 •i�.J� .FLtl��Oiife'���' .. -•o'?r • • rr�� ++�� /• is 1:is--�Li'pxy�[►�p� r~ r{s��,r ..: 'i, - � � r� • . �•.� :°i�i n'�';rf�•t ;i., .. - ;� 1ar�%rT,e:.- ti '-a7i,6tn LQ�XQ�.I,�1�"1��'!i``•`"���J.E.; •4`t •.. ��+,% �C"••�`y'4is.Jip'�i •}'3{.;s •' .� 5^. � .,'� •': r' k •' . . , t._. `, .- .:, C`. •.c err , .r,�`�?_:.!rX-, ;: 7;7 T�,ii!{}.:{ -' :. arr.di r • . f.:. •..J `4 fah. _ •+ •iB�r:.": i��• Tho xato of _ ��„tit s� ,��� is is es are sabjeot fo det u ?r. r E �,sP i4 a OL 15 $3i�LiV�%!,, "E+tw++�T �Bi�S�i�P4ySIlG�1r�ei • . , •'�. azu�.�i4��[�iiYec��`�tet��it't�iiu�� -�st�iaf�crr�.� � ' , 41�taaa ut�inicaisfor4u�to .�,}'_• •�• . } anstmce frgnal agCy� or•'G(� q J`na� ., �tr.�_ : ,;. _r; .. r':='• .: ' �,-.p �ti}�:.+`';J p'• r�-' .�;., r .},r�°q�k\j�rf. ••;i�_F�'Y 4c7 .=�iiri. .. �.•' . _ , 0 .L•�G1FyP.A�.FU+�y�i�S ya�I+1'1�{�y 4�f'r' .h Y.-.��, r l.7 ••- _ems, •_ ,�6 • L1 iA:�t�Yp4'�1iYtEI•�'II7_sli73L��F�•li� N�CSl,�4��'-_'°.t� 't.� ;fjf ; ; N.,, _ :,�••:: �:: > >. .Y`- � o': s= -.: f. Li;; r4+�ii �: S•F: ••,tii,f. _=`.: �Ys �'�•.+ _ ry 'AM` F �'` Ib 23tHffEit�Q' �GESi.C� r fix{ Avl aati+ £ a. i, fr-�� r r.. f �y ' Ci of the tho IN •G}R �J31tAii pia F �5ti 3�SLd•aui Yo�x �r 4}3"-�rin�[�Y-rytu:fd�-!t]1v�CATLD�`1 t• ••,.4 r•t•s Orr-r,§h'ai �� � S' ,r'••s i� r , :q': ; h, r ,r w.. :• - r #1 (Ai]aea ofi •PQk$ This ft!&�ti4'f6t rCFX e;IS7l C•-}7on Q$�i�Gtl�1... �� fin is -driftage cw 01.�r :' aond itii C e ' Ic • • V� • .1„iyyr,a aff""�., j},', i - }-6 •,4 AS4. 7.,. .• ' • `•r+ i +a Yrg- :er : ev1! ' •'r' : r f _.: } ;}. rzY:' a 3-' t s S Crt j"ats �ha fv `r siigi� 3i s anr3 #ata i fig of sbv �l oYe V na s _ d Goor n rr t x. ,, evYe j+kahzit• }aoatc iyt� ittS st Cedar A�o09rEpl�tT]'k411 iyrs��.�}.,i R^.:'.•....SRO�lA$ yfiA drr �':'�'uttfter ;#1, cEisznaaty mod` r�i,`�5�icimg nyucp 9LiTxa lffir$ a'`Y 5t" P & enfcauces`a�'e�it�n`oftTcetogispa},00�eb1�o4'?k isigoctnio't_`'ir-ay6s#xata t an rua�ia`aii.4sih{� am`�`s' soxafe axn�x�atlua�a�oa ��San 175 F 4. 7.A, d •° •4y •r s ' atibisit�itFi`7anioxtiia stencpXlnagXs:'�neknac ? ` 'f j#EtPBB sa cmpvet°Q�e?@?iaeia�elsoertralhctTi�owrlea�,;:.� atsrrius ' overxed d er.'Np�k3: AiotitexnenCtx�f cxr, G sexses;p aikvc# aliax3aot (or equaD iiQ.je% festSdvx i�sa;' xing $taut is nc)t a cornplaGdly maintr n4e f�ea r 4erlat An ou gairtg mai�ienaucs pra�ant must wealWean inolude their paxiodia inspection foX y abnocYnal aorros*on. theta &zbuers -that snjpply w%Ltl uf, sbo7. �IelmentSndusEa�`es7aa 7402Narth2$8'"SC,1�.O_Hmc358,'Vatley,�6$US4 2 Genera. Tuuxabellfoolkev12Val' j�.��.�n..A.x�a�aZ��� J�te Devised. SL?�1U7 -. Pa le 3 of s -moon ajmt6nft .�-e ; . QA z45 d Mayne STRUCYURES to .Falmvnt o m sttpphy data about 0" b havlor of tics, materlals in various envirowumta. Theis . . appffc,ad on mo,=cndatiaw sh(oAdbs- followed for tho beat xesulta. The anwst important of- whtch is to avoid coafinuous evoatue to molstare.. Watex, clamp debris, or soil on weat4w ing steel s'a"tb es will ca=awelvrsWdc,orms}ion Vegetarian strtrstxtd the base oan be J�airufuI. A build -tip al'aasmslolt debris eau adversely jtfftt the hnsid� bfthe polo base. heel suppliers xeconimmd gaint1 ctasa Rama (Paying)stufaees. The best tittle £orpaixttiFtg is imy 0Natelypcior to iiifitalialioa to ntivitttiae damage Go the pxatevtlwe easetiag: '_ . 3.5, • Vibration AikhattghrM, vibe xtions severe enough. in oauua damage oast ncoasionaliy-occur in straaiures of stll Wes, Bccause they are intha=ed by many intematirig vadablas vibrations ate nnpredletable fhM is _ na si�lsutethod. to instixe fhe p�:evaai3ipn. of adi. snadas' nfvibrafion. 'Srlbxatiot►•as belfavad iri i�a m4re likely to oacurwhon structzts'es (Or anrriponentts' such as -arms) ace itietalted witftotxt attaching the addidontil aocessorlos, whioh the Mrac tares two dosigood to suppoxt. 'fherat'orc, such attached aaaessodeB, or devices eq A,,alaat i<s'dampenixtb altaraotexistiva, sl oWAb6in.stsiled at the thw 4f erection Tl�eownexlusei`smaix►[ruancoprogramrauatinoltxcetiwobsKvatkafo�razzya�cessivq w •,�ihmffon and a coa&auouspro&=forth* examfuatloat of any srtncttirat cl�tagB or boltltsos�. 3.5. AAchor Bolt Foiftfians jf anchomga hardware is furnished by enters, the coneld size axtd strengt#� n taut boRtsed Iterz Iove3iu� Ittxts sus tread, tlta bottot of'i lowest lerral#t Qti S sFsall trot be xtzos a tl�xu l" from the conw45te surer. Loge spaces Between &.e poin basopiaa and tote conosete mu oattsa 01cessive stresses i&mo auclioi bolts. VAensvor awhor Bolts axefor poles withlate*AmfLy supports, care znustt'bo taken to mobt the maAwm V pxnjectiou re virOMOAts of the kAS`RTt] 1253 Addit16A Requirements) =&or any othergavoMbft, codes, 3.7. Trawfot-.ex Bases 1St attaching apole to g trausf0uner base, wh c4 the pale tbassplate has slatted'holes, place tha canneadW flops pa the largest possibiebolt oM; (i.e. ttxe outer ends ofthel 9lcts). 3.8, ASTMA325Salts Threads AnWdbe Ud3 ricated. in ordcw t1 lixavejxt gstllag and to ach ie- bolt fensioak aewrdanoa wI& AISC mco+ri+wadafions. hardware suppliers use beeswax audvuioaa cosnmc.reiiah waccs as lubdoatds. Th oy iasiicatrx thAprotlttcts' jtko IVD40„ are cv,Gaply lased in f k field, (A TM 'A325-00, 4.4) 3.9. Hinged 1-61 s ' Wttsn must pass ktu oug i the miring protection. gulch at the hinge to assure d it the isisirlatlon. vritlt not bba d=aged dttsyng xsiiainZ aad lo'vrrerjng. The, xaistiog scud loweri Rg winal;. xuust lea al]exats� smvotbly and the winch cable kept taut to vvDid jolts, wT3i& could asM6 coftse of tba shafb 3.10. T rafsr Signal a.%t Aims AN mw grills vtill. have fho bottom of the arm ident`sfied by a tag welded to the battont of the flau90 plate. i General. Instaffation And Maintenance - information Numbel' 1001 ROY I2 Date Revised: 8/22/01 , page 5 of 6 . .- ' • - QA 2455. I Mayne 3.I6. If6dBW & gtora' equ re> ents The ptunhaaQrlir fader. nuat OwQrs tie propat ban.dlbg of fhe product at *D aousbMO-fioIx Bite its ensure a daniige-free �roduet Whaltinstallat7np is cso�xspl ge. Gage nauQ� �e take�a to iiiaurc the #n s�arlty O t lbjXYOtl1iG$ ]) [mag fG the finlsh �t3 h as NOWtGhO8, g a nt2�7re€1 arose wI�1 xeciuce or d. elimi€ do the cartosive resisiance ofpratecilve ooa'tiags. fiiitect tna�aJ iQ sneial Gorifaot, S[icll as cl�i g a gafvaui�ed or psit►tedp610 with �.etal Gb alud, 'vM oause damse trf fb c finisT�, rotcafi�te Wates'ials scab, as stirtua slings or oloth sleeves for chains sl►ould. ben ex � base during handling to pr®vent dma90 #a tb a $nisl� Doswt ufilizs stay bolt bole ap g k plafs or sim lex,piate+for lifting OAMd ft a�YPzorlusats, as fh}s vvx71 cEtwo &uueto'tE,e nosh The proper repair of any dffuaga ex dot arioration to the prccbld finish dtuim g idling and :installaflnnat#ba eansf�uGtion site shall be lie, s#aller's xeapons�b�irfy. Please cansalt V'ahuont ..."wtdas lad. for tho propeUrocedum for rapairixxg any dshi a�duot O'houid be sfoiod in a oleatx, dry and W8,11 vsntiia#sd area, s�xochtat rou p'avo st be sta,aited iu Tho au oxur.rly mar nor 6A spams thatrsiao th$ pr�uetd•G ft ground $�dividual P eaOayt; eepae'a ti o each S aaaUs should also b-'used atbile striking this pro p odunt O Blanc inclioned so ntl�cz so #hat air ear. freely acoess W surfaces ot: fha�xc3duct Stacked px that moiattar, can dram out, 'Se4 hgti» I for$n Mustrattom ofiucorrzct a�xd correct staaldiag of P660t:dana Itessncrus wood must zh$ued Jbr fLolhUse Wood mat5dait#at 1-3 dry and u treat'Ut(NO• aMWCALS) ILmUaP6rt1ua and , storing all prods. r n rifts m- VallewNEG80d4 . } ' .+ '-� ri _ use. _' . �� < <>'' , - '. ..: ti?t� .•S-.f i ::!z-� i .. ' lr..r . . Y. !� ". - �� � �... •• 4.�f�,G•�L•,(� •, j 5 �• •�ly�a �]�:::�y.ti .� J�• �• 3xk. •v :}3 .l'''.51:`'. •4•_c'•y'i; 1?•:' �' .�fa.i•.!s•..il«'. n=ii4Rxi.ui�:F.`...: �L;r v£&':..etf�.uet`pJW!&''x.�H.YS ky krl••' e.'••,,•''• ..w.�+a - Ship Paper Desc*don 1�4. . THREE e THREE, CHARACTER CHARACTER EGCAR DEsORIPTION CATEG RY t�IrSCRIFT dN AAA, .....' pS9�t 96, AND 99 ARM ASSE~Ish13LIE6 AAFr ...... RIPF- ARM A8SI=0LII-S A13........ ' ANCHOR 13OL r A13A....... ANCHOR BOLT ASSEMBLY Ago ,..,_ ANcH05130LT•AlP$F= BE-y Ago t.:,., sTAIgDAI?t'3 ASTM g3OLTS Ate._,.,,. ANCHOR L3C Ur BEARING PLATE ALA-__: AREA LTG, ARMAgS'Y. -ANU...... AST A1941A-sqa NUTS- App...... ' ANpLE PIE6I= E*ARTS WA...... TAB ERED ARM FASSE!MBL.IES •A, bHUt, U-50L T AWA ..... A+STM-I=m Isis WASHERS 13PA,...... - ASSY. SLIP 13ASE�, Tri ULTI-DIR, CAT....... C,ATWAL_ SUPPORT ASSI MI3L,Y CSA...... CATWALK BED ASSE~MaLY CHA ...... G/tiTWALK HANDI�AIG ASSEMBLY OHL....... CHANNEL. , CHM...... HAND SOLE Odgr f itDifMASi CI_H....... CLAMP HALF ASSHMBLY' CL,P, .. CLAMP ' cSS ...... cusTom SIGN sTRUcTLJRE-9 0A61� Tr=mpt-ATE & CHKING: TEMP. FBF_..,, FULU BASE COW-KASSY, (FINISH} FDA......, FINIAL CAP A88EMOLY FNG .,r... PIN AL CAP •• 6A8KF_T GPF'....,. , GRA'rlN(3 PIE: CE.PAR i S HHG _.,,_. HANDHOLE COVER HMR...... IiIGH MA.S1' MisegLLSANlWOUS LEST....,.., I.D. TAGS KEli ....... (:OTTER KEYS ' L.GA....... • 'I_uMINAIRE CAGI~ ASSY. (TUBULAR) ElfiTA unki1 h i I Ii2F LLMM ASS1=MBi .Y NCI...•,. NUT COG VF-R FINISHED NTP,..,., R'6il 10 NON-TAPERI~C) VOLE ASS`Ya^. NUTS . 08L.. Hf0#•L MAST MPG: PARTS ,: PAX..,.., RiPr=ARAMAssE mi3E;Y PAO...... P&E A$SEMKY, OVE?HBAD SIGN pop ...... -POLE CAP PLATF & POLY PLATE t'f-{k_'-.. Rf]m HIGHMAST BASE s,emoN ' PHI ....... POLE HiGHMAST INTER. smTION PHT...... POI;IiHIGHMASTTOP SECTION POL,,.,.. POLE ASSEMBLIES, PPE:.._,. • PiPE , L.IGHTIt4G po P— f3ASE SECTfON PSi ....... spoR rSLIGHtING POLO INTER. SECT, PST....,,, SPORTSLiGHTM poL,I= TOP SECTION P T E,,,,,, pOL.E TOE' E�t%[SEON ASSEMSL.Y PTP ._ 'POLE TOP PLATE SAA...... SPdRTI;LIGHTINQ ANGLE ARM ASSY, SAW— auB-Ass Y.•M1sr, FtL8 (SLACK0R FiN.) SBO...... STANDARD STUD DOLTS SCA...... ' SGIUARE� POLE TOP I'f ATE ASSEMBLY BCC)..,.j. spoRTSUOHTINCL CAGE DOOR ASSY. SCL ...... SCROLL$ SCR•...., SCREWS SKI' ...•., SLEL-BASE K15EPE9 SL'M ..... SPORTSL.IGHTING MlS0SLLANr!n0U3' T13A ...... TFRAMSFORMER 13A SE= ASSEMBLY TBC •..... TRANSFl RK4ER I3A%E COVER T8D,-.,.,, TRANSFORMER VA85 DOOR `I"BL....... TRANSFC7RMER BASE LUG THP ...... TENON AssE=MBLY flNISH) TTA ...... TRUBS 'TYPE ARM ASsEMELY uso...... STD. RB L_aOLTS v0A...... VIORAAfION DAMPNER ASSEMBLY WHR..,.. WASHERS. ■o ' Fr + :.' • rn•-:• _' +r-,- -" wi.:: � ,� • cif':••"-'' _ •, •. •;a�„ f.:-133'', .. ',�•._ � Y:.ti?"�iP1%�:b`:afA.L°4aSUr%`_'' 1'r`•FIet9:,_'sSStiiiSdii✓.;elNkiS�A:cf�3sr@ •s}` .!.'1+�n ZtL_Ir.._..aCy;a-Aldeli.v'd.L':.I..i'V�P&L'33�r a :rev =srls ,?e:,i ry •, .i.. ��k.r..i•.Eti:J••i. • :-4�'� "•h\-•_a k_ •.�. •. If • \ { p„'•`• ` _•1 �� 1'�1h, .•I•• _'_"'•.1 _ _ "i.�. 3.,�5 }..+ i �.'.`. "`!!- , •-i=rla: RJ'.: :7 I �'• - • �" sf+.i.ri 1 her • I, �Bt���42" .Y .C�'%.'i°.A.�.3�. ., ,f •3; .. .'•� [h4. .�! f::S�`�' '-j` ,a::_�a._-a�lf ,. .k.lY'a,�r.y+�•�. •_}-y4 ��iµ •• '�,�n'�•4 �;.}'• jl�• v''xr`���9 - "• ':fin �.�Y 'u; r.'r •- ., �, _:l .. s.•i• w3•}�.�•i�•-` ..�-^''s:'Lt.: ... ::v + .•"��;=.ti:'";'�•'i7�t�t^l a�"� . a, z-' �4 kti" ,•r;1'+ '.ks' _ - ,n•... �- r F?•� e.i�!'� :u+Y -,'� h'x. •jc(�i�S. r=4�� x'- •s kw•'T r •• :�T'k - .}h�•.f�Li.v�.� __ •. ' � 4, �:BS`..k.:#•.r c: s�;i. ;'.fi''r rla _• k ' TO •: �7C�1''�y'Y`�'r ':{C' • • h4i', _ - ??�•, 7•q�x � • l..:.,k. !^ .t�SiLt•F�.: -:@�': •`�"�i. t ` i ii••�t�'f'k�.t.: ;phi •-"+Ca•. - � T;; � �•f7 S �R ?'',.•rR�r: A, v'•!{�` ;�� ��. ,ii,.. 'F• , .'.''-i. ... - e .'�k3' I ., • .a _ • sir ry fi-:4>}%Sr. _r • '} •i+-`yi,:.3 , C••i� .:jxw... -r '.r7¢3' - '+_tom.;; • � s _ '= +�r •"r}f: i'T �ti r: •;•e. _ raj•. ". 4'i yi.,�'..• 'r _._a'JF �'i'g�r� y •r. . _ 'f= • - _r •• Lek, • � • _ '��''•~ + ' sr• - .. �.,: ' ^ .'.� ,,-=a•T. . -n � - .4 .1� cf, 1. •;i�� •♦::_- � ���'h: r.i i - _ • ,;, snow •h (.ia •xl'i •! �_ .. I .: ] 1 tyyn; r Safety Data Shoot Material Name: CREOSOTE PRESSURE TREATED Wool) SDs ID. 00228327 * * * Section I - PRODUGT AND COMPANY IDENTIFICATION Manufactur$r information KOPPERS INC. CHEIVITREC: 800-424-8800 (Outside USA: +1 703-527-3887) 436 Seventh Avenue Emergencies: (Medloai In USAF 877 737-9047 . Pittsburgh, EA 16219-1800 Emergencies: (Medical Outside of USA): 661-632-9269 Mfh contact: 412 22% 2001 (SIDS Requests: 866-862-6239) Email: neoregmsda(Mkappers.corn Product Identifier: CREOSOTE PRESSURE TREATED WOOD Product Use Industrial wood products; specifically railroad tieq, utility poles, and rnarine pilings. Creosote treated wood Is Intended for exteriodioutdoor ueea and only those applications approved bythe Ameripan Wood ProtectlOn Association (AWPA) Use Category System as set forth in the most current edition of the'AWPA Book of Standards. _ � ectlon 2 - HAZARDS IDENTIFICATION-- 1'hysica] Form: Pressure treated poles and ciosstles - treated at a retention level of 7 9 lbs1ft3, with a wood density of .46-55 Ibsif13. n,essure Vested piling -• treated at a retention level of 12'•20 Ibs/ft3, with a wood density of 45 Ibs/ft3. Actual roten#Ion level dependeht on wood stock, moisture levels, and customer specifications. Color. dark, brown to black odor. tar odor signal Word: WARNINOI Major Health Hazards. harmful If Inhaled, harmful on contact with the skin, respiratory tract Irritation, skin Irritation, eye irritation, allergic reactions, nasallsinus cancer, lung cancer, skin cancer mysloal Hazards: Dustlair mixtures may Ignite or explode. Precautionary 5taternant6: Avoid breathing dust, Avoid contact with eyes, skin and Clothing. Use onlywith adequate ventiiatlon. Wash thoroughly after handling. protective clothing must be changed whan It shows signs of contamination. observe good hygiene and safety practices when handling this product, Do not use this product until the Msps has been road and understood. For more information, please see Consumer Information Shoot for this product, POTENTIAL HEALTH EFFECTS Inhalation Short Tarrn: Creosote inay cause Irritation. Wood dust tttay cause irritation and allarglc reactions. Long Term: Creosote may cause, nauaaa, vomiting, and headache. Wood dust may cause irritation, allergic reactions, noseMeed, nausea, vomiting, toss of appetite, chest pain, difficulty breathing, headache, drotrlsiness, dilated pupils, visual disturbances, irregular heartbeat, luny damage, liver damage, kidney damage, and nasal/sinus cancer. Skin Short Tenn., Creosote may cause Irritation, skin discoloration, skin disorders, sensitivity to sunfight, 6hartges In body ternpoPatura, nausea, vomiting, headache, difficulty breathing, irregular heartbeat, bluish skfn color, and convulsions. Wood dust may cause Irritation, allergic reactions, skfn disorders, difficulty Breathing, Irregular heartbeat, headache, visual disturbances and kidney damage, Pago 1 of 10 issue pate 09/04/14 Revision 1.1800 Safety Data Sheet Material Name: GRWSQTE PRESSURE TREATED WOOD SDS ID: 00228327 Gong Term: Creosote tray cause dermatills, skin discoloration, skin disorders, sensitivity to sunlight, chanties in body temperature, nausea, vomiting, headache. dtffic�+ity breathing, irregular heartbeat, bluish skin eoler, lung cancer, and skin cancer. Wood dust may cause irritation, allergic reactions, and sidn disorders, >f=ye Short Term: Creosote may cause Irritation and sensitivity to sunlight. Wood dust may cause irritation and eye damage. Long Tear+: Creosote may vAilse Irritation and sensitivity to sunlight. Wood dust may cause Irritation and eye damage. Ingestion Short Term: Creosote may cause Irritation, nausea, vomiting, changes In body temperature, difficulty breathing, Irrogu tar heartbeat, headache, dizziness, bluish skin color, oardlovascular collapse, and convulsions. Wood dust may cause nausea, vomiting, loss of appetite, difficulty breathing, irregular heartbeat, and drowsiness_ Long Term; Creosote may cause Irritation, nausea, vomiting, headache, gastrointestinal effects, dlzziness, changes in hady temperature, visual disturbances, difficulty breathing, Irragular heartbeat, bitilsh skin color and cardiovascular collapse, No Information is available for wood dust. * * * Section 3 - COMPOSITION/ INFORMATION ON INGREDIENTS * � Componojif Related Regulatory lnforMatinn This produot may be regulated, have exposure llrnIts or other information ident€fled as the following: Wood dust, all soft and hard woods, Wood dusts�hard wood. Wood dusts (all other wood dusts), Wood dusts (birch, mahr,rehanv. Mart walnut). Wood dust western red cedar, Creosotes. * * * So ]on 4 d FIRST AID MEASURfrS" * Inhalation If adverse effects occur, remove to uncontaminated ar-on, Give artificial respiration if not breathing. (het immediate - medical attention. Skin Wash skin with soap and water for at least 15 minutes while rernoving contaminated clothing and shoes. a0 NOT rub until skin is free of sawdust and preservative material, Got medical attention, if needed. Thoroughly clean and dry contaminated clothing and shoes before reuse. Eyes Plush eyes with plenty of waterfor at least'18 minutes, DO NOT rub eyes. Then get immediate medical attention. Ingestion if a large amount is swallowed, get medical attention. Section 5 a FIRE IGHTING MEASURES See Section 9 for rlamr abiilty Properties NFPA Ratings: Health- 2 l=lror 1 ResctivltY= 0 Hazard Scale: 0 = Minimal 1= Slight 2 w Moderate 3 = Serious 4 = Severe Page 2 of 10 Issue Date 091041114 Revision l,1800 Safety Data heel Material Name. CREOSOTE PRESSURC TREATED WOOD -8135111. 00228327 Fh minable Properties mst/alr mixtures may ignite or explode. During fire conditions, vapors and deoompoaltion products may be released, forming flammable/expfosive mixtures in air. Contact with heat may generate toxic and/or flamrirrabla gases, Sensitivity to Mechanical impact Not available Sensitivity to Static Discharge Not available Extinguishing Media carbon dioxide, regular, dry chemical, regular foam, water spray Protective l;quipment and Precautions for Firefighters Full -fire fighting turn -out gear (bunker. gear). Fire Fighting iWeasures Avoid inhalatlon of material or combustivn by-products. Stay upwind and keep out of low areas, Use oxtingulahing agents appropriate for surrounding fire, * * * Scotian 6 - ACCIDENTAL RELEASE MEASURES Wafter Release Subject to California Safe Drinking Water and Toxio Enforcement Act of 1986 (Proposition 66). Occupational $pill / Release Collect debris and used material In appropriate container for disposal. Clue 10 the concentration of Creosote and the OERCl-A 440 O IR 302.4) rsportable quanilly of f pound, the release of 6 pounds of #his pr�oduot requires National Response Center notdication. * 11 * Section 7 - HANDLING Arid STORAGE * * * Handling Procedures Use methods to minimize dust. Avoid frequent or prolonged Inhalation of sawdust from treated woad. Wren sawing and machining treated wood, wear a dust mask. When power -sawing and machining, wear goggles to protect eyes from flying particles. Whenever posslble, these operations should be pdrformed outdoors to avoid indoor accumulations of airborne sawdust from treated wood, Avoid frequent or prolonged skin contact with creosote -treated wood; when ha idling the treated wood, wear long-sleeved shirts and long'pants and use gloves Impervious to thb chemicals (for example, gloves that are vinyl -coated). use protective skin cream on exposed skin before and during work shift. To reduce sun sensitivity a sun-blooking lotion (8PF 45+) can alao be jappiled prior to application of a protective cream. After working with the wood, and before eating, drinking and use of tobacco products, wash exposed areas thoroughly. If oily preservative or sawdust accumuiato on clothes, launder before reuse, wash work clothes separatoly from other household clothing. Storage Procedures No special requIrnments, page 3 of 10 issue bate oo/04/f 4 Revlsion 1.1800 Safety Darla shelet Material Name. CREOSOTE pRESSURE TREATED WOOD SL7S I1�: 002283�7 * Sectlon 8 - EXPOSURE CONTROLS / € ERSONAlL PROTECTION Exposure Guidelines croasote i t a complex mixture of variable composition, and while no odor threshold for creosote has been established, work done at the University of Califdrnla has rneasured the odor thresholds for one of the morel volatile components irr creosote and dotarmined thatthe involved odor threshold is in the part per blillon range, and well below applicable exposure limits. On the basis of these data the parceptlon of creosotea odor In and of itself should not be taken as an indication of exposure In excess of accepted exposure liml#s, Exposure'to wood dust would not be expooted under normal use conditions. if handling or use pattaim assoclated with creosote treated wood involve the use of a power saw, sander, drill or any tool or activity resulting In the generation of airborne particulate the following wood dust exposure limits should be observed and appropriate steps taken to nilnlmixea exposuf`0. Gomponant Exposure 1-imits WOOD BUST: HARDWOODS (Not Available) ACGIH.' 9 mg/m8 TWA (Inhalable fractfon, related to Wood dusts (all other wood dusts)) NtosFI: f mghn3 TWA (related to Wood duet, all soft and hardwoods) Mexico; t mglm3 TWA:LMPE-PPT (slated to Wood dus(s-hard wood) WOOD DUST, SOFTWOODS (Not Available) ACGIH: o.G mgim3 TWA (Inhalatle fmallon, related to Wood dust, western red ostler) dermal sensitizer;resplratory sensitizer (ratatod to Wood dust, western red cedar) NIOSH: t .mghn3 TWA (related to Wdod dust, all soft and hardwoods) COAL TAR PITCH volAT&ES (65996 93 2) OSHA (U5), 0.2 rng/m3 TWA (benzene soluble fraction) ACGIH: 0.2 mglm3 TWA (as benzene soluble 46r0ad) - Nib8H: o.'l mglrhh3 TWA (Cyclohoxand-extractabla fraction) Mexico: 0.002 mg1rn3 TUNA LMPE-PPT; 0.02 mglm3 TWAT LMPH-PPT (as Particulate pofycydic arorn&tic hydrocarbons) o.ol6 ppm STEt_ JLMPI -": 0.03 mghm3 STEL [LMPV-" ventilation Ensure adequate ventilation. Ensure complionea with applicable exposure limits. PERSONAL PROTECTIVE EQUIPMENT Eyes ! pace - ANSI Z87.1-1989 approved safetyglassos with side shields. Protective Clothing wear tightly woven long•5leevead shirts and long pants. Remove and launder contaminated clothing separately from other laundry before MUM Glove Recommendations Individuals roust wear gloves impervious to the wood treatment formulations In all sltuatlons cohere dermal contact with creosvta Is expected. protective Materlal `Cues Fyrmples of imparvlous rnatoriala for protective clothing (e.g. overalls, jackals, gloves and boats) required during application and handling of creosote are polyvinyl acetate (PVA), polyvinyl chloride (PVC). Neoprene and NsR (Bunn-N). Respiratory ProtectiOn If the applicable TLVs andlor PELs are exceeded, use canister or cartridge respirators, whloh are MSHPJNIOSFI- approved, with high-efflaloncy particulate €liters. Page 4 of 10 Issue Date, 09/04/1d- revision i.1800 Safety Data Sheet Material Naive: CREOSOTE PRESSURE TREATED WOOD SOS ID: 00228327 * Section 9 OHYSICAL, AND CHEMICAL PROPERTIES Phyalcal State- Solid Color: dark, brawn to black Physicar Form: Pressure treated poles and Odor: tar odor croastlas - treated at a retention isval of 7.9 WOW, with a wood density of.45.45 ibal(W. Pressure treated plilng - tr9a1ed at a retention level of 12 20 W/O, with a wood density of 45 lbslft3. Aotual retention level dependent on wood.stock, molsture levels, and customer speoificatlons. pHr Notavallable Freezing 1 Meiling Point: Not available Dolling Point, Not available Flash Point, Not applicable Ctecornpoeltion Ternperature; Not available Evaporation Rats: Not avallable Lower Explosive Limit: NotaVallable Upper Explosiv9 Limit: Not available Vapor Pressure: Notavallable Vapor Denslty: Not avallable Specr(lc Gravity (water-i). Notavallable WnterSolubility: Not available Log Kow. Not available Autdignitlon Temp.: Not available Visce3ily: Not available Volatility-, Not available * * Section 10 - S T A131LI lTY AND REACTIVITY Chemical Stability Stable at normal temperatures and pressure. Conditions to Avoid Avold heat, flames, sparks and other sources of Ignition. Avoid contact with Incompatible materials. {Materials to Avoid (incompatibilities) oxidizing materials, acids Decomposif ion Products carbon monwdda, carbon dioxide, oxides of nitrogen Possibiilty of Hazardous ReacitionS Will not nolvmeriza. __-- * * * Soclion 'I1'- CAI. INFORMATION * * * RTrCS Irritation The cuMponants of this material have been reviewed and RTECS publishes no applicable data as of the data on this document. Page 5 of 10 Issue bete 09104f14 Revision i .1800 Safety Data Sheet Material Name: CREOSOTE PRESSURE TRC-ATE© WOOD SOS ID: 00220327 Local Effects ' wooD DUST, HARDWOODS (Not Avallab10) Irritant: inhalation, skin, Aye W0013 DUST, SOFTWOOPS (Not_Avallabie) irritant: Inhalation, akin, eye COAL TAR CREOSOTE (8001-58-9) Irritant,- Inhalation* skin, eye Acute and Chronic Toxicity Component Analysis n LD50ILCBO The components of this material have been mvlewoct in various sources and the following selected endpoints are published: COAL, TAR cREOSOTE (8001-68.9) oral LD60 Rat 2524 M94(9 R-rECS Acuto Toxicity (selected) The components of this material have boen reviewed, end RTECS publishes the following endpoints; an -AL TAR CI BOSOT8 (8001-58-9) oral, 725 mglkg Oral Rat I-DG0 Acute Toxicity Level COAL. TAP, CREOSOTE (8001-•58-9) ModevatelyTpxic: ingestion Carcinogenloity (Product) OSHA; No NTP; Yes IARC: Yes (See below for additional information on component aarainogsn status) Component Carcinogen lcity WOOD DUST, HARDWOODS (NOtAvaifablis) ACCIH, All - Confirmed Human Carcinogen (related to Woad dusts -hard wood) N10814: potential occupational carcinogen (related to Wood dust, all soft and Hard woods) NTP: Known Human Caminogen (Select Caro€nogan, related to Wood dust, ali soft and hard woods) JARC, Monogmph 1000 [2012); Monograph 62 [1995] (Group 1 (oarcinoger;io to humans), tolaled to Wood dust, all soft and hardwoods) WOOD DUST, SOFTWOODS (Not Available) ACGIH: A4 - Not Classitiabie as a Human Carcinogen (rolaled #o Wood dust, western red cedar) NloaH: potential occupational cerolnogsn (related to Wood dust, all soft and hard woods) NTP., Known Human Carcinogen (Select Carcinogen, related to Wood dust, all soft and haul woods) [ARC: Monograph 1000 [2012]; Monograph 62 [1095] (Group 1 (caralnogenlo to humans), related to Wood dust, all soft and hard woods) COAL TAR CREOSOTE (8001-558-9) NOSH; potential occupational carcinogen e$7i: Ma IAARG; Monograph 92 [2©101, supplement 7' Monograph 8& [1Sfi5] (Group 2A (probably caralnogenla to humans)) RTECS Tunnarigenic The components of tills material have been reviewed, and RTECS publishes date for one or more components. RTECS Muitagenlc The components of this material have been reviewed, and RTECS publishes data for one or More Components. RTECS Reproductive Effects The components of this material have been reviewed, and RTECS pubilshes data for one or more components, Page a of 10 Issue [we 09104/14 Revision 1.1800 Safety Data Sheet sl)s ID: 00228327 Material Name: CRECISOTE PRESSURE TREATED WOOD Target Organs (PrOd"cf) respiratory systern, skin, eyes, immune systom (sensitizer) Target Organs (CampQnertts} WOOL) DUST, HARDWnoDs (Mot Availabfe) Immune system (sensitizer) WOOD DUST, SOFTWOODS (Not Available) Immune system (sensitizer) Medical Conditions Aggravated by Exposure used on Product and Component information respiratory disorders, skin disorders and allergies Additional information (Product) Thls product contains coal tar creosote. volume a6 of the IARC monograph states that there is limited avNence. that coal tar derived creosotes are carclnnpenio In humans and sufficient evidence for the caranogeniolty of creosQte in experimental animals. I-imltations in the human exposure studies reviewed by IARC (including the presence of other chemicals, small study populations and not well documented exposure levels) contributed to [ARC'S conclusions regarding human exposure to.oreosot& When applied to the skin of mice in experimental studies, orensote produced skin tumors and In one study produced lung tumors. ivlost available Information on the effects of coal tar creosote Inhumane comas from older occupational studies In the wood. -preserving and coustruction Industrlea. Today, with the use of engineering oontrols and personal protective equipmont, occupational exposure to creosote components Is expected to be below permissible exposure limits (measured as CTPVs). Wood dust is particles of varying Size produced from processing or handling wood. Cancer of the nasal cavities and sinuses is associated with exposure to hardwood dust, IARC concluded that then were too few studies to evaluate cancer risks attributable to exposure to softwood alone and to any particular species of woad. In view of the overall lack of consistent findings, IARC also concluded that there is no Indication that occupational exposure to Wand dust has a causal role In cancers of the throat, lung, lymphatic and blood systems, stomach, colon or rectum - Different woudo produce different health effects and there is evidence that wood from different trees of the same species can produce varying health effects, Woods other than Western Red Cedar (WRO) seem unllkeiy to be es. Other responsible for large �numbers is thataFe lass well described thancases of spiratory the common responses toWRC. These other wood specks asthma/pulmonary (e.g., oalc and pine) are considered somewhat allergenic. * * * Section 12 A ECOLOGICAL INFORMATION Component Anaiys9s - Aquatic Toxicity COAL TAR CRIwaSOTD (8001-58-9) t=tah: 96Nr LG60 grachydanio rerla: 2.9 - 6.8 rtrglL [slatic]; 96 Hr t C50 gncorttynchus Enykiss: 0.67•mglG [si&tie] Invflrtehrate: 40 Hr E;C50 Daphnis mu9na:1,04 mall-; 4$ Hr EG50 Daphnia rnagna: O,tT65. 0.082 mg)L [Static] Page T of 10 issue Date os104114 Revision 1.1800 ,Safety Data Sheet Sns ID: 00228327 Material Name: CREOSOTE PRESSURE T12EA rED WOOD Section 9s a DISPOSAL CONSIDERATIONS Disposal methocis Dispose in accordance with ail applicable regula#tons. Treated woad should not be burned In open ores or In Dispostoves, fireplaces or a with residential boilers, because toxic ohemicafs may be produced as part of the smoke and ashes. Treated wood frorn commercial or Industrial use (e.g., con$truotlon sites) fray be burned only in oommercial or Industrial inolneratars or boilers in accordance with state and federal regulations. For more Information please see 1,6oppnm Consumer information Sheet for Ihls product. Component Waste Numbers COAL TAR CREOSOTE (8001.584) RCRA: Waste nurrrber U051 Soction 14 P TRANSPORT INFORMATION US DOT Information No Classification assigned. TOG information No Classification assigned. ICAO Information Na classiffeation assigned. IATA Informat[On No classification assigned. IMDG Information No classificakion assigned. * * * Section 15 - REGULATORY INFORMATION � U.S. Federal Regulations This nnaterl$i contains one or more of the following ohemloafs required to be Identified under SA AS Sections 3021304 (40 CYR 365 Appendix A), SARA Section 313 (40 CFR 372.65). CERCI.A (40 CFR 302A), T8QA 12(b). andlor iequirs an OSHA proo$ss safety plan. COAL. TAR CRlwbso' 9 (8001-98-9) .&A RA 313: U,t °% de rninimis concentration G E:3,Ci A: 1 Ib final RQ: U 46q Ecg final RGZ SARA 3g11312 Htazardaus categories (40 CFR 37'0 Subparts IB and G) Acute Health: Yes Chronic Health: Yes Fire: No pressure: No Reactive: No IJ.S. State RegUlafJctns The following components appear an one or more of the folIawiftg state hazardous subsk€ —N Ilsta. WOAD L1UST, HARDWOODS Cralated to: N and hard woods) (3related to: Wood duats-ha WOOD DUST, SOF'[ WOODS Vrajated to: UV acid herd woods) GAS# GA MA MN NJ PA lood dust, all soft Not Avaifable No No Yes' Yes' Yes' rd woad) cod dust, all soft Not Aua11able ffo No Yes' Yes' ND 8001-58»9 Y©s Yes Yes Yes Yes are t rovidad under tlia California Safe Drinking Water and toxic Enrorc urnp� 1986 (Proposition 86): WARNINGThis product contains a chemical known to the state of Callfornia to cause cancer. page 6 of 10 ISsu® ©ate 001(14114 Revision 'I .'i 800 Act of Safety Data Sheep Material Name; Ci E©Sl�TE PRESSURE TREATED WOOD SDI III: 8D228327 Canadian Reaulat ions wHMIS Classification Not a Controlled Product under Canada's Workplace Hazardous Material lnfarmation System. WHMIS Ingredient Disclosure List There are no oorriponents listed on the Ingradtent Disclosure List. Canada Inventory Information (Product) This product is exetnpL U.S. inventory (TSCA) Inrormatfon (Product) This product Is exampL inventory Status (Components) Component Analys€s - lnventdt'y Yes [7s1_ VO-81 DSL Section 16• -OTHER INFORMATION � 5urnmary of Changes Updated. 01412014 MSDS SUMMARY OF CHANGES SECTION 11 TOXIGOLOGICAL INFORMATION SECTION 'its REGULATORY INFORMATION Review Date 914120/4 Key I legend ACGIH - American Conferenas of acvernrnenial Industrial Hyglenlsts; At3R. - European Road Transport; AU Australia; aota - Hloohemicai Oxygen 138rnand; C _ Coislus: CA - Canada; CAS - Chemical Abstraots Service; CERCLA - Comprehensive Environmental Response, Compensation, and LIabllityAu`t; CN - China; CPR - Controlled Products Regulations; Df G - Deutsche f"orschungagetrisinsof)att; DOT - Department of Transportation; DSL • Domestic Substances List; ERG - European Economic Community; EINECS - RuMI30an Inventory of Existing Commercial Chemical Substances; EPA - Environmental Protection Agency; EU - European Union; F - l;ahf6nheit; IARc - International Agency for Research on Cancer; IATA - International Air Transport Association; ICAO -international CIVII Aviation Organization; IDL - Ingredient Disclosure list; IDLH - Immediately Dangerous to Life and Health; IMDG - International Maritime Dangerous Goods; rnP V Japan; Kow - Ootenollwater partition coefficient; KR . #4orea; LE- - Lower Explosive Limit; LOLI - Llat Of Llsts ChemgbVISOW9 Regulatory Database; MAK - Maximum Concentration Value In the Workplace: iviEL - Maximum Exposure Limits; NFPA - National Fire protection Agency; NIOSH - National institute for Occupational Safety and Health; NJYSR - Now Jersey Trade Secret Registry; NTP . National Toxicology Program; NZ - New Zealand; OSHA- Occupational Safety and Health Administration; PH - Philippines; RCRA - Resource Conservation and Recovery Act, RID - Eurapean bail Transport; RTECS - Registry of Toxic Effects of Chemloai Substances®; SARA - Suparfund Amendments and Roauthorizallon Act; STEL - Short-term Exposure Limit; TL)G - Transportation of Dangerous Goods; TSCA - Toxic 5nbstances Control Act; TWA -Time Weighted Average: UEL -tipper Explosive Limit; US w United States Page 9 of 10 Issue Data 09104//4 Revision IA800 - Safety Data Sheet Material Name: CRFOSOTE PRESSURE TREATED WOOL) SIDS Ip: 8022-8327 Other Informat:ioin The information sot forth in this Safoty Data Sheet does not purport to be ail»inclusive and should ba used only as a guide. While the Information and recc nmendaI!Qns set forth herein ara believed to be accurate, the cornpany makes no warranty regarding such Information and recomm©ndations and disclaims all liability from reliance thereon. "RTEOSO" is a United States trademark owned and licensed under authority of the U.S. Government, by and through Acceirya, Inc. Portions Ocopyright 2014, U.S. GovernmeoL All rights reserved. End of Sheet 00228827 - • , Pala 10 of 10 Isaua 1]ata 0g10419d Revision 1.1800 CREOSOTE PRESSURE -TREATED WOOD CONSUMED INFORMATION SHEET CONSUMER INFORMATION * This wood has been presoived by pressure treatment with a U. G. Environmental Protection Agency (EPA) - registered anti-microblall pesticide product containing creosote. Creosote pressurstreated wood provides protection against attack by fang], insects, and marine burets, Grsosote remains In the pressure -treated wood for a long tittle. PrQlonged or repeated exposure to oro- osote .may present certain hazards, Therefore, the fol- lowing precautions shvuld be taken both when ban- dfing creosote -treaded wood and deiormining whoro to use It. This Consumer Information Sheet Is not meant to replace the Material Safety Data Shoat (M8I38) for ore- osote pressure -treated wood. The MSDS must be read and understood boforo handling creosote pressura- treated Wood Use Site Precautlons for Croosato-Tecmted Wood Crsosole-treated wood commodities must only be used for thane applicadoas included In rho American Wood Protection Assoolallon (AWPA) use catagorystand>irds as set foM In the most current edition 'of the AWPA Booh of Standards_ For more informatfon, contact the treater an"r the AWPA. Croos€rt$ treater) wood is for exteriorloutdoor uses only. Graosote-troated wood should not be used whore it Mil be in frequent or.prolongod contact with skin. Do not use erd4sote-treated wood for farrowing or brooding facllftles. Do not: use oreosote-troated wood when the preserve- tive may becoMe a component of animal food, ouch a8 s-tructuree used for storing slfago food for cattle. Do not use creosote -treated wood where theme may be direct contact with domestic anirnafs or• Ifvestook which may orlb (bite) or Ilolc the wood. - Do rwt use creosote -treated wood for cutting boards, countvrtopa, and construction materials for beehives. Go- not use oreosote-treated wood where it may come in direct or indirect -contact with public drinking water for htiman and domestic anir64ls or livestock, eXc6pt for uses Involving Incidental contact such as docks and bridges, Althaucdh generally not recommended, If creosote #reat- ed wood Is to be coated orsealed, the wood must be clean and dry before applying the coating material. The only roGornmended coatings are a water-basod pigmented emulsion and aloohol-based ehelfac products. Consumer H+andlin9 Preoautions far Creosote- Tirtated Wood Dispose of creosote -treated wood by ordinary trash collection services. Greoeote-treated woad should not be burned In capon fires or in stoves, fireplaces, or rost- dvntial boilers. Creosote treated wood may be burned only in commerciAf or Industrial incinerators or bollars In acoorda, noo with Federal and Mate regulations. Avoid frequent or prolongad Inhalation of sawdust from oreosoto-treated wood. When sawing and machining (Inefudes, but riot (united to dfillfng and adz gutting) the wood, wear a dust mask. Whenever passible these machining operations should be performed outdoors to avoid Indoor accumul'atlon of airborne saWdustfrorri tiro oreosote-treated wood. When power -sawing and maWning,, woar goggles to protect eyes from flying pattfcies. Avoid frequent or prolonged skirt with creosote Treated wood. When handling the treated wood, wear long- sleovoci shirts and long pants and use glove$ rated as bhemical resistant by the manufacturer After working with creosote -treated wood, and before eating, drinking and use of -tobacco products, wash exposed areas thoroughly, If oily preservative or sawdust accumulates on clothes, launder before reuse, Wash work clothes soparately from other household clothing. This Consumer Information Shoot Is being distributed with braosote pressure -treated wood as part of the wood treating Indu3try's voluritary caneumer awareness program, whioh EPA approvocl In 1986. Since that time, EPA has completed a aomprehonstve reregistration review of creosote, oreosote registrants have voluntarily eliminated all non -pressure traat men# uses of oreosote; and eertalr) American Wood Proteotlon Amoclatlnn standards have changed (far exarm- ple, the eltrnlnation of oreosote treated wood block flooring). This updated Gonsurner Information Sheet reflecrts these developrnortta. K-CIS-001 R01 02,11 APPENDIX D General Conditions of the Construction Contract Removed. See Attachment E APPENDIX E Standard details STANDARD DETAILS 344120 D621 Street Luminaire-Pole and Fixture Details ® 344120 D622 Street Luminaire-Foundation Details ® 344120 D623 Street Luminaire-Connection Detail 0 344120 D624 Street Luminaire Conduit and Ground Box Details 0 344120 D625 Street Luminaire Pedestal Details 0 344130 D633 Street Name Details 0 344130 D6XX Sign Post Detail m 34 71 13 D660 Traffic Control Typical Installation 34 71 13 D661 Traffic Control Typical Signs and Barricades 0 344120 D672 School Zone Flasher and Sign Detail N� Pilo ao9 r� CI 0.4 � @@Ng -5 w S F n s 1-0 � 5 t� a a N- As 6. Fa- x _ a Ly D O Lid w 0 0- b m� M m n.� m sag8 ��� 4 � yr 5e �"+:m ism ��z � � ti �� C� �1 � �F n m �m a�Tomamm'tou+s,eo� ro � ��� m m m o n n m m n n •n q n M d 1ki k kk:rk«kk H€v�ivk �r :v q � Sa io o n b b m m Fn b b m b o a !i � �� t- !• � � ,- r F � r H F F r G 9 LL L�g1 � � C as AW A Amm All m f h .4o t - A z �g U= z WEI o e z s8109 a9 �m sly a u ; nip, a p OZSM1 � iti V/ lsl N6 u G� btl , - m 1 iCl �j lZ w 1 y LLJ LLM 0 0 o -J LU LLI.-Z oLLIZ r �Uz gm OR 0-F µµ Pa .a m� slil > I I t u I � I 4-a _1-'4 0 � � a jjII F � �I Qg ys owgT Sa 2 WH W�Vy o�� pp� Cq u Gi �izi L: d�g� ,u HISS �€off a � F 0. F d N CD LLL CA o m EL CV 0 NEG. N fV Zo 0 a M d a. a)K W d q LdLU ?� o LL dLL1N dw 8 r J d $ © K !!1 W 4 ao l-¢ z a w wJ[ Ld z Of =w- a ^' a ED O w LA � z ui LL .w O > LLB _®uj N 0 LH2 1 W 5 'MR, it a °d JJa 9 fl z fl 1--1=� -j in R Z J -,�7 J 1- q r�i Cl W J a` G 7HZW-L'i NFJLLJO�L P9 Ld IL a� cr G T7 {1 E2 �3 9 WJ < J -t !-LS pC Wz T d �pi c ze S n BgE N Pk grn H � 1 Z Ft FI a K1 a � � � R BUMS. m I pill k"'+��vl A p d s } u'a W $� W �ida �N N 9 d M y � is ❑ ii ¢ e. WW hhh� �a19 W ZZV 12 is ROD v m a o yob n' S �S� pZ R a� 0 z 0 cu - u 'Z LLI 2 C/I x� Q Q LU �q r! ¢� Z W TKO Li fL w � 3 ri HBri Q tj uuC%j RYE M (V w I u � � N Ce3 y e S T 4q�� F o W � �L o N o �a rewd 6 1 L� 12 a .� x LL ku I" LIJ CO qq 3 zz 0 Lu FFFF �8 i-v r A. DMLH911 t� Dnmm Lt r�Fr��aip .L tw �X u.o 3 V 0 ¢q}aJ-a. rL �11L14EV'1 h a 1.0 � H p o MI i pE]q ism i gag a .. w a nd �05 d REM e� AZ 3LUM ffigg (� Iluiri :41vu- F N LU s ECL a W z N !aA U W t2 :51U1 CD o w U w w a -EJ n jz I L_` o a c3�tdtj as rc to ( w �a is quQ IN I ~ Q J wF — a la I ui cc w a J [L z 1Ld fix > Q F- mLU ® — �e 0 ® lz a LU F w J �rocr 1 V / N i�..1 } C! yq Lj" p 4!2p'l � � o zIm �jf � r4 5¢ a� m In u um CD z CD cu allo � x Y A x WQ s I-f-! $ rc >? a F F I N I yo ��r'y'o�..5 j3 13 Ld Lz Q��� H Y ��; a N Sp a a � � � 'a v } t ��i ou-l�1ox'�� � 3 © $ � e ��� 8n� a � N cn W �� W � ❑ op �� a � Ertl � ®8iu. a g z�� �g U w o wig to 6 W yet �WpCpJ(�W K P1O P'il - o G NO A n t Me & m I a CD C � J N Q 5 C] N 0 N x a O a LI � o N a Z Lei! I.] Z 0gzg O u V Q F g w = In ¢ FFW W 'J Yyyyya�3����r�S w * Ki a�u 0 wWW 0 iqq0 P.[z u -C� �q—j N N i 'h V coo I� one � od N O ZgP O Z� a x V3�g ��mgrTrdDim cJ ri 4 Ld F- 0 p- o LL a p w U V) ��ri�nij6�-mbn s zw zsr o a �o 91 g d Ell HU- ild�o& 5g$a'a. naZ z v INS" � �Q ��g� �0� ��y� �� ���� �EPA � � ; 6 12 Yi�• g��'d 6' �'" $ Ew I1 y � � gg ����Fig g�CLozs'n Nlu ia fila Pei of 4 d d n } 3 .6 ,i eF DD COP [il a 0 m-q gutj 411 J� �q �x Y pJ# 8 o n y � � FGYq � 3:14� AFF3�A1Yd Qk�* g Q $x m>A mmp n m » LLI LLo '� fa cD c) ® a�� 9 gN LLA _.` g. 04 NS lytv 4-4 pp�,.ryI{4 0��ir y7 U �jkd N �v-2 uj SON mm�a r 3 I cV � s LO N I r V) z a� J � a� h a? 1] 6 0 f�a7 O �x a 3 I � O i $ a � " qw Bt m t o N 1 Rfl 8 Ln o F- 0) V— Lip) w ED U. Z Z J Q �W Oon U p r Qc 1L �0z [af 2 N h b NI t, .IN3WU38W3 a� jif m DOI- �3 6d 2 � Ez �o �" ra 7 W 1L p .O K3 70 �y A M tit � ¢yU � O pz I � oo � o zQ Oil W Q w n d O � �ii O ta���zrca w ,4, W O �IZU Z 2: 130.Wyg e�m ace si vi 2 H m APPENDIX F Technical Specifications Roadway illumination Specifications 344121 ROADWAY ILLUMINATION ASSEMBLIES 34 4120.01 ARTERIAL ROADWAY LUMINARIES 34,4120.03 REDSIDENTIAL ROADWAY LUMINARIES 344120-1 ROADWA.YiLLUMINATIONAP ;S$M131 IFS 'age I of 12 1 SEC` IO.tVN 34 4120 2 ROADwAy ILLUMINATION ASSEMBLIES 3 PART I - GENER.A.L 4 1.1 SUNZNLA— 2y 5 A. Section Includes: 6 1. Roadway illuminatian assemblies 7 2, Roadway illumination fowidations 8 3. Removal of roadway illumination assemblies 9 4. Relocation of roadway illumination assemblies 10 B. Deviations from this City ofFoit Worth. Standard Specification 11 1. None. 12 C. Related Specification Sactions 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 03 30 00 — Cast -in -Place Cotorete 1.6 4. Section 33 05 10 —Utility Trench Excavation, Embedment and Dackfill 17 5_ Section 33 05 30 —Location of Existing Utilities 18 6. Section 34 4110 Traffic Signals 19 IA PI CE, AND PAYMENT FROCEDURI' S 20 A. Mcasur=ent and Payment 21 1. Roadway Illuminatiozi Assemblies 22 a. Measurement 23 1) Measurement for this Itein shall be per each Roadway Illumination 24 Assembly installed. 25 b. Payment 26 1) The work porformod and materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Rdwy Ilium A.ssuibly" 29 installed for: 29 a) Various types 30 c. The puce bid shall include: 31 1) ftnishing Roadway Illumination Assembly, if acquired 32 2) Assembling and installing each Roadway illumination Assembly 33 3) Poles 34 4) Arms 35 5) Anchor bolts 36 6) Pixhlr•es 37 7) Interrial electrical conductors 38 8) Connection and mounting hardware 39 9) Bases 40 10) Lamps CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS itevlsed ]7ecember20,2012 344120-2 ROADWAY 1L1.UMINA.'iTON ASSEMBLMS Page 2 of 12 X 11) Preparing submittals 2 1.2) Exploratmy excavation (as needed) 3 13) Coordination and notification 4 14) Assembly and hanspw-tation of all itoms 5 15) Excavation, hauling, disposal of excess material 6 1.6) Protection of the vxcavation. 7 17) Clean-up 8 18) Testing 9 2, 01namoiltal 711umination Asseznblios 10 a. Meama.erment if 1) Measurement for this Item shall be per oaob Ornamental Assembly 12 installed. 13 b. payment 14 1) The work performed and materials fzmisbed in accordance with this Item: 15 shah be paid for at the unit price bid per each "`Ornamental Assmbly" 16 installed for: 17 a) 'Various types 18 c. The price bid shall include, 19 1) Furnishing Ornamental Illumination Assembly, if required 20 2) Assembling and installing each Omamental Assembly 21 3) Poles 22 4) Aims 23 5) Anchor bolts 24 6) Fixtures 25 7) Internal electrical conductors 26 8) Connection and mounting hardware 27 9) .Bases 28 10) Lamps 29 11) Propating submittals 30 12) Exploratory excavation (as needed) 31 13) Coordination and notification 32 14) .Assembly and transportation of all items 33 15) Exoavation, hauling, disposal of excess m0orial 34 16) Protectionn of the excavation 35 17) Clean-up 36 18) Testing 37 3. Lighting Fixtures 88 a. When a pay item for Miunination Assembly exists, 39 1) Measurement 40 a) This Item is considered subsidiary to Illumination Assembly 41 installation. 42 2) Payment 43 a) The work perfformed and materials furnished in accordance with this 44 .item are subsidiary to the unit price bid per each `Rdwy Illum 45 Assmbly" or "OrtiamentalAssinbly" bid, and no other compensation 46 will be allowed. 47 b. When a pay itom for Illumination Assembly does not exist: 48 1) Measorement 49 a) Measu:rGment for this Item shall be per each Lighting Fixture installed, Ctry OF FORTWORTH A'MD"D COAT RUC:i' ON SPBC1FiCA'1 ON DOCIiMMTS Revised December20, 2012 34 4120 - 3 ROADWAY IL%T1M NATION ASSEMBLIES Page 3 of 12 1 2) Payment 2 a) The work porfonned and materials fuunished in acoordance with this 3 Itom shall he paid for at the unit price bid per each "Lighting Fixture°' 4 installed for: 5 (1) Various types 6 (2) Various power 7 3) The price bid shall inolu.de; S a) Furnishing Lighting Fixture, if required 9 b) Assembling Lighting Fixture 10 c) Wiring connections 11 d) Disposal of any unused or replacod materials 12 0) Clean-up 13 4, Roadway Illumination Foundations 14 a. Measurement 15 1) Measurement forthisItem shall be per• each Roadway Illumination 16 Foundation installed. 17 b. Payment is 1) The, work performed and materials furnished in accordance with this Item 19 shall be paid for at the unit price bid per each "Rdwy Illurn Foundation" 20 installed fox: 21 A) Various types 22 c. The price bid shall include: 23 1) Installing each Roadway Illumination Foundation 24 2) Reinforcing steel 25 3) Exploratory excavation (as needed) 26 4) Grounding rods 27 5) Coordination and notiIlcatiaa 29 6) Excavation, hauling, disposal of excess material 29 7) protection of the excavation 30 9) Clean-up 31 9) Testing 32 5. Contact. Enclosure 33 a. Measurement 34 1) Measurement for this Item shall be per each Contact Enclosuro installed. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 shall be paid for at the unit price bid per each. "Contact: Enclosure" installed 3s for: 39 a) Various mounting methods 40 c. The price bid shall include: 41 1) Furnishing and installing Contact Enclosure 42 2) Mounting.matorials 43 3) Clean-up 44 6. Furnishing and Installing Wood Light Pole 45 a. Measurement 46 1) Measurement for this Item shall be per each 40' Woad Light Pole furnished 4.7 and installed.. 48 b. Payment MY OILFORT WORTH sTANDAP,Dco1V uuCTIONsPEciF1CATIONIDOCilmENTS Revised Deaembor20, 2012 344120-4 MOADWAYILLU1l1INATION ASSEMMIES Page 4 of 12 1 1) The work petfbitned and materials furnished in accordance with this Item 2 shall be paid for at the unit price bid per 40' 'Wood 3 Light Pole". 4 c. The price bid shall include: 5 1) Excavation 6 2) Furnishing and installing each 40' Wood Light Pole 7 3) Furnishing, placement- and compaction of bacicfill 8 4) Clean-up 9 7. Furnishing and Installing Wood Light Pole Aim to a. Measurement 11 1) Measurement for this Item shall be per each 8' Wood. Light I'olo Ann 12 fin-Ashed and installed. 13 b. Payment 14 1) The wont perforined fad materials 1u nished in accordance with this Item 15 shall be paid for at the twit price bid per each `T'urnisb/InStall 8' 'Wood 16 Light Pole .Arm'. 17 ' e. The piieo bid shall include: 18 1) Furnishing and installing each 8' Wood Light Pole Ann 19 2) Cleanup 20 8. Aluminum Electrical Conductors 21 a. Measurement 22 1) Measurement for this Item shall be per linear loot of Aluminum Electrical 23 Conductor installed. 24 b. Payment 25 1) The work pert-ormed and materials fin -fished in accordance with this Item 26 and ineasured as provided under "Measurement" will be for at the unit 27 ,paid price bid per lineal` foot of "Blum Elec Conductor" installed lox: 28. a) Various Sizes 29 c. Thy; price bid shall include. 30 1) Furnishing and installing Aluminum Electrical Conductor 31 2) Testing 32 9. Conductor Reconnection 33 a, Measurement U 34 1) Measurement for this Item shall be per each conductor reconnected. 35 b. Payment 36 1) The work performed and materials fumf shed in accordance -with this Item 37 shall be paid for at the unit price bid per each'aecomeet Conductor", 38 c. The price bid shall include: 39 1) Rocauneotion of conductors using City approved method 40 2) Testing of connection 41 10, Street Light Pole Removal and Salvage 42 a. Measurement 43 1) Measurement t'or this Venn shall be per each Street Light removed and 44 salvaged. 45 b, Payment 46 1) Ile work perfaimed and materials furnished in accordance with this Item 47 shall be paid for at the unit price bid per each "Salvago Street Light Pole" 48 performed, 49 e. The price bid shall include: CITY OF TORT WORTH STANDARD CONSTRUCTION SPBCIIFICATION DOCUMENTS Revised Dme nber2o, 2012 344I20-5 ROADWAY ILLUMINATION ASSI3MBLIES Page, 5 of 12 1 1) Removal and salvage of Street Light Pole 2 2) Maintain existing street light circuit including new ground box and 3 reconnection of circuits (if required by City) 4 3) Removal of existing skoot light pole foundation 2' below grade, back fill 5 with like surrounding material 6 4) Delivery of salvaged materials to appropriate location 7 5) Mean ap 8 11. Street Light Pole Relocation 9 a. Measurement 10 1) Measurement for this Item shall be per each Street Light Pole removed and 11 salvaged. 12 b. .Payment 13 1) Thu work performed and materials furnished is accordance with this Rom 14 shall be paid for at the unit price bid per each "Relocate Street Light: Pole" 15 performed. 16 c. The price bid shall include: 17 1) Removal aird salvage of fteat Light role 18 2) Delivery of salvaged materials to appropriate Iocatiwi 19 3) Replacement of pole to now location 20 4) Famishing, placement and compaction of backlill material 21 5) Clean-up 22 1.3 REFER)C' MC:.E+ S 23 A. Reference Standards 24 1. Reforonco standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at, the end of this 26 Specification, unless a date is spoeifzcally cited. 27 2. National EIectric Code (NBC) 28 3. Texas State Law, Article 1426C 29 1.4 ADAvMSTRATM REQUIREMENTS 30 A_ Coordination 31 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the 32 project. 33 2. Notify inspector prior to potwing roadway illumination assembly foundations. 34 3. Coordinate with Traffic Services fnspeetor for polo types, template dimensions and 35 anchor bolts, and any questions about installing the foundations and conduit. 36 4. For location of City underground street luminaire, cable and condult call (817) 392- 37 7738 or (817) 392-8100. 38 S. Obtain and pay for all permits as requited to Work in parkway. 39 B. Preinstallation Meetings 40 1. Attend pre -construction meeting. 41 1.5 SUBMITTA7..,S 42 A. Shop Drawings will be required for each 11112lnination Assembly and shall include: �3 1. Material Data CITY OF FORT WORTH STAkWARD CONSTRUCTION SPECIRCAi'[ON DOCUMBNI'S Revised December 20, 2012 344120-6 ROADWAY ILLTIIVIWATION ASSENDLM Page 6 rf 12 1 2. Pole diinezisions and. data 2 3. Luminaire am dimensions and data- 3 4. Attachment details 4 5. Fixturos 5 6. Base details 6 7. Anchor bolt data. 7 8. Wall thickness 8 9. Permissible loading and allowable stress 9 I3. Product Data submittals shall be in accordance with Section 01 33 00. 10 C. All submittals shall be approved by the Engineer or the City prior to delivery andfor 11 fabrication. for specials. 12 71.6 ACTION SUBMITTALS/MORMATIONAL SUBMITTALS 13 A. -Product Data Skeels 14 J. Submit product data sheets for• roadway illumination assemblies to City for 15 approval prior to ordering nraterials. 16 :1.7 CLOSEOUT SU TMTTALS 17 A. Warranty Documentation 18 1. Provide manufacturer warranty .infbimation to the City. 19 1.8 MAINTENANCE MATE, RTAL SUBMITTALS INOT USED] 20 1.9 QUALITY ASSURANCE [NOT -USER) 21 1.10-DELIVERY, STORAGE, AND ffANAL]NG 22 .A.. Storage and Handling Requirements 23 1. Parts shall be properly protected so that no damage or deterioration occurs during a 24 prolonged delay from tho time of shipment until installation. 25 2. Exposed anchor bolts shall be protected until pole shaft is installed. 26 3. Prevent plastic and similar brittle items from being exposed to dircet sunlight and 27 cremes m temperature. 28 4. The Contractor shall secure sand maintain a looation to store the material in 29 accordancewith Section 0150 00, 30 B. Delivery and Acceptance 31 1. Contactor and Inspector shall 'visually inspect roadway illumination assemblies 32 after removal to determine the condition of the hardware. 33 2, Contractor shall protect all salvable material during transport to City specified. 34 storage facility. 35 3. Delivered material must be in the same condition after removal, as agreed upon by 36 Contractor and Inspector after removal. CITY 012 FORT WORTH s-rANDA" CONSTgUCTION SMCfFICAITIONDOCUMMTS Revised Dccembe{ 20, 2012 344120 - 7 ROADWAY ILLUMINATION ASSEMBLID8 raga 7 of 12 1 1.11 FIELD [S3TEJ CONDMONS [NOT USED] 2 1.12 WARRANTY 3 A. Manufacturer Warranty 4 1. Maul ofacturer's warranty shall be in accordance with Division 1. S PART 2 - PRODTJCTS 6 2.1 PRODUCTS TO DE PURCHASED FROM THE CITY 7 A. Refer to Drawings and COnfraof Documents to datermine if any Items arc to be 8 purchased from the City and installed by the Contractor. 9 B. Items eligible for purchase frolic the City hiclude: 10 1. Roadway illumination poles 11 2. Contactors 12 2.2 ASSEMBIJE8, EQU]PN NT, PRODUCT TYPES, AND MATER1vALS 13 A. Manufacturers 14 1. 0Wy the manufacturers as listed in they City's Standard Products List will be 15 considered as shown in Section 0160 00. 16 a, The manufacturer mast comply with this Specification and related Sections. 17 2. Any product that is not listed on the Standard Products List is considered a is substitution and shall be submitted in accordance with Section. 0125 00, 19 B, Description 20 1. Regulatory Requirements 21 a. All Work related to the installation of roadway illumination assemblies shall be 22 in compliance with the National Electric Code (,[ABC). 23 2. Roadway Illumination .Assemblies 24 a. Poles, wins, light futures and lamps shall conform to City Standard Details. 25 b. Ornamental Assemblies 26 1) Refer -to Dratvings for ort amental pole specifications. 27 c. Lighting Fixtures 28 1) Refer to Drawings for lighting fixture specifications. 29 d. Foundations 30 1) Concrete shall conform to Section 03 3 d 00. 31 a. Wood LightPole's 32 1) Wood Poles for eleostrical service shall be ANST Class 5 treated timber. 33 a) For other applications, Class 2 treated timber is allowed. 34 2) All treated wood poles shall be fiee from pith boles. 35 a) Trimmed scars are allowable up to a depth of 2 inches in poles up to 10 36 inches in. diameter. 37 b) Sears 115 of -the pole dimucter at the sear location will be allowable for 38 wood poles larger than 10-inches. 39 3) Wood poles shall not deviate from straight more than 1 inch in 11J feet of q.0 lenA. 41 a) Only a single sweep shall be permitted. CITY OF FORT WORTH STANDAR)) CONSTRUCTION SPECM- CATION DOCUM13NTS Revised Deomb"20, 2012 344120-5 ROADWAY ILLUA4NATION ASSki OLM. Page 8 of 12 1 b) A straight line; adjoining the midpoint of the pole at the butt with the 2 midpohit of the pole at the top shall not at any intermediate pass 3 tbrough the external surface of the pole. 4 o) only a single twist of spiral grain will be permitted. 5 4) Butt slivering due to felling; shall be permitted if the distance from the 6 outside circumf-brence is not less than V4- inch and the height is not Inore 7 tb.als 1 foot. g 5) Timber shall be treated for preservation inaccordance with AWPA C4 9 pressure treatment methods. 10 a) The poles shall have the minimum net retention of preservative 11 treatment shown in the following table: Treatment lYfinilnum Retention ounds per cubic foot) Creosote 9.0 Pentachloro henol 0.45 AWCCA 0.6 12 6) Polo Markings 13 7) .All markings shall be in accorclattoe with the following table: 14 a) The bottom brand shall be placed squarely on the face of each pole 10 15 feet from the butt. 16 1'7 18 19 20 21 22 23 24 25 26 27 2� 29 30 31 32 33 34 3. Markin DeSeri tio- Uf w9-4— Supplier's code ar-ft-ademarlc (ie. Pole Treating PTC Courpan Plaut location and year of treatment (ie. Forestville, F-•01 2001 Species and preservative code Qe. southeropine, S1,C creosote 5-35 Class -�ength (ie. Class 5, 35-foot pole) S) A treatment certification will ba required with each shipment of treated timber poles including: a) Name of treatment company b) Location oftreatment- plant c) Applicable product standaxd (AWFA C4) d) Chalgonuzrrber e) Date of- tre attaent f) Contents of charges (poles) g) Preservative treatment h) Measured Preservative retention values f. Wood Light Pale Arias 1) Refer to City Standard Detail Drawings for light polo arrni specifications. g. Aluminum Electrical Conductors 1) Refer to Drawings for conductor sizes 2) Use stranded insulated conductors that are rated. for 600 volts 3) Approved for wet locations 4) Masked in aceox dance with. UL, NEC, and CSA requiroments Roadway illumination pole foundations a. Foundations shall be Class C (3000 PSI) concrete. CITY OF .UORT WORTH STANDARD CONSTRUCTION SPRCIPiCATIONDOCUMENTS Revised December 20, 2012 344120-9 ROADWAY 1LLUMINATJ0KAS3.RMJ3LWS Page 9 or 12 1 1) Refer to Section 03 30 00. 2 b. Foundation shall be 24 or 3 0 inches in diameter unless shov,�lx oth0 ise in the 3 Drawings. 4 2.3 A.CCESSOMS [NOS'USL+D] 5 2.4 SOUIt.CE QUALITY CONTROL G A. Tests and Inspections 7 1. Notify the Traffic Services Division Inspector 24 hours in advance (between 8:00 8 am and 5:00 pm) of all concrote pours at (817) 392-7738. 9 a. Inspector must be present when concrete is placed on the Project Site. 10 - PART 3 r EXECi7'I'XON 11 3.1 EXAIYS NATION 12 A. Verification of Conditions 13 1. Contractor skull verify by exploratory excavation, if Xreeded, that existing 14 underground utilities are not hi conflict witli proposed foundations. 15 a. All exploratory excavation shall conform to Section 33 05 30. 16 2. Contractor shall contact the following entities at least 48 hours in advanoc of 17 excavation:: 18 a. DIG TESS 19 b_ City of Fort Wortb Water Depat-tmcnt 20 c. City of Fort Worth T/P'W Department 21 3. No additional payment will be :made for relocation of any foundations or conduit 22 due to location of existing utilities. 23 4. The Engineer may shift an assembly's location, if necessary, to avoid conflict With 24 utilities. 25 3.7, PREPARATION 26 A. Protection of In -Place Conditions 27 1. Contractor shall be responsible for the following at no additional cost to the City: 28 a.. Prevent any property damage to property owner's poles, fences, shrubs, 29 mailboxes, etc. Any damaged property will be restored as directed by 30 Engineer, 31 b. Adjust and repair any existing landscaping and the sprinkler systems as directed 32 by the Engineer to allow for the placement of all roadway illumination 33 equipment. This shall be done in a manner equal to or better than the areas 34 adjacent to the damaged areas. 35 c. Provide access to all driveways during construction, unless authorized by the 36 inspector, 37 d. Protect all underground and overhead -utilities and repair any damages. 38 3.3 INSTALLATION 39 A. Foundations CITY OF I'ORT WORTH STA1+iI3ARD CONSTRUCTION SP13CIFICATIONI)OCU TS Ruvised Aeoomber 20 2012 34 4120 -10 ROADWAY ILLUMINATION ASSHNfflLW-S Pige 10 of 12 1 1. Dimmsions shown on Drawings for locations of street light foundations, conduit 2 and other items may be varied to xn.eet local conditions; subject to approval of 3 Engineer. 4 2. Foundation piers shall be drilled plumb. 5 3. The top of foundation shall be, poured level. 6 4. The top 3 inches of the exposed pier (height) above punished grade shall have tho 7 sonotabe removed. 8 5. Anchor bolts shall extend above the top of the foundation concrete as shown. an 9 Anchor Bolt Detail. 10 6. Anchor bolts, ground rod, reinforcing, and conduit shall be in place before pourrxrg 1.1 concrete in pier foundations. 12 7. Pier founndations shall have 1 continuous concrete pour. 13 S. Foundations shall have a chaxnferred edge (beveled) at the tap, 14 9. Top of foundation shall be 3 inches above the finished Fade unless shown different 15 on. Drawings. 16 10. Foundations irx medians shall he placed in the center- of the median between the 21 17 curbs. 18 11. Foundations shall not be chilled within 3 feet of a water line or fire hydrant. 19 12. In residential areas foundations shall be placed in the stmet right ofway (R-0,W-) 20 in line with the property line between lots and at the break of the radius point of the 21 street curb at street intersections. 22 13. Foundations slraIl not be placed in sidewalks (or location of fixture sidewalks) or 23 sidewalkramps. 24 14. No street light poles shah be placed our foundations prior to 7 days following 25 pouring of concrete. 26 B. Roadway llhunination Assemblies 27 28 1.. Roadway Illumination ,Assemblies a. Usa estabfisliad industry and utility safety practices when installingpoles 29 looated near overhead or underground utilities. Consult with the appropriate 30 utility company before begirming work. 31 b, Prevent sow -ring or marring of poles, mast arm, and f bdures. 32 c. Stalm, install, and align each assembly as shown on the plans. 33 d. a. Do not use screw -in type fourldatio:ns_ l=ustall anchor bolts and coat anchor bolt threads. 34 35 f Erect stracturos after foundation has attained its design strength as required din 36 37 g. Section 03 30 00. Tighten anchor bolts for poles with shoe bases. 38 h. Do not place grout between base plate and fkmdation. 39 i. Test installed roadway jlhlnrination assembly with City inspector present. 40 41 2. Waod LightPole a. All light pole installations should be coordinated -with all appropriate utility 42 b. companies prior toWork bogizrning. Drill holes for setting poles shall be a minimum of 1.5 diameters of the pole 43 44 45 c. butt. Poles shall be set plumb, unless otherwise specked on the Drawings. CITY OF FORT WORT -a STANDARD CON8TRuCr10N SPECifICATIONDOGUMENTS YCevised 13ecamber 20, 2012 34 4120 - I 1 ROADWAY ILLUMINATION ASSEMBLIES Page 11 of 12 1 d, Unless otherwise shown in Drawings, poles should beset to the mi.nilnulll 2 depths shown in the following table; ength t Minimum Setting Depth feeL')5 H 4.5 3Q 5.0 31-35 5.5 36-40 6.0 41-45 6.5 46.50 '1.0 3 e. $acktill the hole around the pole thoroughly by tamping 6-inch lifts of backfill 4 material until reaching; natural glade. 5 1) Onco grade is met, apply a Iast 6-inch lift in a cone shape around the pole to 6 allow for settling. 7 2) 13aoUll in accordance to Section 33 05 10. 8 f Repair and cleanup surxouu.ding area to a condition that is equal to or bettor 9 than its condition prior to installation. 1d 3A R PAYR/RESTORATION [NOT USED] 11 3.5 RE, LOCAUON AND REMOVAL 12 A., Relocation 13 L Disconnect and remove conductors from abandoned circuits. 14 2. Remove abandoned circuit or ducts to a point 6 inches below fmal grade. is 3. Roconn.eat conduit, ducts, conductor's to be roused. 16 4, Replace damaged conduit, ducts, and conductors. 17 S. Do not use screw in type foundations. 18 6. install existing sttuatul-es on new foundations. 19 7. Do not place grout between base plate and foundation_ 20 S. Rllrmsh and Install new int9rnal conductors, fused and wifused Oo=cotors, and 21 fixtures. 22 9. Test installed roadway illumination assembly with City inspector present 23 Id. Awept ownorship of unsalvageable Inatezials and dispose of in accordance with 24 federal, state, anal local regulations. 25 B. Removal 26 1. Remove roadway ilhimination assembly coinponoats in accordance with 27 established industty and Utility safety practices. 28 2. Remove transformer bases frrom transformer base poles. 29 3. Remove luminaires and mast arms from the pole shaft, 30 4. Stockpile pole shafts, avast atws, and assembly hardware at a location designated 31 by the City. 32 5. Pole shafts, mast arms, and assembly hardware will reinainl City property unless 33 otherwise showvn oil the plans or directed. 34 6. Disconnect and remove conductors ii'oin abandoned circuits. Cr i'Y OIL FORT WORTH SiANDAI2D CoNsTRUCTION SPECFICATION DOCUMENTS .Revised Dwember20,2012 34 4.120 -12 -ROADWAY ILLUMINATION ASSHMBT FS Page 12 of 12 1 7_ Remove abandoned conduit and ducts to a point 6 inchos below final grade. 2 S. Destroy existing transformer bases to prevent zeuse. 3 9. Remove, abandoned concrete foundations to a point 2 ft. below final grado. 4 10. Uacldill the bole with material -that is equal in composition and density to the 5 surrounding area. 6 11. Replace surfacing material with similar material to an equivalent condition, 7 12. Accept ownership of unsalvageable materials and dispose of in accordance with 8 federal, state, and local regulations. 9 3.6 FIE, LD fox ] SITE QUALITY CONTROL [NOT USED) 10 3.7 SYSTEM STARTUP jNOT USED 11 3.8 ADJUSTING [NOT USED] 12 3.9 CLEANING 13 A. Colitractor shall cloan rip and remove all loose niatorlal z'osuli-ing, from construction 14 operations. 15 3.10 CLOSEOUT -ACTIVITIES [NOT'TSMI 16 3.11 PROTECTION [NOT USER] 17 3.12 MAINTENANCE' [NOT USED) 18 3.13 ATT,A.0 I NTS [NOT USED] 19 END OF SECTION 'r_M 21 Revision Log D.A.-M NAME SUMMMY OF CHANGE CYr'Y OIL FORT WORTH STANDARD CONSTPUCTION SPECIFICATIONDOCIJ3vINTS Revised )December 20, 2022 34 4120.01- ] AR-MRTAL LED ROADWAY LUM1NAWM Page 1 of22 S>CCT ON 34 4120.01. ARTERIAL LED ROADWAY LLNJJfNA1RFS PART 1-- O1;NY12A.'L. 1.1 SUl!' KARY A. Section includes: 1. Roadway illmnination assemblies 2. Roadway illumination foundations 3. Romoval of roadway illumination assemblies 4. Relocation of roadway illumination assemblies 13. Deviations from this City of Fort Wal th Standard Specification 1.. None. C. Rclated Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 -- Cast -in -Place Concrete 4. Section 33 05 10 ---- Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 — Location of Existing Utilities b. Section 34 4110 —Try c Signals 1.2 pMcEi AM .FA MENT PROCEDURES A. Measurement and Payment 1. Roadway Illumination. Assemblies a. Measurement 1) Measurement fox this Item shall be per each Roadway illumination Assembly installed. b. Payment 1) The wort -, performed and materials furnished in accordance with this Iten, shall be paid for at the unit pfico bill per each "Rdwy Ilium Assmbly" installed for; a) Various types e. The price bid shall include: 1) Furnishing Roadway Illumination Assembly, if Tequired 2) Assembling and installing each Roadway Illumination Assembly 3) Poles 4) Arms 5) Anchor bolts G) Fixtures 7) Internal electrical eonduotors 8) Connection and mounting hardware 9) Bases 10) Lamps CITY OF FORT WORTH STANDARD CONSTRTJCTiON Sp.HcMCATLON DOCUh ENTS Revised .Time 15, 2015 34 4120.01- 2 A TiiRIAI QED ROADWAYLUMWAMPS PRE0 2 d22 11) Piapar'ing submittals 12) Exploratory excavation (as needed) 13)-Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up IS) Testing 2. Ornamental 1lliji-aination Assemblies a, Measurement 1) Measurement for this Item shall be per each Ornamentall Assembly installed. b. Payment 1) The work pozfoxmi .ed and materials furnished in accordance with this mem shall be paid for at the unit price bid per each "Oxaxamental Assmbly" installed for: a) Various types o. The price bid shall include: 1) Furnishing Ornamental illumination Assembly, if required 2) Assembling and installing each Ornamental Assembly 3) Poles 4) Aims 5) Anchor bolts 6) Futures 7) Internal electrical conductors 8) Connection and mounting hardware 9) gases 1 D) Lamps 11) Preparing submittals 12) Y-xploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) pxcavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) 'Testing 3. Lighting hixWres a. Whon a pay item for liluminatioiz A.ssemNy exists: 1) Measurement a) This Item is considered subsidiary to Illumination Assembly installation. 2) Payment a) TI- e work performed and materials f irn shed in accordance with this Item are subsidiary to the unit price bid psr eaoh "ltdw;y Illum Assmbly" or `Ornamental Assmbly" bid, and no other compensation will be allowed. b. When a pay item. for Illumination Assembly does not exist: 1) Measurement a) Measurement #or• this Item shall be, per each bighting Fixture installed. 2) Payment a) The worlk peiformed and materials furnished in accordance -with this Item shall -be paid for at tl o unit price bid per each ` Lighting Pixturo" installed for: MY OF FORT WORT H STANI'IARD C MsTRUCTION UBUFICATION DOCUM[iN'X'S Rovised Tuns 15. 2015 34 4120.01- 3 ARTERIAL LED ROADWAYLUMINAIRPS sago 3 002 (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway liXumjnationFoundations a. Measurement - 1) Measurement fol. this Mein shall be per each Roadway llluminatiozi Foundation installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shad be, paid for at the unit price bid per each "R.dwy Mum Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing oath Roadway Illumination Fatmdatiou 2) Reinforcing steel 3) Exploratory excavation (as 1lceded) 4) (Jroundiug rods 5) Coordination and notification 6) Excavation, hauling, disposal of excess Material 7) Protection of the excavation 8) Clean-up 9) Testing S. Colitact Enclosure a. Measurement 1) Measurement for this Item shall be. per each Contact Enclosure installed. b. Payment I) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bill per each "Contact Enclosure" installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Fulnishing and Installing Wood Light Polo a. Measuremont 1) Measurement for this Item shall be per each 40' Wood Light Pole furnished and installed, b. Payment 1) The work performed and materials furnished ili accordance with this Item shall be paid for at the unit price bid per each "Fur islallnstall 40' Wood Light Pole". c, The price bid shall include: 1) Excavation 2) Furnishing and installing oach 40' Wood Light pole 3) Furnishing, placement and compaction of backfill C1TY OF FORT WORT14 STANDARD CONSTRUCTION SPECIFICNEON DOCUMENTS Revised Juuc 15, 2015 34 4120.01 -4 ART13RIAL T ED ROADWAY LCTMINAIRES Page 4 of 22 . 4) Clean-up 7, Fur isl�ing and Installing Wood Light Pole .Aran a. Measuremont 1) Measurement for this Item shall be per each 8' Wood Light Pole Arm hriiished and installed. b. Payment 1) The work performed and materials fiunished in accordance with this item shall be paid for at the unit price bid per each "Furnish/Install $' Wood Light Pole Arras". c. The price bid shalt include: 1) Furnishing and installing each 8' Wand Light Pole Arm 2) Clean-up S. Aluminum Electrical COnduGtors a. Measurement 1) Measurement for this item shall be per linear foot of Aluminum Electrical Conductor installed, b. Payment 1) The work performed and materials fin-nished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid par linear foot of "Alum Elec Conduct&' installed for; a) Various Sizes c. The price bid shall include: 1) Ftuuishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a, Measurement 1) Measurement for this Item shall be per each conductor r000nneotod. b. Payment 1) 'I xe work performed and materials furnished in accordance With this Item shall be, paid for at the unit price bid per each "Reconnect Conductor". o, The price bid shall include: 1) Reconneotion of conductors'asing City approved method 2) 'Testing of connection 10. Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shali_be per each Street Light removed and salvaged. b. Payment 1) The work performed acid materials fatuished in accordance with this Item shall be paid for at the unit price bid per each "Salvage Street Light Pole" performed. e. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Maintain existing street light circuit including now ground box and reconnection of circuits (if required by City) 3) Removal of existing street light pole foundation 2' below grade, back fill With like surrounding material 4) Delivery of salvaged materials to appropriate locatiolt 5) Clean-up 11. Street Light Pole Relocation a. Measurement CLT'Y OF FORT WORTH STAN[I,ARD CoNsTRUCUON SPECUICATION DOCUMENTS Revised hunt 15, 2015 344120.01-5 AiY,C#MAL LED ROADWAY LUMWATFXS Page 5 a£22 1) Measurement for this Item shall be per each Street Light Pole removed and salvaged. b. Payment 1) The work pexfonued and materials furnished in accordance with this item shall be paid for at the unit pfce bid per each "Relocate Street fight Pole" performed. e. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Delivery of salvaged -materials to appropriate location 3) Replacement of pole to AM location 4) Furnishing, placement and compaction of backf U material 5) Clean-up 1..3 RE' FE"NCEI S The publications listed below form a part of this specification to the extent referenced. Publications are referenced within the text by their basic designation only, Versions listed shall be superseded by updated versions as they becomr, available. A. A_1nerican National Standards Institute (ANSI) I . C136.2-2004 (or latest), American National Standard for Roadway and Area Lighting Equipment Luruinaire Voltage Classification 2. C136.102010 (or latest), American National Standard for Roadway as-d krea Lighting Equipment -- Locking -Type Photocoutroi Devices and Mating Receptacle Physical and Electrical Interchangeability and Testing 3. C136.15-201 I (or latest), American National Standard for Roadway and Area Lighting Equipment — Luminaire Field Identification 4. C136.22-2004 (R2009 or latest), Arnor ican National Standard for' Roadway and Area Lighting Equipment — Internal Labeling of Luminaires 5_ C136.25-2009 (or latest), American National Standard for Roadway and Area. Lighting Equipment--- Ingress Protection (Resistance to Dust, Solid Objects and Moisture) for Lruninaire Enclosures 6. C136.312010 (or latest), American National Standard for Roadway Lighting Equipment — Lurninaire Vibratiaxl 7. C 136.37-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment - Solid State Light Sources Used in Roadway acid Al Lighting B. American Society for Testing and Materials International (ASTM) I. $117 09-(Or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus 2. DI654-08 (or latest), Standard Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments 3_ I)523 08 (or latest), Standard Test Method for Specular Gloss 4. G154•.06 (or latest), Standard Practice for Operating Fluoresoont Light Apparatus for UV Exposure of Nonmetallic Materials C. Cowicil ofthe European Union (EC) 1 _ RoM Directive 2002/95lEC, on the restriction of tlae use of certain. hazardous substances in electrical mid electronic equipment D. Federal Trade, Commission (FTC) 1. Green Guides, 16 CFR Part 260, Guides for the Use of Environmental Marlecting Claiults E,. Illu-ininating Engineering Socioty ofNorth Amorioa. (IESNA. or MS) 1, DG 4-03 (or latest), Design Guide for Roadway Lighting Maintenance 2. IM-10-11(or latest), IRS Lighting Handbook,101h Edition CITY OF FORT WORTH STAI,WARD C01qSTRUCT1ON SPECWICATION DOCUMENTS Raviscd Jun 15, 2015 34 4120.01- 6 ARTIERIAT- LED ROADWAY I,CiMII TAMBS Page 6 of 22 3. LM-5049 (or latest), MSNA. Guide for Photometric Moft=omenf of Roadway Lighting Installations 4. LM-61-06 (or latest), IESNA Approved Guide, for Identifying Operating Factors Influencing Measured Vs. Predicted ,Performance for installed Outdoor High Intensity Discharge (IUD) Luminairos 5. LM 79-08 (or latest), IESNA Approved Method for the ]tectrioal and Photoinctrie, Measurements of Solid -Sate Lighting Products 6. LM••80-08 (nr latest), IESNA Approved Method I'or Measu ing Lumen Maintenanee of LED Light Sources 7. RP-8-00 (or latest), ANSI I IESNA American National Standard Practice for Roadway Lighting 8, RP-16-10 (or latest), ANSJIMS Nomenclature and Definitions For Illuminating Engineering 9. TM 3-95 (or latest), A Discussion of Appendix E - "Classification of Luminaire Lighting Distribution,' from. ANSMSNARP-8-83 10. TM-1 5-11 (or latest:), Luminaire Classification System for Outdoor Luminaires 11. TM 21.�-11 (or latest), Projecting Long "Perm LumenMaintenance of L D Lig13t Sources F. Institato of Electrical and Eloctronlos Engineer's (IEEE) 1. ME C62.41.2 2002 (or latest), IEEE Recommended Practice on Characterization of Surges in Low -Voltage (1000 V arcd less) AC Power Circuits 2. ANSMEE C62.45 2002 (or latest), IEEE Recommonded Practice on Surge Testing for Equipment Connected to Scow -Voltage (1000 ,V and Less) AC Power Circuits a. National Electrical Manufacturers Association (NEMQ 1. ANSIMhWANSLG C78.377-2008 (or latest), American National Standard for the Clrroinaticity of Solid State Lighting Products H. National Fire Protection Association (NFPA) 1. 70 -- National Electrical Code (NEC) I. Underwriter's Laboratories (UL) 1. 1449, Surge Protective Devices 2. 1598, Luminaires 3. 8750, Light Emitting Diode (LED) Egr*nont for Use in Lighting Products J. Definitions 1. Lighting terminology used.hereja is defined hi IRS RP-16. See referenced dac=ents for additional definitions. i. Exception: The tern "driver" is used herein to broadly cover both driver ; and power supplies, whore applicable. ii. Clarification: Tiro term `%ED light source(s)" is used herein per lES LM-80 to broadly cover LED package(s), module(s), and array(s). 1.4 ADIl-INISTRATIVE 1 MQITJ<I EMF- T8 A. Coordination 1. Notify City at (817) 392.7738 a minimum of 7 days before beginning Wont on theProject. 2, Notify Inspector prior to pouring roadway illumination assembly foundations_ 3. Coordinate with Traffic Services Inspector for pole types, toznplato dimensions and anchor bolts, and any questions about installing the foundations and conduit. 4. For location of City underground street luniinaire cable and conduit call (817) 392-7738 or (817) 392--8100. CITY OF MRT WORTH STANDARD CCUSTRVCTION SPECIFICATIONDOCirNiBNTS Revised June 15, 20M 34 4120.0 r 7 ARTERIAL I.RU ROADWAY LUMINAIRES Page 7 oV 5. Obtain and pay for all permits as required to Work in parkway. B. Preinstallation Meetings 1. Attend pre -construction meeting. 1.5 L]CGHT N'G SY'STFMPERFOP-A ANCL A. Energy Conservation I. Connected Load a. Luminaires shall have maximum nominal lurninaire input wattage as specified for each luminaire type in Appendix. A. 2. Ligbting Controls a. See separate controls specification identified in section 1,2 above, if applicable. b. See section 2.1-B below for driver control interface and performance requirements. c. See section 2.1 1( below for photocontrol receptacle requirements. B. Photometric Roquiroments 1. Luminaires shall .moot the general criteria provided in the body of this specification and the particular cxitaria for each lumirnaire type defined in Appendix A, LG REQUMD SUBM TTALS FOP, E.ES.M Ml.!!(MMRk 7CMOI DEFMA IN A.PPENDW A A. General submittal content shall include 1. Completed Appondix l; submittal form 2. Luminaire outsheets 3 _ Cutsheats for LED light sources 4. Cuts -hoots for LED driver(s) a. If dimmable LED driver is speoifxed, provide diagzatns illxrstxatinglight output and input power as a f i ction of control signal. 5. Cutsheets for sruge protection device, if applicable 6. Xnstructiozns for installation and maintenance 7. Summary of luminuire recycled content and recyclability per the FTC Green Guides, expressed by percentage ofluminaire weight B. LM-79 luminairc photometric report(s) shall be produced by the test laboratory and include 1. Name of test laboratory a. The test laboratory must hold National Voluntary Laboratory Accreditation Program (NVLAP) accreditation for the MS LM 79 test procedure or must be qualified, vejified, and recognized through the U3_ Department of Energy's CAUPER program. For More information, sea http;llts.nist.gov/standards/scopes/eolit.him or www.ssl.cncrgy-gov/test labs.btml. 2. Reportnumber 3. Date 4. Complete luminaire catalog number a. Provide explanation if catalog number in test report(s) does not match catalog number of lumivaire submitted 1) Clarify whether discrepancy does not affect performance, e.g., in ibe case of differing %uraire housing color. CITY UP PORT WORTH STANDARD C:ONSTRUCnON SPECIFICATION DOCUMBNT'S Revised Tuna 15, 2015 34 4120.0I - 8 ARTMAL LED ROADWAY LTIMINAIMS Page 8 GM- 2) Tfnominal performance of submitted and tested products differ, submit additional LM-79 report(s) and derivation as indicated in Appendix C. S. Description of luminaire, LED light source(s), and LED driver(s) 6, Goniophotometry 7. Colorimetry C. Calculations and supporting test data per Appendix indicating a lumen maintenance life of not . less than 50,000 operating hours D. Computer -generated point -by -point photometric analysis of maintained photopic light levels as per Appendix A .1. Calculations shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, where LLIj = LLD x LUD x LATF, and a. Lamp LumenDepreciation (LLD) 1) Shall be 0.85 (L70) for all luminaires. 2) Shalt be the percentage of initial output calculated in section 1, 6-C, la. Lumainai re: Dirt Depreciation (LDD) = 0.90, as per TES DG-4 for an enclosed and gaslcated roadway luminaire installed in an environment with less than.150 pg/ m3 airborne particulate matter and --leaned every four years. o. Durrminako Ambiout Tomperature Factor (LATF) =1.00 2. Use of IES BB-10 mcsopie muultiphcrs a. Shall be disallowed herein, by assuming an SfP ratio of 1.00 for all luminaires. 3 _ Caletrlatioidineasurement points shall he per• MS RP-8. E. Sumtnaty of Joint Mott'otr Devices Engineering Council (JEDEC) or Japan Electronics aid Information Teohnology Industries (JEITA) reliability testing perfarmed for LED packages F. Summary of reliability testing performed for LED driver(s) G. Written product warranty as per section 1.7 below 1,7 CLOSEOVT Si MITTALS A. Warranty Documentation 1. Provide manufacturer warranty information to the City. 1.8 MAINTENANCE MATE, RML SUBMITTALS [NOT USED] 1.9 QUALITYASSURANCE A. Before approval and purchase, Supplior shall provide at the Owner's request lumzinaire sample(s) identical to product configuration(s) submitted for inspection at the Supplier's expense. Owner shall request IES LM-79 testing of lumin.aire sample(s) to verify petformaneo is within ufacturer-reported tolerances and Photometric reports and Jes files, per M LM- 63. The Photometric file roust match the luminaire being submitted. B. After installation, Owner may perform MS LM-50 field moasiurcmvnts to verify performance requirements outlined in Appendix A, giving coxrsideration to measurement uticertainties outlined in IES LM 61. 1.10 DELtWi RY, STORAGE, AND HANDLING A. Storage and Handling Requirements CITY OF FORT WORTH sTANDARD CONSTRUCTION SMCIFICATION DOCIivI NTS Devised June I5, 2015 34 4120.01 -9 ARTERIAL LED ROADWAYI UMINAMS ,Page 9 of22 1. Pads shall be properly protected so that rro damage or deterioration occrus during a prolonged delay Rom the time of shzpraont until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 4. The Contractor shall secure and maintain a location to store the material in accordance with Section 0150 00. 13, Delivery and Acceptance 1. Contactor and Inspector shall visually inspect roadway illumination assemblies a.'lter removal to determine the condition of the hardware. 2_ Contractor shall protect all salvable material during transport to City specified storage facility. 3. Delivered material m-ust be 1n the same condition after removal, as agreed upon. by Contractor and Inspector after removal. 1.11 FIELD [SnTi] CONDITIONS [NOT USED] 1.12 WARRANTY A. Provide a minimum ton -year warranty covering maintained integrity and functionality of 1. Luminaire housing, wiring, and connections 2. LED Iight source(s) a. Negligible light output fiom taoro than 10 percent of the LED packages constitutes tuminaire failure. 3. LED drivers) B. Warranty period shall begin 90 days after date of installation. 3?ART 2 - PRODUCTS 2.1. 1.,iT.1V MAIRE, REQDIIt.I MXNTS A. General R.equiremonts 1. Lutnin*es shall be as specified for each type in Appendix A. 2. Luminaize shall have an external label per ANSI C136.15 3. Duninai9:e shall have an irrtermal label per ANSI C136.22 to include date of manufacture. 4. Lurrainaire shall bo rated for a minimum ofIP65 per ANSI C136.25, 5. Nominal luminaim irxput wattage shall account for nominal applied voltage and any reduction in driver efficiency due to sub -optimal driver- loading. 6. Luminaires shall start and operate in -20'C to +50°C ambient. 7. Eleotrioally test fully assembled luminaires before shipment from factory g. Effective Projected. Area (EPA) and weight of the huninaire shall not exceed the values indicated in Appendix A. 9. Luminaires shall be designed for ease of component replacement and end -of -life disassembly. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rovlsed June I5, 2015 34 41 20,01- 10 ARTF.RML LED ROADWAYLUMINAFRM Page 10 of22 10. Luminaires shall be rated for the ANSI C136.31 Vibration Level indicated in Appendix A. 11, LED light source(s) and driver(s) shall be Rol-18 compliant. 12. Transmissive optical components shall be applied in accavdauce with OEM desiga guidelines to ensure suitability for the thermal/mechanical/chemical environmennt. 13_ Luminaires shall have 4 bolts for mounting to 1-1/4" to 2-3/8" Tenon arm for leveling and securing of hnnninaire to tenon arm. 2-Bolt connections shall not be permitted. 14, Luminaires shall come standard with 7-pin photocontrol dimming receptacle meeting ANSI C136M requirements. B. Driver 1. Rated for minimum of 50,000 hours. 2. Shall be specified with 0-1 OV dimmable driver to accept input from 7-pill photocell receptacle. 3. Rated case temperature shall be suitable for operation in the luminaine operating in the annbiemt temperatures indicated in section 2.1 A above. 4. Shall accept the voltage or voltage range indicated in Appendix A at 50160 IN, and shall operate normally :for input voltage fluctuations of plus or winus IQ percent. 5. Shall have a minimum Power Factor (PF) of 0,90 at fall input power and across specified voltage range. 6. Control signal interfaeo a. Luminaire types indicated "Required" in Appendix A shall accept a control signal as specified via separate controls specification refereaced in section 1.2 above, e.g., for dimming. b. Luminaire types indicated "Not Required" in Appendix A need not accept a control signal. C. Electrical immunity 1. Luminaire shall meet the "Basic" xequirexmemts in Appendix D, Manufacturer shall indicate on submittal form. (Appendix E) whether failure of the electrical immunity system can possibly result in disconnect of power to luminaire. D. Electromagnetic intexf'erenice 1. Shall have a maximum Total Harmonic Distortion (T ID) of 20% at full input power and amoss specified voltage range. 2. Shall comply with FCC 97 CPR part 15 anon -consumer RK/EMI standards. E. Electrical safety testiu g: 1. Luminaire shall be listed for wet locations by an OSHA NRTL. 2. Luminaires shall have looality appropriate governing mark and certification, F. Painted or finished lutminalre components exposed to the environment 1. Shall exceed a rating of six per ASTM D 1654 after 1000hrs of testing per ASTM B 117. 2. The coating shall exhibit no groater than, 30% reduction of gloss perASTM D523, after 500 hours of QUV tasting at ASTM G154 Cycle 6. G. Thermal management 1. Mechanical design of protniding external surfaces (heat sink fins) for shall facilitate hose - down cleaning and discourage dobris accuxmnlatlon. CITY OF FONT WORTH STANDARD CONSTRUCTION SPB=ICATIONDOCUMBMS Revised Jima 15, 2015 34 4120.01- 11 ARTERIAL LED ROADWAY LUMINAIRES Page 11 OF22 2. Liquids or other moving parts shall not be permitted, H. JLSTM-15 limits for Backlight, Uplight, and Glare (DUO Ratings) shall be as specified for each luminailro type in Appendix A. 1. Caloulatioa of BUG Rathigs shall be for initial (worst -case) values, i.e., Light Loss Factor (f.LF) = I.O. 2. Luminaires shall not be tilted for calculations. I. Minimum Color Readoring Index (011): 70. J. Correlated Color `I o perature (CCT) 1. If nominal CCT specified in Appendix A is listed in Table 1 below, measured CCT and Dav shall be as listed in Table 1. Table 1. Allowable CCT and Duv (adapted from NEMA C78,377) Manufacturer -hated Nominal CCT (K) Allowable I,M-79 Chromaticity Values Measured CCT (K) Measured 0uv 2700 2580 to 2870 _ -0.006 to 0.006 3000 2.870 to 3220 -0,006 to 0.006 3500 3220 to 37 0 -0.006 to 0,006 4000 3710 to 4260 -0.005 to 0.007 4500 4260 to 4746 -0.005 to 0.007 5000 4745 to 5311 -0.004 to 0.008 5700 5310 to 6020 -0.004 to 0.008 6500 6020 to 7040 -0.003 to 0.009 2. If nominal CCT specified in Appondix A is not listed in Table 1, measured CCT and Duv shall be as per the criteria for Flexible CCT defined in NEMA C78.377. K. The following shall be in accordance with corresponding sections of ANSI C136.37 1. Wiring and grounding a. All internal camponents shall lie assembled and pro -wired using modular electrical connections. 2. Mounting provisions a. Specific configurations are indicated in Appendix A 3. Terminal blocks for incoming AC lines 4. Photocontrai reaeptacic 5, Latching and hinging 6. lagress protection. 2.2 PRODUCT AIAI""ACTUIREES A, Any manufacturer ofbodng products that comply with the required preduat porforal.ance and operation criteria way be considered.. B. Note if a field installed houso side shield is available. CITY OF TORT WORTH STANDARD COMSTRUCTION SPECIFICATION DOCUMENTS itevlsed June 15, 2015 344120.01 -12 ,WfERJAL LED RoADwA y Lt7mR4Ail2 s Page 12 Of 22 ..3 IYXAIrIXMFACTURER SERVICES A. Manufadaror or local sales zepzesentative shall provide installation and troubleshooting support via telephone and/or amail. END OF SECTION -Revision. Log DATE NAME SUMMARY OF CHANGE 6/15/2015 F. Grim Devise to LED type luminaires CrCY On FORT WORTH STAMA= CONSTRUCTION SPECIFICATION i)OM MFsMS Revlsrd Juno 15, 2015 34 41 20.01--13 AR'1'.BRfAL LED ROADWAY LUMINAIRES Page 13 OE22 APPENDIX A APPLICATION -BASED SYSTEM SPECIFICATION LUMINAIRE TYPE "A"— ARTERIAL TYPICAL SITE PARAMETERS ROADWAY DATA: Lane width 1.2 ft Number of lanes, total on both sides of median 6 shoulder width, drivelane to edge of pavement S ft Median width _.0 ___... J.a ft IES pavement class. 11111�11PRQR3 13 R4 Posted speed limit JL�0> 25 mph SIDEWALK DATA: sidewalk width 6 ft Edge of sidewalk to edge of roadway pavement 4 ft LIGHT POLE 13ATA: Luminaire mounting height 40 ft Arm length, horizontal 9 ft Luminaires per pole 2 Pole set -back from edge of pavement 5 ft _ In -line pole spacing (one pole cycle) 200 ft Layout I ©One side 0 Opposite 0 Staggered a Median PERFORMANCE CRITERIA: APPLICATION ROADWAY PHOTOPLC ILLUMINANCE- Maintained average horizontal at pavement 0.0 FC Avg:min uniformity ratio 3:1 PHOTOPIC LUMINANCE: Maintained average luminance n/a Avg:min uniformity ratio n/a Max:min uniformity ratio n/a SIDEWALKS P"OTOPIC ILLUMINANCE: Maintained average horizontal at pavement 0,2 FC Avg. -min uniformity ratio (horizontal) n/a Maintained min. vertical ilium. at 4.9 ft in directions of travel 0.1 FC PFRFORMANCE CRITERIA: LED LUMiNAIRE INPUTPOWER: Max. nominal Luminaire input power 150W NOMINAL CCT: Rated correlated color temperature 3000 K CUTOFF CLASS: Max. nominal backlight -uptight glare ratings FULL CUTOFF VOLTACIk: Nominal Luminaire input voltage 120-277V FINISM, Luminalre housing finish color. Gray WEIGHT: Maximum Iuminalre weight 30 lb EPA: Maximum affective projected area 0.9 fe MOUNTING* Mtg. method � CI Post -top [O Side -arm O Trunnion/yoke Q Swivet tenon ---[And Tenon nominal pipe size (NPS) 1-1/4 inches z-3/S inches VIBRATION. ANSI test level 0 Level 1 (normal) RI Level 2 (bridge/overpass) CITY OF FORT WORTH STANDARD CONS'lItUC'!' ON SPVCIFICATION DOCLWEiI lTS Revised June 15, 2015 3441 21).01 - I4 AWriBRIAL LED ROADWAY LUMINAIRES Rage 14 oM I�Rf1Ii;R; =�Wirelessontrol L153OmA i 7aaI�A Appendix B Estimating LED Lumen Maintenance IES TM 21 allows for extrapolation of expected lumen maintenance from available test data. The extent of such extrapolation is limited by the duration of testing completed and the number of samples used in the testing. The TM-21 methodology shall be used by the manufacturer to determine lamp lumen depreciation (LLD) at end of lumen maintenance life per section 1.6--C. The applicant may estimate lumen maintenance in one of two ways: Untlon 1: Component Performance Under this compliance path, the applicant must submit calculations perTM--21 predicting lumen maintenance at the luminaire level using In Situ Temperature Measurement Testing; (ISTMT) and LM-80 data. To be eligible forthe Component Performance option, ALL of the conditions below must be met. If ANY of the conditions is not met, the component performance option may not be used and the applicant must use Option 2 for compliance, 1. The LED light source(s) have been tested according to LM-80. 2. The LED drive current specified by the luminaire manufacturer is less than or nqual to the drive current specified in the LM-•80 test report. ,3. The LEIS light source(s) manufacturer prescribes/indicates a temperature measurement point (Ts) on the light source(s). 4, The Ts is accessible to allow temporary attachment of a thermocouple for measurement of In situ temperature. Access via a temporary hole in the housing, tightly resealed during testing with putty or other flexible sealant Is allowable. s. Eor the hottest LED light source in the lumIna Ire, the temperature measured at the Ts during ISTMT is less than or equal to the temperature specified in the LM-80 test report for the corresponding drive current or higher, within the manufacturer's specified operating current range. a. The ISTMT laboratory must be approved by OSHA as a Nationally Recognized Testing Lab (NRTL), must be qualified, verified, and recognized through DOE's CALIPER program, or roust be recognized through UL's Data Acceptance Program. b. The ISTMT must be conducted with the luminalre Installed in the appropriate application as defined by ANSVUL 1598 (hardwired luminaires), with bird fouling CYr Y OF FORT WORTH sTANDARD CONSTRUCTION SPVCRFICATION DOCUMENTS Revised June 15, 2015 344120.01-15 ART 3R AL I_.JsJ7 IWADWAY LUNiWAIRES Page 15 OM appropriately simulated (and documented by photograph) as determined by the manufacturer. Uption 2: Luminaire Performance Under this compliance path, the applicant must submit TM-21 calculations based on LM-79 photometric test data for no less than three samples of the entire luminalre. Duration of operation and interval between photometric tests shall conform to the TM-21 criteria for LED light sources. For example, testing solely at 0 and 6000 hours of operation would not be adequate for the purposes of extrapolation. Between LM-79 tests, the luminalre test samples must be operated long-term in the appropriate application as defined by ANSIJUL 1.598 (hardwired luminaires). The test laboratory must hold NVLAP accreditation for the LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy (DOE)'s CALWER program. The extent of allowable extrapolation (either 5.5 or 6 times the test duration) depends on the total number of LED light sources (no less than 1.0 and preferably more than 1.91 installed in the luminalre samples, as per TM -21. This compliance path poses a greater testing burden to luminalre manufacturers but incorporates long-term testing of other- components In the system, such as drivers. Under either compliance path, values used for extrapolation shall be summarized per TM-21 Tables 7 and 2. submitted values for iumen maintenance lifetime and the associated percentage lumen maintenance shall be "reported" rather than "projected" as defined by TM-21.. Supporting diagrams are requested to facilitate interpretation by Owner. CITY OF RORT WORTH STANDAM COAIST UCTION SI EOMCATION DOCUMENTS Revised June 15, 2015 344120,01-16 Alt'i RWAL LM ROADWAY LiiMMAIBES Page 16 of 22 APPENDIX C PRODUCT FAMILY TESTING LM-79 AND ISTIVIT it is recognized that due to the time and cost required for product testing, it would not be realistic to expect manufacturers offering a multitude of unique luminaire configurations to test everypossible configuration. Therefore, the "product families" method may be utilized for LM-79 and ISTMT, whereby manufacturers identify a set of representative products for which test data can be used to demonstrate the accuracy of interpolated or extrapolated performance of product configurations lacking test data. Precedent forthis approach can be found in LM-80. If the particular luminaire configuration submitted has not been tested, the performance may be conservatively represented by test data for another luminaire configuration having: e The same intensity distribution (typically only applies to LM-79) The sarne or lower nominal CCT The same or higher nominal drive current 0 The same or greater number of LED light source(s) ® The same or lower percentage driver loading and efficiency O The same or smaller size luminaire Dousing. A more accurate estimate of performance can be obtained by linear interpolation between two or more tests differing in terms of the six parameters listed above. For example, consider a hypothetical: luminaire offered in a single size housing, and having the -following parameters: m Three intensity distributions: IIS Type 11, ill, or IV ® Three CCTs: 4000, 5000, and 6QOOK * Three drive currents: 350, 525, and 700 mA Four LED quantities: 20, 40, 60, or 80 LEDs. Table C1 illustrates a set of tests which could allow for accurate interpolation between tested configurations, given a single luminaire housing size and essentially constant driver efficiency, these 10 tests may provide representative data for the 108 possible product configurations. (Mote that normalized intensity distribution must not be affected by the otherthree parameters. Table C.1. Representative testing of a single luminaire housing size - Tests I Intensity distribution I CCT I Drive current I # of l-EDs CITY OP PORT WORTI-I STANDARD CONSTRUCTION SPECIFICA'1'Yi ON DOCUMENTS Revised Tune 15,2015 344120.4I -17 ARTERL411BP ROADWAY LCdMINA-N.ES ?ago 17 nt22 (IES Type) (I<} (ri�A} 2, 3 11, 111, IV 4000 700 80 415 IV 5000, 6900 700 80 6, 7 IV 4000 325, 525 80 81 91 10 IV 4000 700 20, 40, 60 For example, the manufacturer could detail interpolation as shown in Table C.2, applying the following muitipliers to the base test #2 to model a configuration with Type III Intensity distribution, 5000K CCT, 525 mA drive current, and 40 LEDs: O Ratio of test #4 lumens to test #I3 lumens 6 Ratio of test #7 lumens to test,#3 lumens Ratio of test #0 lumens to test #3 lumens. r�hin r) AIlrrfFinlipm fhr Test. d#2 to yield: Type III , 5000K, 525MA, 40 LEDs Test# Intensity distribution (IESTy e) CCT (K) Drive current (mA) ;ofEDs Multiplier (lumens ratio) 2 lil 4000 700 n/a 3 IV 4000 700 80 ��/a 4 7 IV IV 5000 4000 700 525 80 80 #4 / IN 47 / 43 9 IV 4000 700 40 #9 J #3 Interpolation between minimal LM-79 and ISTMT data is more difficult if housing size increases with increasing wattage; it may not be clear whether the lowest -wattage configuration would be expected to "run cooler" than the highest -wattage configuration. In these circumstances, the adequacy of submitted data is subject to Owner approval. At this time, the fdsuccessor" method cannot be used, luminaires tested must utilize the LED light source(s) characterized by -the submitted LM-80 report. ciTy 0R role- WORM STANDARD G()N8TR-ucr10N SPEMICA.TION DOCUMENTS Revised dune 15, 201.5 34 120.01-18 .ARTERIAL LED ROADWAY LUMINAMT39 page 18 ofz2 APPENDIX D ELECTRICAL. IMMUNITY Test Procedure Electrical Immunity Tests 1, 2 and 3, as defined by their Test Specifications, shall be performed on an entire powered and connected luminalre, including any control modules housed within the luminalre, but excluding any control modules mounted externally, such as a NEMA socket connected photo -control. A shorting cap should be placed across any such exterior connector. The luminalre shall be connected to an AC power source with a configuration appropriate for nominal operation. The AC power source shall have a minimum available short-circuit current of 200A. The fuminaire shall be tested at the nominal input voltage specified In Appendix A, or at the highest input voltage in the Input voltage range specified in Appendix A. Electrical immunity test waveforms shall be superimposed on the input AC power line at a point Within 6 inches (15cm) of entry into the fuminaire using appropriate high -voltage probes and a series coupler/decoupler network (CDC) appropriate for each coupling mode, as defined by ANSVIFEE C62,45-2002, The test area for all tests shall be set up according to ANSI/IEEE C62.45-- 2002, as appropriate. Prior to electrical immunity testing a set of diagnostic measurements shall be performed, and the results recorded to note the -pre -test function of the fuminaire after it has reached thermal equilibrium. These measurements should include at a minimum: a) For all luminaires, (teal Power, input RMS Current, Power Factor and THD at full power/light output b) For luminaires specified as dimmable, Real Power, Input RMS Current, Power Factor and THD at a minimum of additional dimmed levels, Including the rated minimum dimmed level o Tests shall be applied in sequential order (Test 1, followed by Vest 2, followed by Test 3). if a failure occurs during Test 3, then Test 3 shall be re -applied to a secondary luminalre of identical construction. Following the completion of Tests 1, 2, and 3, the same set of diagnostic measurements performed pre test should be repeated for all tested luminaires, and the results recorded to note the posttest function of the luminaire(s). a A luminalre must function normally and show no evidence of failure following the completion of Test I + Test 2 f Test 3 (for a single tested luminalre), or the completion of Test I + Test 2 on a primary luminaire and Test 3 on a secondary luminaire. Abnormal behavior during testing is accoptable. A luminalre failure will be deemed to have occurred if any of the following conditions exists following the completion of testing: a) A hard power reset is required to return to normal operation CITY OF PORT WORTH UANDAFA) CONSTRUCTION SPECIRC1STION DOCUMENTS Revised Tune 15, 2015 34 41 2©.01 -19 ARTERIAL LED ROADWAY LUMINAIRES Page 19 of 22 b) A noticeabfe reduction In -Full light output (e.g. one or more LF13s fail to produce light, or become unstable) is observed c) Any of the posttest diagnostic measurements exceeds by:6% the corresponding pretest diagnostic measurement. d) The luminaire, or any component in the luminaire (including but not limited to an electrical_ connector, a driver, a protection component or module) has ignited or shows evidence of melting or other heat -induced damage. Evidence of cracking, splitting, rupturing, or smoke damage on any component is acceptable. Test Specifications NOTE.: i_1 is typically "HOT", L2 is typically "NEUTRAL" and PE : Protective Earth. Test 1.} Ring Wave: The luminalre shall be subjected to repetitive strikes of a "C Low lting Wave"' as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes Shall be applied as specified by Table 0.1. Prior to testing, the ring wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average: peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. r�I,io n_-i - n..5 3,S--'MM7 Itina Wave SUCCIfication CATY OP PORT WORTH STANDARD CONSTRUCTION SYECIFICAUON DOCUMENTS Revised 1131M 15, 2015 34 912d.01 - 20 A1Z11UgAj. LEI) ROADWAYLiMINAIRES Page2o of22 Test 2) combination Wave: The turninaire shall be subjected to repetitive strikes of "C High combination Wave" or "C Low Combination Wave", as defined In IEEE C62.41.2-20024, Scenario 2, Location Category C. The test strikes shall be applied as specified by Table D.2. The "Low" test level shall be used For lumina€res with Basic Electrical Immunity requirements, while the "Nigh" test level shall be used for luminaires with Elevated Electrical Immun€ty requirements. Prior to testing, the combination wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open cfrcult voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to measure test Waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10 the average, the test setup shall be checked, and the test strikes repeated. -r�kia n ?! 1__21Sous — 8/20 Its Combination Wave Specification Test 3) Electrical past Transient (EFT): The lumina€re shall be subjected to "Electrical Fast Transient Bursts", as defined in IEEE C62.41.2 -2002. The test area shall be set up according to IEEE C62.45-2002. The bursts shall he applied as specified by Table D_3. Direct coupling is required, the use of a coupling clamp is not allowed. Table D.3: Electrical Fast Transient (EEC') Specification Parameter open Circuit Voltage Peak Hurst Repetition Rate Burst Duration Burst Period Test Level/ Configuration 3 kV 2.5 kHz 15 rns 300 rns CITY OF TORT WORTH STANDARD CONSTj�uc ION SPIRCIFICATION DOCUMENTS Rcvised June 15, 2015 ,Akt rwAL LED ROADWAY LUMNAIRES Pugs 21 Of22 Coupling Modes LI to PE, L2 to PE, L1 to L2 Polarity Positive and Negative Test Duration 1 minute for each Coupling Mode and Polarity combination 701 of Test Duration 1 minute x 7 coupling modes x 2 polarities = 14 minutes CITY OF FORT WORTH STAN))ARD CoNSTRUCTXONSPECIFFCATIONDOCiTM13NTS Revised Tune 15, 2015 344J 2D,01 -22 ARTERIAL LED ROADWAY T-LIMINAIRES Page22 of22 APPENDIX E PRODUCT SUBMITTAL FORM Lurninaire Type" Manufacturer _ Model number Housing finish color Tenon nominal pipe size (inches) Nominal iuminaire weight (lb) Nominal luminaire tPA (ftz) Nominal input voltage (V) ANSI vibration test level Level I (Normal) Level 2 (bridgefoverpass) Nominal BUG Ratings Make%mode l of LED lightsource(s) Makbfmodel of LED driver(s) Dirnmabilify Dimmable Not dirnmabie Control signal interface Upon electrical.1mmunity system failure Possible disconnect No possible disconnect Thermal management Moving parts No moving parts Lumen maintenance testing duration (hr) Reported lumen maintenance life (hr) x Warranty period ( r) Parameter Nominal value Tolerance N Initial photopic output (1m) Maintained photopic 66tput (Im) Lamp lumen appreciation Initial input power (W) - Maintained input power (W) Initial LED drive current (mA) Maintained LEIa drive current (MA) Drive current used In -situ LED T� (°C) Additional product description 1 See Appendix A, and attacli supporting doeilmentation as rcquired. 2 Value shalt be no less thau as specified in section 1.6-C, and shall. not (=eed six times the testing duration indicated, in the rove above. Value shaU be consistent with values submitted in the roars below for:maldalned light output, ionaintainod input power, and maintained derive current. CITY OP PORT WORTH NTAIDARD CONSTRUCTION SPEWICATION DOCMONTS R"ised kne 15,7015 344120.03-1 RESIDENTIAL LED ROADWA.YLUM1NAWS Page 1 OM SEMON 34 4120.03 RESIDENTJAL LED ROADWAY LUMIN 1GR S PART I - GENERAL 1.1 STJ1V1-N1"y A. Section boluides: 1. Roadway illumination assemblies 2. Roadway illumination foundations 3. Removal of roadway illy mbiation assemblies d. Relocation of roadway illumination assemblies B. Deviations from this City of Fort North Standard Specification 1. bone. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 03 3 0 00 — Cast--in-Place Concrete 4- Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill S. Section 33 05 30 --Location of Existing i7iilitics 6. Section 34 4110 Traffic Signals 1.2 PRICE' AND PAYMENT PROCEDURES A. Mea8twatnent and Payment 1, Roadway Illumination Assemblies a, Measurement 1) Measurement for this Item shall be per each Roadway Illumination Assembly installed. b. Payment 1) The work parfbimed and materials furnished in accordance with this Item shall be paid for at the unit price hid per each "Rdwy Xllwn A.ssmbly" installed for: a) Various types c. The prico bid shall include: 1) Furnishing Roadway Illumination Assembly, if required 2) Assembling anal installing eaoh Roadway Illumination. Assembly 3) Poles A) Aims 5) Anchor bolts 6) Fixtures 7) 7ntornal clecttical conductors 8) Connection and _mounting hardware 9) Bases 10) Lamps CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFi:CKROX DOCUIMNTS RovisodJ'une I5,2015 34 4120.03 -2 RESIDENTIAL LED ROADWAY LDMINAIRM Page 2 of 22 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation,, Mauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 2. Ornamental Illumination Assermblies a. Measurement 1) Measurement for this Item shall be, per each Ornamental Assembly installed. b. Payment 1) The work po Torun ed and jaterials furnished in accordance with this Item shall be paid for at the unit price bid per each. "Ornamental Assmbly" installed for: a) Various types The price bid shall include: 1) Furnishing Ornamental Mumination Assembly, if required 2) Assembling and installing each Ornamental Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical oonductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) proparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transpoxiation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 3. Lighting Fixtures a. When a pay item for Illumination. Assembly exists: 1) M©asurearxorat a) This Itsrn is considered subsidiary to Illt=hiation Assembly installation. 2) Payment a) The work po-iformed and materials furnished in accordance with this Item are subsidiary to the unit price bill ,per each "Rdwy Illum Assmbly" or "Ornamental Assmbly" bid, and no other compensation will be allowed. b. When a pay itch fo3.• Illumination Assembly does not exist.- 1) Measurement a) Measurement for this Item shall be per each Lighting Fixture installed. 2) Payment a) The work performed and materials frrnished in accordance with. this Item shall be paid for at the unlit price bid per each `Lighting Fixture" installed for. ClfY OF PORT 'NORTH sTANDARn MgSTRUCTION SPECMCATIOiN DOCUhUNTS wised June 15, 2015 34412a.03 -3 USIDEI F'rIAL LED ROADwAX I-LiMgNAMS Pap 3 of 22 (1) Various types (2) Various power 3) The price bird shall include: a) Furnishing Lighting Fixture, if requ ed b) Assern:bliagLighting Fixture, c) Wiring coaneciaons d) }disposal of any unused or replaced materials e) Clean-up 4, Roadway I11tunination Foundations a. Measurement 1) Measurement for this Item shall bo per each Roadway Illumixiation Foundation installed. b. Payment 1) Tlxe work poxforined and materials f nnishod in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Roinforcing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) coordination and notification 6) Excavation, hauling, disposal of excess material 7) protection of the excavation. 8) Clean-up 9) Testing 5. Contact Enclosure a. .Measuiv moat 1) Measureanent for this item: shall be per each Contact Enclosure installed. b. payment 1) The work peiformed and materials furnished in accordanco with this Item shall be, paid for at the unit price bid per each ,Contact Enclosure" installed for: a) Various amounting methods c. The price bid shall. include: 1) Fw-hishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Furnishing said Installing Wood Light Pole a.. Measur went 1) Measurement for -this Item, shall be per each 40' Wood Light Pole furnished and - installed. b. Payment 1) The work performed and materials furnished in accordance with. this Item shall be paid for at the unit price bid per eaoh ' Furnish] ustall 40' Wood Light Pole". c, The price bid shall include: 1) Excavation 2) Furnishing and installing each 40" Wood Light Pole 3) Furnishing, placement and compaction of baolsfrll CITY OF FORT -WORTH STANDARD CONSTRUCTION SI'ISCIFICAT N-DOCIli14BNTS Revised Juno 15,2015 344190.03-4 RRSID.8NTIAL LED ROAD'WAYLfiAMAMBS Page 4 022 d) Clear -up 7. Furnishing and Installing Wood Light Pole Arm a. Measrirobnent 1) Measurement for this Item sha11 be, per each 8' Wood Light Pole Arm furnished and installed, b. Payment 1) Tile work porformed and materials furnished in accordance with this Item. she be paid for at the unit price bid pox each 'Tiunish/Install 8' Wood Light Pole Arm". c. The price bid shall include: 1) Furnishing and installing each 8' Wood Ught Pole Arm 2) Clean-up S. ,Alurniia im Electrical Conductors a. Measmement 1 } Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. b. Payment 1.) The work psiformed and materials furnished in accordance with this Item and measured as provided wider `iVleasur'errrcnt" will be paid for at the unit price bid per linear foot of "Alum Elec Conductor" installed for: a) Various Sizes c. The price bid shall include: 1) FumjBWg and installing Aluminum Electrical Conductor 2) Testing 4. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected_ b. Payment 1) The work performed and materials furnished in accordance with this item shall be paid for at the unit price bid per each "Reconaeet Conductor" o. The price bid shall include: 1) Reconnection of conductors using City approved method 2) Testing of connection 1t1, Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work perfbimed and materials fulnishod in accordance with this Item shall bo paid for at the unit price bid per each "Salvage Street Light Pole" perfon-nod. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Maintain existing street light circuit including new ground box arid reconnection of Circuits (1f required by City) 3) Removal of existing street light pole foundation 2' below grade, back fill with like suv:ounding material 4) Dolivery of salvaged materials to appropriate location 5) Clearx up 11. Street Light Pale Relocation a. Measurement CITY OF FORT WORTH ,gTAMARD CONSTRUCTION SP13CIFICAVON DOCUMENTS Revised June 15, 2015 34 4120.03 -5 -R&SIDEN-HAL LED ROADWAY LDAGNAIRES Page 5 of 22 1) Moaslu omwit for this item shall be per each Street Light pole removed and salvaged. la. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for attlte unit price bid per each "Relocate Street Light Vole" parfionned. c. The price bid shall include: 1) Removal and salvage of SireotLight Pole 2) Delivery of salvaged materials to appropriate location 3) Replacement of pole to new location 4) Fu nishittg, placement and compaction of baelcfill material 5) Clean-up 1.3 REFERENCES The publications listed below form a part of this specification to the extern referonced. Publications are I-eferenced within the text by their basin designation only. Versions listed shall be superseded by updated versions as tboy become available. A. American National Standards Institute (ANSI) 1. C 13 6.2-2004 (or latest), American National Standard for Roadway and Area sighting Egaip-moat Luminairc, Voltage Classification 2. C136.10•-2010 (or latest), Amo ican National Standard for Roadway and Area Lighting Equipment - Locking —Type Photocontrol Devices and Mating Receptacle Physical and Electrical Interchangeability and Testing 3. C136.15-2011 (or latest), Americans National Standard for Roadway and Area Lighting Equipment •- Luminau•e Field Identification 4. C136.22-2004 (R2009 or latest), American National Standard for Roadway and Area Lighting Equipment — h3ternal Labeling of Luminaires S. C136.25-2009 (or latest), American National Standard for Roadway and Area Lighting Equipment — Ingr oss Protection (Resistance to Dust, Solid Objects and Moisture) for Lruninaire Bnclosures 6. C136.31-2010 (or latest), American National Standard for Roadway Lighting Equipment —Luminaire Vibration 7. C136.37 2011 (or latest), American National Standard for Roadway and Area Lighting Bquip:ment - Solid Stare Light Sources Used in Roadway and Area Lighting B. American Society for Testing and Materials International (ASTM) l . B1.17 09 (or latest), Standard Practice for Operating Salt Spray (Fog) ,Apparatus 2. D1654-08 (or latest), Standard Test Method for Evaluation of Fainted or Coated Specirxrexts Subjected -to Coiiosive Environments 3. D523--08 (or latest), Standard Test Method for Spoeular Gloss 4_ 0154-06 (or latest), Standard Practice for Operating fluorescent Light A.pparatrrs for UV Exposure of Nonmetallic Materials C. Council ofthe European Union (EC) 1. RnHS Directive 2002/95/EC, on the res-trictioa of the use of certain hazardous substances in electrical and electronic equipment D. Federal Trade Commission (FTC) 1. Green Guides, 16 CFRpatt260, Guides for the Use ofErieironmontal Marketing Claims E. f11u ninating Engineering Society of North America (IESNA. or lES) 1. DC 4-03 (or latest), Design. Guide for Roadway Lighting Maintenance 2. HB,10-11(or latest), IES Lighting Handbook, 10' Edition erry OF FORTWORTH STANAARD CONST-kUC1TON SP13CIFICATION DOCEMENTS ReVlsod June 15, 2015 34 4120.03 - 6 RPSIDENUALLSDROADWAYLUM(NA1RW Page 6 of22 3. LMV 50-99 (or latest), IESNA Guide for Photometric Measurement of Roadway Lighting installations 4. LM 61-06 (or latest), ZESNA Approved Guide for Identifying Operating Factors Influencing Measured Vs. Predicted Performance for Installed. Outdoor High Intensity Aischarge (HD) Luminaires 5. LM-79-08 (or latest), lESNA Approved Method foT the Electrical and PhotoaxtEtric Measarell( oats of Solid -Sate Lighting Products 6. LM 80-08 (or latest), IESNA. Approved Method for Measuring Lulrtell Maintenance of LED Light Sources 7. RP-8-00 (or latest), ANSI / IESNA American National Standard Practice for Roadwfty Lighting 8_ RP-16-10 (or latest), ANSxl1ES Nomenclature and Definitions for f1huninating Ertgineeri ng 9. TM3-95 (or latest), A Discussian of Appendix - "Classification of Luminaire, Lighting Dist1'ibution," f ,om ANSVIESNA RP-8-83 10. TM-1 5-11 (or latest), Lurainairc Classification: System for Outdoor Lixtuinaires 11. TM-21 -11. (or latost), Projecting Loag Tern Lumen Maintexumce of f M Light Sources F. Institute ofElectrical and Electronics _Fmglneers (IEEE) 1. IEEE C62.41.2 20b2 (or latest), MEE Rocomrn milled Practice on Charaoterization of Surges in Low -Voltage (1000 'V and less) AC Power Cil-cults 2. ANSMAEF, C62,45-2002 (or latest), IEEE Recommended Practice on Surge Testing for Equipment Connected to Low. -Voltage. (1000 V and Less) AC Power Circuits G, National Electricat Manufacturers Association (NEMA) 1. ANSIINEMAMANSLO C78.3772008 (or latest), American National Standard for the Chromaticity of Solid State Lighting Products H. National Fire Protection Association (NFPA) 1. 70 — National Electrical Code (IBC) 1. Underwriters Laboratories (UL) 1 _ 1449, Surge Protective Devices 2. 1598, Luminaires 3. 8750, Light Emitting Diode (LED) Equipment for Use in Lighting Products T. Definitions 1. Lighting terminology used herein is defined in IES RP-16. See referenced documents for additional definitions. i, Exception: The term `°driver" is used herein to broadly cover both drivel's and power supplies, where applicable. ii. Clarification.: The term "LED light source(s)" is used herein per IES LM-80 to broadly cover LED paokage(s), module(s), and array(s). 1.4 ADMfflSTR2 kTXVE- R Qi-CiMMENTS A. Coordination 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the Project. 2. Notify jnspecter prior to pouring roadway illumination assembly foundations, 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and anchor bolts, and any questions about installing the foundations and conduit. 4. For location of City underground street lumiltairo cable and conduit call (817) 392-7738 or (817) 392-8100. CITY OF FORT WORTH STANDA" COIdSTRUrTjoN sprICInCA.TION DOCUMENTS Revised Stine 15, 2015 34 4120.03 - 7 RES1DBNTIAL LED ROADWAY1.I)MINAIRE5 Page 7 CM 5. Obtain and pay for all pmniits as required to Woyk in parkway. B. ]?reinstallation Meetings 1. Attend pre -construction meeting. 1.5 LIGHTING SYST]gm PE"O-RT4ANC-EI A. Energy Conservation 1_ Connected Load a. Luminaires shall have rnaximurn nominal luminaire input wattage as specified for each lumbiaire type in Appendix A. 2. Lighting Controls a. Sao separate controls specification identified in section 1.2 above, if applicable- b. See section 2.I -B below for driver control interface and performance requirements. c. See section_ 2.1 4C below for photocontrol 1'e0eptac1e requirements. B. Photometric RiegWrelnents 1. Luminaires shall meet the general criteria provided in the body of this specification O' d the particular criteria for each I-aminairc type defrned in Appendix A. . G HEQ ETI]REi] SUBMITTALS FOR >GACET LUMNAMi T'YP1� 1lER�B IN APPI;IYArK A A. General submittal content shall include 1. Completed Appendix E submittal form 2. Liuninaire outsheets 3. Cutsheets foil• LED light sources 4. Cutsltoets for LED driver(s) a. zf dirninable LED driver is specified, provide diagrams ilhistrating light output and input pourer as a function of control signal. 5. Cutsheets for surge protection device, if applicable d, fustructi:ons for installation and maintenance 7, summary of luininaire rocycled content mid recyclability per the FTC Green Guides, expressed by percentage of luminaire weight B. LM 79 luminaire photometric reports) shall be produced by the test laboratory and include 1, Name of test laboratory a. The test laboratory must hold National Voluntary Laboratory .Accreditation Program (NVLAP) accreditation for the IHS L M-79 test procedure or trust be qualified, verified, and recognized through the U.S. Department of Energy's CALIPER program. Fox more infoxxnation, see http://ts.nist.gov/sta>:idards/scopos/colit.btm or www.ssl.energy.go-v/test—labs-litm]- 2. Report t>_unrber 1 Date 4. Complete luminaire catalog number a. Provide explanation if catalog number in test reports) does not match catalog number of ltlininaiire submitted l) Clarify whether discrepatrcy does not affect perforrnauce, e.g., in the case of differing lumfilaire housing color. CITY OF FORT WORTH STANDARD,CONSTRUc,,noN Spv0FICATION DOCC ACNTS r cyWd June 15,2015 34 4120.03 - 8 RESJD13NTIAL LED ROADWAY L UM]NATRWS Page8 o£22 2) Tf nominal poiformance of submitted and testod products differ, submit additional LM 79 repoit(s) and derivation as indicated in Appendix C. 5. Description of lunnina-u•e, LED light souree(s), and LED driver(s) 6. Cxoniophotorrtetry 7. Colorimet'y G Calculations and supporting test data per Appendix B indicating a lumen maintenance life of not less than 50,000 operating hours D. Computer -generated point-bypointphotomebio analysis ofmarutaiaod photopic light levels as per Appendix A 1. Caleulatiozrs shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, -where LLF = LLD x LDD x LATF, and a. lamp Lumea Depreciation (LLD) 1) Shall be 0.85 (L70) for all luminaires. 2) Shall be tho percentage of initial output calculated in section 1.6-C. b. Luminaire Dirt Depreciation (LDD) = 0.90, as per MS DG-4 for an enclosed and gasketed roadway luminaire, installed iii an elrvironment with less than 150 4 M3 airborne particulate matter and cleaned evety four years. c. Laminairo Ambient Temperature Factor (LATF) =1.00 2. Use of TES f1B-10 xrlesopic multipliers a. Shall be disallowed herein, by assumiing an SIP ratio of 1 AQ for- all luminaires. 3. Calculation/measurement points shall be per TES RP--8. E. Summary of Joint Electcon Devices Engineering Council (JBDEC) or Japan Electronics and Information Technology lu,dusttios (MITA) reliability testing performed fox LED packages F. Summary of reliability testing performed for LED drivet(s) G. Writton product warranty as per section 1.7 below 1.7 CLOSEOUT SU.BMffTALS A, WarmtyDocumentation 1. Provide manufacturer warranty information to the City. 1.8 MAMTiffAwcE MATE1tML SUBMITTALS (NOT USE, DI 1.9 QUALITY ASSURANCE A. :Before approval and purchase, Supplier shall provide at the Owner's request huninaire ,sample(s) identical to product con-figuration(s) submitted for inspection at the Supplier's expense, Owner shall xequest IBS LM-79 testing oflutnina re sample(s) to verifyperfortnance is within xnanufactrtrerreported tolerances and Photometric reports and Jes files, per JES LM- 63. The photometric file must match the luminaire being submitted. R. After installation., Owner may perform MS LM•50 field measurements to ver fy perf'orrnaaGe requirements outlined in Appendix A., giving consideration to measurement uncertainties outlined in IES LM-61, 1..I.o DELI"RY•, STORAGE, AND HANDUNG A. Storage and Handling Requirements Crry 019 FORT WORTH STANDARD CONSTRir=ON 8113 i'ICATION DOCUiVI NT'S Revised June L5, 2015 34 4120.03 - 9 RESMENTIAL LED ROADWAY L,iTIv WA S gage 9 of 22, 1. Parts shall be properly protected so that no damage or dotoxioration occurs during a prolonged delay from the time of shipment until. installation. 2, Exposed anchor bolts shall be protected until pole shaft is installed. 3. Provent plastic and similar brittle items from being exposed to direct sunlight and extremes in tomperaturo. 4. The Contractor shall secure and maintain. a location to store the material in accordance with Section 0150 00. B. Delivery and Acceptance 1. Contactor and inspector shall visually inspect roadway illumination assemblies after removal to deteimi ae the condition of the hardware, 2. Contractor shall protoct all salvable material during transport to City specified storage facility. 3. Dolivored material inust be in tiro sane condition after removal, as agreed upon by Contiactor and inspector alter romoval. 1.1.1 F)EL)) [SITE, j CONDITIONS fNOTUSED] 1.12 WARRANTY A, Provide a minimum. ten year watranty covering maintained. integrity anti funetionalitty of 1. Lutninaire housizlg, wiring, anal OOr)ne0tiOn6 2. LED light source(s) a. Negligible light output bete ruoro than i 0 percent of the LLD packages constitutes luminaire .failure. 3. LEAD driver(s) B. Wgrranty period shall begin 90 days after date of installation_ PART 2 � PRODUCTS 2.1 LUNIINAME REQV IR 1 M-EN TS A. General ReTtimments I. Lutz Waires shall be as specified for each We in Appendix A. 2. Luminaire shall have an external label per ANSI C136.15 3. Luminaire shall have an internal label per ANSI C13 6.22 to include date of manufacture. 4. Luminaire, shall be acted for a minimum of IP65 per ANSI C13 6.25. 5, Nominal luminaire input wattage shall account for nominal applied voltage and any reduction in driver efficiency due to sub -optimal driver loading. 6. Lumnnairos shall stall: and operate in 200C to +40°C ambient. 7. Electrically test Adly assembled luminaires before shipment .from factory 8. Effective Projected Area ()SPA) and weight of the lumin.aire shall not exceed the values indicated in Appendix. A. 9. luminaires shall be designed for ease of component replacOMORt and end -of -life disassembly. CrrYOFFORT WORTH ,%TANDARD CONSTRUCTION SPECIFICATION DOGClMEi�TS Rovisad Tune 15, 2015 344120.03-10 PtEswacrim. j-,BD RoADwAY LuM1NAIR)35 Pige 10 OM 10, Luminaires shall be rated for the ANSI C136.31 Vibration Level indicated in Appendix A. 11- LED light source(s) and drivsr(s) shall be RDHS canipliatnt. 12. Transmissive, optical components shall be, applied in accordance with OEM design guidelines to unsure suitability for the thermal/mechwicaUchemical environment. 13- Luminaires shall have 4 bolts for mounting to l-1/4" to 2-3/$" Tenon arm for leveling azi�1 securing of luminaire to tenon arm. 2,-Bolt connections shall not be permitted. 14. Luminaires shall be UL listed. 15. Luminaires shall coma standard with 7-pin phoiocontrol dimming r'cceptacle meeting ANSI C136, 41 requirements. B. Driver 1. Rated for minim -Lim of 50,000 hours. 2. Shall be 0-10V dimmable. 3. Rated case temperature shall be suitable .for operation in the, luminaire operating in the ambientiomperatures indicated in section 2.1-A above. d, Shall accept the voltage or voltage range indicated in ,Appezid A at S0I60 Imo, and shall operate normally for input voltage fluctuations of plus or minus 10 percent. 5. Shall have a mfi-d r- -um Power Factor (PF) of0.90 at full input power and across specified voltage range. 6. Control signal intazfsce a. Lumiaake types indicated "Required" in Appendix A_ shall accept a control signal as specified via separate controls specification referenced in section 1.2 above, e.g., for dimming. b. Lurzrinaire types indicated "Not Required" in Appendix A need not accept a control signal. C. Electrical immunity 1. Luminalre shall meet the `Basic" requirements in Appendix D. Manuf'acttuer shall indicate on submittal folan (Appendix. E) whether failrrro ofthe electrical imanunity system can possibly result in disconnect of power to luminaire. D. Electromagnetic Interference 1. Shall have a max imam Total Harmonic Distortion (THD) of 20% at ft l input power and across specified voltage rango. 2. Shall comply with FCC 47 CFR part 15 no-ft- consrtmer RFIfE1bll standards. $. Electrical safety testing 1. Luminaire, shall be listed for wet locations by an OSHA NRTL. 2. Luminaires shall have locality apprup-date governing mark and certification. F, Painted or finished luminaire, components exposed to the environfuent 1. Shall exceed a rating of six per ASTM D 1654 of or 10o01us of testing per ASTM 13117. 2. The coa[ing shall exhibit no greater than 30% reduction of gloss per ASTM D523, after 500 hours of QUV testing at ASTM G154 Cycle 6. G. Thermal management CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM12NTS Revised June 15, 2015 34 4120.03 - J 1 100DENTIAL LUD ROADWAY LUMNAIRF~ Page 11 of22 1. Mechanical desiga of protruding external surfaces (heat sink fins) for shall facilitate hose• - down oleaning and discourage, debris accumulation. 2, Liquids or other inovin.g parts shall not be permitted. H. Il3S TM 15 limits for Baeldight, Uptight, and Glare (BUG Ratings) shall be, as specified for each luminaire type ur Appendix A. 1, Calculation of BUG Ratings shall be for initial (worst -case) values, i.e., Light Loss Factor (LLF) r 1.0. 2. Luminaires shall not be tilted for calculations. L Muimuin Colo' Rendering Index (CRI): 70. J. CorreIated Color Temperature (CCT) 1. If nowinal CCT specified in Appendix A is listed in Table I below, measured CCT and Duv shall be as listed in Table 1. IVA Table 1 Alloable CCT and Duv (adapted from NEMA C78.377) Manufactrurer--bated Nominal CCT (K) Allowable I,M-79 Chromaticity Values Measured CCT (10 Measured DUV 2700 2580 to 2870 -0.006 to 0.006 3000 2870 to 3220 -0.006 to 0.006 3500 3220 to 371.0 -0.006 to 0,006 4000 3710 to 4260 -0.005 to 0.007 4500 4260 to 4746 -0.005 to 0.007 5000 4745 to 531.1 -0,004 to 0.008 5700 5310 to 6020 -0,004 to 0.008 6500 6020 to 7040 -0.003 to 0,009 If nominal CCT specified in Appendix A is not listed in Table 1, measured CCT and Duv shall be as per the criteria for Flexible CCT defined. in NEMA C78.377. K The following shall be in accordance with coiTesponding sections Of ANSI C136.37 1. Wiring and grounding it. All internal eomponoilts shall be assembled and pro -wired using modular electrical - coiuneoticns, 2. molrmting provisions a, Specific configurations are indicated in Appendix A 3. Terminal blocks for incoming AC lilies 4. Photocontrol teceptacle 5. Latching and. Dinging 6. Ingress protectio" 2.7. PRODUCT MAN FACTURLR-S A. Any manufactul'er offering products that: comply with the required product performance, and operation critoxia may be considered. B. Note if a field installed house side shield is available. CITY OF FORT WORTH STANDARD C0N8TR'UC'pj0N SPI3CIFICATION DOCUMENTS Revised June 15, 2015 944120.03-12 I.RS1DEAITTAL. LED ROADWAY LUMiNAMS Page 12 of22 7,,3 iV AN-CJFACT'U"R SERVICES A. ManafactL]rvr or local sales representative shall provide installation and troubleshooting support via telephone and/or email. YD OF &EMON Revision Log DATE I NANM I SUMMARY OF CMNCE. 6/15/2015 F. Grifin i ReAse to LED type IUMIMiteS CITY OF FORS' WORTH STANDARD CONSTRUCTION SPIRCIFICEI.'IION DOCUMEiiXVTS Revisnd Jane 15, 2015 ROADWAY DATA: 5IDPWALI( DATA: LIGHT POLE DATA: 34 4120.03 -13 RESIDENTIAL LED ROADWAY LUMINAM0 Page 13 of 22 APPENDIX A APPLICATION -BASED SYSTEM SPECIFICATION LUMINAIRE TYPE "A" — RESIDENTIAL TYPICAL RITE PARAUFTFRS Roadway Width (Curb to Curb) 36 ft IES pavement class. 0 R1 © R2 Rf R3 LI R4 Posted speed 1€rrllt © 5 25 mph CAI > 25 mph Sidewalk width Cft Edge of sidewalk to edge of roadway pavement Lurninaire mounting height 4 ft 25 ft Arm length, horizontal _ 6 ft Luminaires per pole 1 Pole set -back from edge of pavement 3 ft In -line pole spacing (one pole cycle) top ft Layout Dane side © Opposite [J Staggered ❑ Median PERFORMANCE CRITERIA: AFJ-Lf0 A1JV1M ROADWAY PHOTOPIC Maintained average horizontal at pavement 0.4 FC ILLUMINANCE' Avg:min uniformity ratio 6:1 P110T0PIC Maintained average luminance n/a LUMINANCE: Avg:min uniform ity ratio n/a Max:min uniformity ratio nja SIDEWALKS PHOTOPIC Maintained average liorizontaf at pavement 0.2 FC ILLUMINANCE: Avg:min uniformity ratio (horizontal) N/A Maintained min. vertical Ilium. at 4.9 ft, In directions of gavel N/A PERFORMANCE CRITERIA: LED LUMINAIRE INPUTPOWER: Max. nominal lurninalre input power 70W NOMINAL CCT: Rated correlated color temperature 3000 K CUTOFF CLASS: Max, nominal backlight uptight -glare ratings FULL CUTOFF VOLTAGE., Nominal luminaire input voltage Lurninalre housing finish color — 1.20, 277V -- Gray FINISH: WEIGHT: Maximum luminaire weight 30lb EPA: Maximum effective projected area 0•9 ft, MOUNTING: Mtg. method G Post top LI Side -arm Q Trunnion/yoke CI Swivel -tenon ___fAnd 14/4 inch Tenon nominal pipe sl%e (MPS) 23/8 inches `IIBRA71ON: ANSI test level C>?. Level 1(normal) CI Level 2 (bridge/overpass) DRIVER: .._._ 1J 35OmA d 530mA 0 700mA CITY OF FORT WORTS STANDARD CONSTRUCTION SpEI CWJC.ATION DOCUM12NTS Rev€sed June 15, 2015 34 4120.03 -14 .RLMENTIALLED ROAD'UVAYl.UM1NAiRES Page 14 oF22 DRIVER; Wireiess Control R1 Yes d No Capability Appendix s Estimating LED Lumen Maintenance IES TM-21 allows for extrapolation of expected lumen maintenance from available test data. The extent of such extrapolation is limited by the duration of testing completed and the number of samples used in the testing. The TM-21 methodology shall be used by the manufacturer to determine lamp lumen depreciation (LLD) at end of lumen maintenance life per section 1.6-C. The applicant may estimate lurnen maintenance in one of two ways: option 1: Corn anent Aerfarrnar}ce Urider this compliance path, the applicant must submit calculations perTM--21 predicting [umen maintenance at the lumina[re level using In Situ Temperature Measurement Testing (IS7'MT) and LM-gfi data. To be eligible for the Component Performance option, ALL of the conditions below must be met. If ANY of the conditions is not met, the component performance option may not be used and the applicant must use option 2 for compliance. 1. The LED light sources) have been tested according to LM80. ,2. The LED drive current specified by the luminaire manufacturer is less than or equal to the drive current specified in the LM-80 test report. 3. The LEI] light source(s) manufacturer prescribes%indicates a tern peraiuro measurement point (Ts) on the light source(s). 4. The Ts is accessible to allow temporary attachment of a thermocouple for measurement of in situ temperature, Access via a temporary hole in the lousing, tightly resealed during testingwith putty or other flexible sealant is allowable. S. For the hottest LED light source in the Iuminalre, the temperature measured at the Ts during ISTMT Is less than or equal to the temperature specified in the LM-80 test report for the corresponding drive current or higher, within the manufacturer's specified operating current range. a. The 15TM-r laboratory must be approved by OSHA as a Nationally Recognized Testing Lab (NRTL), must be qualified, verified, and recognized through DQF s CALIPER program, or most be recognized through UL's Data Acceptance Program. The ISTIVIT must be conducted with the luminaire installed in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires), with bird fouling CnT OP FORT WORTH STANDARD CONSTRiUCTION SPECIPICl1 MONDOCUMENTS Revised 7on.a 15,2015 344120.03-15 RPISIDi NTIAL LED ROADWAY I UMJNAIR ES page 15 of22 appropriately simulated (and documented by photograph) as determined by the manufacturer. option 2: Luminaire Performance Under this compliance path, the applicant must submitTM-21 calculations based on LIVI-79 photometric test data for no less than three samples of the entire luminaire. Duration of operation and interval between photometric tests shall conform to the TM--21 criteria for LED light sources. For example, testing solely at 0 and WOO hours of operation would not be adequate for the purposes of extrapolation. Between LM-79 tests, the luminalre test samples must be operated long-term in the appropriate application as defined by ANSIJUL 7598 (hardwired luminalres). The test laboratory must hold NVLAP accreditation forthe LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy (DO )'s CALIPER program. The extent of allowable extrapolation (either 5.5 or 6 times the test duration) depends on the total number of LED light sources (no less than 10 and preferably more than 19) installed in the luminaire samples, as per TM-21. This compliance path poses a greater testing burden to luminaire manufacturers but incorporates long-term testing of other components in the system, such as drivers. Under either compliance path, values used for extrapolation shall be summarized per TM-21 Tables I and 2. Submitted values for lumen maintenance lifetime and the associated percentage lumen maintenance shall be "reported" rather than "projected" as defined by TM--21. Supporting diagrams are requested to facilitate interpretation by Owner, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 34 4120.03 -16 R*ssIDENTIAL LED ROADWAY LUNENAMES pntye 16 of 22 APPENDIX C PRODUCT FAMILY TESTING I_M-79 AND ISTMT it is recognized that due to the time and cost required for product testing, it would not be realistic to expect manufacturers offering a multitude of unique luminaire configurations to test every possible configuration. Therefore, the "product fatnilles" method may be utilized for LM--79 and ISTMT, whereby manufacturers identify a set of representative products for which test data can be used to demonstrate the accuracy of interpolated or extrapolated performance of product configurations lacking test data. Precedent for this approach can be found in LM-80, if the particular luminaire configuration submitted has not been tested, the performance may be conservatively represented by test data for another luminaire configuration having: The same intensity distribution (typically, only applies to LM-79) * The same or lower nominal CCT * The same or higher nominal drive current L The same or greater number of LED light source(s) b The same or lower percentage driver loading and efficiency The saute or smaller size luminaire housing. A more accurate estimate of performance can be obtained by linear interpolation between or more tests differing in terms of the six parameters listed above. For example, consider a hypothetical luminaire offered in a single size housing, and having the following parameters_ a Three intensity distributions: JES Type 11, III, or IV a Three CCTs: 4000, 5000, and 6000K 0 Three drive currents: 350, 525, and 700 mA ® Four LED quantities: 20, 40, 60, or80 LEDs. Table C.1 illustrates a set of tests which could allow for accurate interpolation between tested configurations, given a single luminaire housing size and essentially constant driver efficiency, these 10 tests may provide representative data for the :.08 possible product configurations. Note that normalized intensity distribution must not be affected by the other three parameters. Table CA. Representative testing of a single luminaire housing size Tests intensity distr€butlan CGT >�rive current # of LEDs CITyOF FORT WORTH STANDARD CQNyrRuc!TJO ~i Sp11CIFICATION DOCUNJE 'I'S Revised Juno 15, 2015 344z20.03-17 RmMMTIAL LED ROADWAY Li]KVAI M page 17 of22 (IFS Type) (K) 1mAj 11213 It, 111, IV 4000 700 80 4,5 IV 5000, 6000 700 so 6,7 IV 4000 32S, 52.5 80 3. 9. 10 IV i 4000 --- 700 20, 40, 60 ror example, the manufacturer could detail interpolation as shown in Table C.2, applying the following multipliers to the base test#2 to model a configuration with Type III intensity distribution, 5000K CCT, 525 mA drive current, and 40 LEDs: e Ratio of test 44lumens; to test43 lumens 6 Ratio oftest #7 lumens to test#8 lumens b Ratio of test #9 lumens to test #3 lumens. Table C.2. Multipliers for Test #2 to yield. Type Ill, 500ijf<, 525mA, 40 f EPs Test # Intensity distribution ccT Iirl e current # of LEDs Multiplier (I ES Type) (K) (mA) (lumens rat! 2 111 4000 700 80 n/a 3 IV 4000 700 80 n/a 4 IV 5000 700 - 80 #4 / ##3 7 IV ' 4000 52ac SO #7 / #3 9 IV 4000 70p 40 #9 J #3 interpolation between minimal LM-79 and ISTMT data Is more difficult If housing size increases with increasing wattage; it may not be clear whether the lowest -wattage configuration would be expected to "run cooler" than the highest -wattage configuration. in these circumstances, the adequacy of submitted data is subject to owner approval. At this time, the "successor" method cannot be used; luminaires tested must utilize'the LED light sources) characterized bythe submitted LM-80 report. CITY OIL FORT WORTH STANI7AitD CONST1tucTION SPECIFICATION DOC WENTS Revised June 15, 2015 APPENDIX D ELFCI'RICAL IMMUNITY 'rest Procedure 34 4120.03 - IS RESMIINTIAL LRD ROADWAY LUA41NATRES Page 18 01722 a Electrical Immunity Tests 1, 2 and 3, as defined by their Test Specifications, shall be performed on an entire powered and connected luminalre, Including any control modules housed within the lurninalre, but excluding any control modules mounted externally, such as a NEMA socket connected photo control. A shorting cap should be placed across any such exterior connector. o The luminaire shall be connected to an AC power source with a configuration appropriate for nominal operation. The AC power source shall have a minimum available short-circuit current of 200A. The luminaire shall -be tested at the nominal input voltage specified In Appendix A, or atthe highest input voltage in the input voltage range specified in Appendix A. • Electrical Immunity test waveforms shall be superimposed on the input AC power line at a point within 6 inches (15cm) of entry into the luminaire using appropriate high -voltage probes and a series coupler/decoupler network (CDN) appropriate for each coupling mode, as defined by ANSI/IEEE C62.45-2002. The test area for all tests shall he set up according to ANSVIEEF C62.45- 2002, as appropriate. Priorto electrical immunity testing a set of diagnostic measurements shall be performed, and the results recorded to note the pre -test function of the luminaire after it has reached thermal equilibrium. These measurements should Include at a minimum: a) For all luminaires, Real power, Input RMS Current, power Factor and THD at full power/light: output b) For luminaires specified as dimmable, Real Power, Input RMS Current, Power Factor and THD at a minimum of 4 additional dimmed levels, including the rated minimum dimmed level o Tests shall be applied in sequential order (Test x, followed by Test 2, followed by Test 3). if a failure occurs during Test 3, then Test 3 shall be re -applied to a secondary luminaire of identical construction. Following the completion of Tests:, 2, and 3, the same set of diagnostic measurements performed pre test should be repeated for all tested luminaires, and the results recorded to note the post-test function of the lurninaire(s). A luminaire mustfunction normally and show no evidence of failure following the completion. of Test 1 +'rest 2 +Test 3 (for a single tested luminaire), or the completion of Test I { Test 2 on a primary luminaire and Test 3 an a secondary luminaire. Abnormal behavior during testing is acceptable. A luminaire failure will be deemed to have occurred if any of the following conditions exists following the completion of testing: a) A hard power reset is required to return to normal operation CH-V OF FORT WORTH STANT)ARD CONSTRUCUOII SP-CIVICATION DOCUMENTS Revised J-1015, 2015 34 4120-03 - 19 RMID)MIAL LED ROADWA'YLUMNAMS Page 19 0£22 b) A noticeable reduction in full light output (e.g. one or more LEDs fail to produce light, or become unstable) is observed c) Any of the post-test diagnostic measurements exceeds by±5`Ya the corresponding pre -test diagnostic measurement. d) The luminaire, or any component In the luminalre (including but not limited to an electrical connector, a driver, a protection component or module) has ignited or shows evidence of melting or other heat -induced damage. Evidence of cracking, splitting, rupturing, or smoke damage on any component is acceptable. Test Specifications NOTE, L.1 is typically "HOT", L2 is typically 'NEUTRAL' and PE= Protective Earth. Test 1) Ding Wave: The luminaire shall be subjected to repetitive strikes of a "C Low Ring Wave" as defined in IEEE C62.41.2-2002, scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.1. Prior to testing, the ring wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peal( MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peal(. Calibrated current probes/transformers designed for measuring high frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peal( current shall be calculated and recorded. If any individual peal( current in a set exceeds by±10%the average, the test setup shall be checked, and the test strikes repeated. Table 13.1.` o.5 Lis---100fix Ring Wave Specification Parameter Test Level/Configuration Short Circuit Current Peak 0.5 kA Open Circuit Voltage Peak 5 kV Source impedance 12 ,2 Coupling Modes Ll to PE, [-2 to PF, L1 to L2 Polarity and Phase Angle positive at 00' and Negative at 270° Test Strikes — 5 for each Coupling Made and Polarity/Phase Angle combination Time between Strikes 1 minute Total Number of Strikes = 5 strikes x4 coupling modes x Z polarityfphase angles 40 total strikes CITY OF FORT 'WORTI-I S'r'ANDARD CONSTRUCTION SMIKCA'I'ION J30C iMr OTS Revised June 1 S, 2015 34 4120.03 - 20 RESIMNTIAL TAD ROADWAY JXMINA S page 20 r&22 Test 2) Combination Wave: The lurninaire shall be subjected to repetitive strikes of a "C High Combination Wave" or "C Low Combination Wave", as defined in IEEE C62..41..2-2002, Scenario 1., Location Category C. The test strikes shall be applied as specified by Table D.2. The "Low" test level shall be used for luminaires with Basic Electrical Immunity requirements, while the "High', test level shall be used for luminaires with Elevated Electrical Immunity requirements. Prior to testing, the combination wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any Individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. ,-...L.,,, r, ). 7 3 icn.ic— P17n rrS rnmbination Wave Specification Test 3) Electrical East Transient (EFT): 'fhe lurninalre shall be subjected to "Electrical Fast Transient Bursts", as defined In IEEE C62.41,2 -2002. The test area shall beset up according to IEEE C62.45-2002. The bursts shall be applied as specifier) by Table D.3. Direct coupling is required, the use of a coupling clamp is not allowed. Table U.3: Electrical Fast Transient (EFT) Specification Parameter 'rest Level/ Configuration open Circuit Voltage Peak 3 kV Burst Repetition Rate 2.5 kHz Burst Duration 15 ms Burst Period 300 ms CITY OF FORT WORTH STANDARD CONS UCT1ON SPLCIRCATION DOCUMEN'IS i.2avised June 15, 2015 34 41 20.03 - 2.1 RESIDFNTf L J-8D ROADWAY LUMINAIRBS Paga 21 OE22 Coupling Modes U to Pr, L2 to PE, LI to L2 Polarity Positive and Negative Test Duration minute for each Coupling Mode and Polarity combination Total Test Duration 1 minute x 7 coupling modes x 2 polarities 14 minutes CITY OF FORT WORM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June is, 2015 34 4) 20.03 - 22 RES)DENTIAL LED ROADWAY LTIIv WAIAES Page 22 of 22 APPENDIX E PRODUCT SUBMITTAL FORM Luminalre Type' Manufacturer Model number Housing finish color Tenon nominal pipe size (inches) Norninal iuminalre welght.(Ib) Nominal lrimiriaire EPA (ft2) Nominal input voltage (V) ANSI vibra-don test level Nominal BUG Ratings. Level 1(Normal) Level 2 (bridge%verpass) Make/model of LED light source(s) Make/model of LED driver(s) Dirnmability Dimmable Not dimmable Control signal interface Upon electrical immunity system failure Possible disconnect No possible disconnect Thermal managemernt Moving parts No moving parts Lumen maintenance testing duration (hr) Reported lumen maintenance life (h'r) a W#ranty period (yr) Pa' rameter Nominal value Tolerance No) Initial photopic output (Im) Maintained photo plc output Qm) Lamp Iumen depreciation Initial input power (W) Mainiained Input power (W) Initial LED drive currant (iM) Maintained LEI] drive current (fM) Drive current used In -situ LED Ta (°C CCF (K) Additional product description I See Appendix .A., and attach supporting documentation as requbxcd. 91 Value shall. be no less tl= as specified in section I.b-C, and shaU not exceed six times the tasting duration indicated its the raw above. Vacua shall be consisto�at with values submitted in the rows below for maintained light output, maintained input power, and Maintained drive CUI'r=t. CITY OF FORT WORTR STANDARD CONSTRUCTION SI'MFICATION DOCUMENTS Revised �Une 15, 2015 APPENDIX G Photocell -Technical Data Caula3aionhol: I rJl67 I Rojeci: OVERVIEW With a design life of 20+years and superior fn-rush currentand surge -protection featares, the DLL Elite supporttbe extended life and low maintenance benefitsassoclated with LED fixtures. FEATURES APPLICATIONS Q LED fighting fixtures that require duskto dawn control High inrush current f lxture5 Designed to lastas long asyour LED lighting systam, 20 -t years LED Inrush protection withtriacassfsted relay a Extremosurge proiectionof12B0JI40kAulilityor2120Jf40AHLlisted o Double thick enclosure and tens with add4lonalUVinlllbilor o High temp base plastic tested to 140°C o Long life capaeitnrs a Full wave rectifiedpowersuppty * Dual 7onerdiodesfor long life Q Solid brass contact blades o Double sided, thru hole pfated.062" FR4 circuit board 1, Conformal coated printed circuit board 4 Sealed packaging for extended storage 09CIFICATI©NS REGULATORYUSfINGS o ANSI C136.10 e ROHS campilant ul.listed to US. and onadfaa safety standards Surge rated in excess of ANSI C136.10 to 20kVl10kA OPERATING CHARACTERISTICS Operating temperature: -40Cta 70C Voltage 120 to 400VAC, 60Flz Load mthrg:1000 watts,1800VA ballast e ULLaadRating.,1000VA o Average powerconsumptlon: <0.5 watts @ 120V Warranty Ten-year limited warranty, Complete warrantyterms located at: difiarrs�:asnx Note: Actual pe6nmatlto Mgydiffer asa; result of end-trsereavlronment and application. Specifications subject to change without notice :,�.- .____ ��_z:. �u., �:,.,:.�•:x_ r::.:�.,:._,:: ORDERING INFORMATION 4", cuisvcontro& Der' II DU Elite Eloctron c Locking Tvve Photocontrol 3 o€li ,?ZY;:� Green Blue 3!37V Ereen Green Yellow Yellow ..........ya,tss:.�ata::..;::_.: R2 L r 20$ MVOT - - ------ BLL127 120-277V; [blank] Fait On ,1.5 ANSIStd.. ;(blank] Sid.; rlblankl Std., [blankil Std.r s[blank] Sid.; JU 9unit DLL347 347V F FY10K LP Low Profiles Operation CUL CULas BK Black2 J12 12Units IR ]RFlltered OR Brown' J5-0 5Uunfts Dl,L9B0 480V Silicon Q Green2 GY Gray2 BL Blue, YL YellovP NOTES 1. Not available MhDL1347,0LL480,orCULcertiBGllfon. 2. Nolrstarrdardcustomcutonareean3iockliems.AvailablelnJ12add J50only. Cansuttcustosnersenelm. AcultyarandslaftelithonraWayConyets,GA30012 Phone:800.535.2465 wimv.aruitycontrols-coni DIL-DLL D2014-2o17Acuity Brands Lighting,luc.All Aghtsreserved- Rev.09/13117 iaf2 DIMENSIONS Standard low Profile STOCKED MODEL NUMBERS 120-277VFail- On (non-UL)271.5 1271.5 r.,L, BL 120 277V Fail On (non UL) 81uo J50 1XL727I.5GY 120-277VFall- On(non-UL)Gray J50 DLL1271,58X 120�277VRail- On(non-UL)Mack J50 D1-L127F1,5 120-277VFall- Off (iron-ULj J50 DLL127F 1.5 BL 120-277V Fail- Off (notrUL) Blue J50 DLL1271.5IF 120.277VFall-On(non-UL)LowAdile J50 ' DLL127F 1.5 CUL 120.277V Fall- Off J50 DLL1271.5CUL 120.277VIRail-00 J50 OLL34715 1.5 CUL 347V Fall- Off J50 DLL3471.5 CUL 347V Fall- On J50 OLL48OF 1,5 CUL 4800all-Off J50 DLL4001.5 CUL 480V Fall- On 150 AcwWBrandgGiielithoniaWay Conyors,GA 30012 Phoae:t100.535,2465 mIAMcuityWritrols.tarn DTt--011L 02014-2017AcrrityBrands Ughting,lnc.ARfights rosexed. Rev09I13117 20[2 APPENDIX H. Shorting Cap- Technical Data K4500 Shorting Cap, Locking-IlYpe M.Ounting The K4500 Shorting Cap features 3-prong looking -type plug connector. it Is used with luminaries with a photocontrol receptacle to complete circuit when a photocontrol is not required. Features Designed to meet environmental protection requirements In ANSI C136.M * Complete circuit to provide direct connection to luininarie when no photocontrol is connected. Ratings Size: 3" (7.6 cm) High, 3" (7,6 cm) Diameter Color: M111<y White with Slack imprints Material: UV Stabilized Po€ypropelyne Cap Black Po€ypropelyne Base Neoprene Blend Gasket Solid grass Contacts Electrical Rating: 16 A, '120-488 V Environmental: Meets ANSI C136-10 Environmental Requirements Regulatory Listings: UUOSA Listed ANSI C'i 36-t 0 Compliant Warranty: Limited 2--year Manufacturer's Warranty Project Location: Product Vpe: Contact/Phone: Model #: K450D vy am-rIERMATIE' f_nergy Controls ' IVTERMATI Specification The locking type, shorting plug shall install on a ANSI G130-10 NEMA style 3-pin receptacle to connect load pins to bypass local photocell control. Shorting plug shall have a rating of -t 5A at 105-488 VAC. The shorting plug shall lac constructed with UV stabilized polypropelyne cap, black polypropelyne base and neoprene blended gasket. The shorting plug shall be agency certified and tested accordingly. The shorting plug shall moot: all environmental and electrical requirements of ANSI C136,10. The shorting plug shall have a manufactures limited warranty of 2 years minimum. The shorting plug shall be Intermatid model K4500. Energy Controls www.intermatio.com APPENDIX Street Light Component Technical Data STREET LIGHT COMPONENTS -SPECIFICATIONS -TRM rUSES 250 VAC (1/10 T030A) -FUSE HOLDERS 600VAC/DC (30A) -WIRES: 416ALUMINUM DUPLEX OVERHEAD 46 ALUMINUM TRIPLEX OVERHEAD 416 ALUMINUM TRIPLEX CONDUCTOR 60OV (UNDERGROUND) -CONDUITS: RIGID NONMETALLIC SCHEDULE 80 (BELLED END-10') RIGID NONMETALLCI SCHEDULE 80 (ELBOWS -PLAIN END) RIGID NONMETALLCI SCHEDULE 80 (COUPLING & ADAPTER) GROUND BOX DIMENSION: 13"X24"X18", TIER RATING: 10 MATERIAL: POLYMER CONCRETE TAPERED BOX HARDWARE: 1=3/8" BOLT TR TO'nne-Debay Wdget Fly sess Trl-Cnl& TRM time -delay midget fuses are rated 250 volts AC and are offered in ampere ratings from 1110 to 30A. They have 12 seconds time -delay at 200% rating to provide supplemental protectiort of small motors, small transformers and other high inrush loads, plus many other 250 volt applications. (Not for Branch Circuit Protection). Features/Benefits: Humorous ratings for a wide variety of applications 260VAC rating in all sizes up to 30A o Time -delay for cireults with high inrush currrent Can be used with UltraSafeT"' fuse holders 0 1 1120 X 13132" (10mm x 38mm) dimensions Highlights: Time -delay Catalog Numbers (amps) TRM1110 TR1rf6110 WM1-41f0 TRM151100 TRU9110 TRhl1.9110 TRM2110 _[RM1 TRM2 TRM114 UNI-113 TRM2114 TRM3110 TRW-% -fRM2112 TRM4110 TRM1.9110 TRM2.8110 TRM112 • Applications: Small motors • Small transformers • Lighting circuits o Control circuits TRM3 TRMS-8110 TRM10 TRM3,2110 TRM6 TRM12 VMVPZ TRM6-114 TRM15 IRM4 TRM7 TRM20 TRM4412 TOR TRW-5 -rRMG 709 TRM30 Recommended Fuse Blocks for Midget (10x36mm) Fuses - 3galesT�t ` - � Adder 30310 30M 30311 4303210a i 3 USFMM©1 Ratings: Votts :250VAC Amps : 1110 to 30A i.bz• : 10RA i-R. Approvals.- - U. listed to'standard 248-14 File E33925 CSA certified to Standard C22.2 No. 248.14 LISTED %!V� C4 v FEB, FE D, FEX,, FEY 600 Volt In -Line Fuse holders FUSE BLOCKS & HOLDFIRS RATINGS:' 405 Volts: 600VAC / DC .AMPS. �;OA Maxitl�itnt C ft: 2001(A (Class CC g Fuses); 100kA {Midget { - Fuses) :rr4`fem'p: eratum Rat F"g.15a.0 APPL.I.CAT . _cb Street lighting w=T Mersen's complete line of single and dual pole in -line fuse holders ' = accommodate either 1-1/2" x 13/32" (10 x 38 mm) midget or Class CC Parking lot lighting :vim:ih? ° Traffic sigrtalhv fu-5es. The Fuse holders are designed for quick installation. Securing nuts or screws are captive thus speeding installation by reducing the Sports lighting need to locate and assemble loose components in the field, Three 4 Boats and marinas internal 0-rings per pole seal the false holder providing a water- a €1tirnid/corrosive resistant compartment for the !use. The captive 0-rings are colored enviroiimerits (blue for single polo and i-ed for dLial pole) For quick detection. APPROVALS: Optional cone shaped Insulator moots can bE slipped on to provide a a UL Listed Class CC Guide watertight seal (breakaway versions come with boots stE ndard). Both lza File F52283 single and dual pole versions have an optional breakaway feature 4 Ul, Recogl*ed Component which safely disconnects the load In case of a pole knockdown, Fuses Midget Guide 1&1-2, remain safely encapsulated within the watertight fuse holder on the pile, f=5228 load side. Once the pole has been reinstalled the fuse holder can be CSA Certlh'6d Class CC and Midget Class 62 , File easily reconnected. 32169 RECOMMENDED FUSE USAGE. FEB and FEX holders use with; Midget (1-1/2"x 13/32 10 x 38 rnm): ATQ, ATM, TRM, OTM, GGU, CF=N, A13X-2, A25Z-2, A60Q-2, A6Y 2D FBC and FEY holders use With' Class CC: ATDR, ATMR, ATOR i• 2013 Worsen• All tights reserved. Nersen reserves the rf9Ftt to change, update of p 23 6 E f3, M E €� 8 F N , � o M or correcL rlithout notice any information contahoad to this daWsBeet. ` Expertise afrrsuurce of energy F B, FEC, FEX, F"FY 600 Volt In -Line FIAgo Hold( YM MERSEN IN -LINE FUSP HOLDER FAMILY - TYPICAL COMBINATION CHART FUSE BLOCKS & HOLDERS r FEB-1121 FED-1f41-13A F Cillf FEC11-11-BA FEM1'I E mi.j18A FEYlil.t FEY-11-Li SA FES it 2i FEH SL 218A Ft C -A-21 KC-112i sA FI K 1121 FEX4 21-BA .-. FEY li 2i W- -_ EY1 Pi•AA -_.. - - Y- FEB•i131... FFulax,.,.._._.. .. - �..._-� tkI-11:41 M FE-B1I41-BA Fi=K3141 FE7C1141-BA F0411414J _ ._—._-.--- ---^ FEB _U 82 BA__ _ FLY-8A ...... _FE8-68? FE311�1. FEB 319E-BA _-- [• FEC i191 _ _. F1wC-!f 91 BA - r[B-11.92 FEB i192 BA M-21-11 -. _ -- _ _ - --tF ---- FFB-2121 FEII-2,1•-2i BA F[[ 21•G1 _ FL G 2J 2L BA �µ FEX 2121 FEB•21-91 FEB-CB FEU-3 a1 - ---, FEB-31-31-BA-- FFX 2f 21 BA J FEY-2121 _—_212i-Bk - r -- - -'---- -- -. CrHB-41_A1 FEB-41-4i 8A FEB-BI-HI - FEB Sf4f1:BA.._ F� .91.81�._ FEB-B191 FEB-8i-9i 8A FEK•81.9f __— T...'-'----•-- - ----- F ----- _.....---•-- -- - --- FEB-8i-S FEB-B2�2 - FEB-8292-BA .__ _ __.- __ - FE13 9297 BA ^• - i FEX•81-9i 8A _. _ Y—_T — FEBN 1113 - FEBN-11f1 BA k FEUN-JI91 FERN 1-91-RA--- T FEBN-81.61 FUN 81"B1 BA Note: Consult- factory for other configurations CRIMPING TOOLS REFERENCE CHART, THE FOLLOWING CRIMPING TOOLS (OR EQUIVALENT) ARF RECOMMENDEQ.- YBk4R6-1 2_._,---- -- 3 Y2a+IR_� Y2idR T8M2118fv15B�U1 17Et,Y47_15ABIEB _ T13MZnBM5GREY111EWT415•ABEEE Y2MR .___ ..__ TBM2ffflM513ROWN B1F,3YT•115AUIEF EP•MENSEN.COM PUSln 13LOCKS & HOLDERS HIGHLIGH-rS., Breakaway version guilekly disconnects line side during pole knockdown In compliance with state and federal highway commission standards 3 0-rings per pole for water tight Applications Colored 0-rings for quick detection Single and dual poles !accepts midget or Class CC fuses Wide assortment of terminal variations High heat, impact resistant insulator Captive -nut car screw for cif tick installations CATALOG Famil F fy L - ffih7R% ne ..... NOMENCLATURE LEGEND FE13 singlepolumidget FFC-- singlepofeClassCC FEX Dual Palen idgatAln FLY Dual pole Class CC FEW single pole' neutral Notes. t Non -breakaway units do not Include Insulator boots. These optional cane shaped boots are available to provide a rvatertighf installation. The insulator boots are designed to farm a' watertightseal over conduetom but due to varying wire lnsulation sizes it is suggested that tape wrap be utilized for best results F R/= Single conductor boot (used to cover all crimp type & single set screw terminals) FS132 � pouble conductorboot (used to cover ail double set screw (i- type) terminals) Insulator boot trimming Instructions,, Locate wire gage slze to be utilized marking on the boot and cut justbeneath it. 2. lightening torque for single and double setscrew terminations - SS tbx»in, 3 Tightening torque for dual pole fastetsing straw; 10-15 Rw n. 4 FE13N versions have a Permanently mounted dummy fuse forneutrat applications. FE8, FEC, FF)(, FEY 600 Volt irl-L[ne FLISO Hoidens Polarized dual pole provides simultaneous disconnection Permanently installed neutral versions quickly identified by white nuts Tulip fuse clip for improved contact and low losses Environmentally friendly. -no lead solder used Highly visible catalog number even with insulation moots installed • Wire gauge size identified on Insulation boots for quick, accurate trimming • Time delay for motor starting and transformer inrush T l 1 07 Cu Crimp !+A•it12 1 Yes #129A 2 Yes Yes Yes 3I #1tl 2 21 Cu Crimp NS 1 Yes Yes Yes Yes !tA 1 Yes No --- ..... --._. _.--._... -- ------ 31 Cu Crimp Rib 1 / Ye No Yes Yes ff62 41 Cu Crimp #2 1 #2 Ye Yes You Yes BA [breakaway Cu single #2--#12 .1 setscrew Yes Yes version equipped svilh hreakavray stad,bmhawag boot, and 91 Ck)Double I!2—}112 1 Set Screw each Yes Yes Insulating boots (or both line and loadsldesl O 82 tsingle tSerrrSeAi Yes Yes h ubr w #2—#12 each Yes Yes Cu Sold N/R 1 W/A MIA r=p.NiF:RSEN.com F13 3, ];:USE BLOCKS a- HOLDERS FFR, r-EC, FEX, FEY 600 Volt In-Litio Fuse folders EEB AND FEC, NON -BREAKAWAY AND BREAKAWAY ASSEMBLY DRAWINGS a IFERRAZ. SHAMOT 4.3" (110mm) 8.0" (203mm) ASSEMBLED LENGTH WITH OPTIONAL FSBI BOOTS FERRhZ SNA6ti�llr 4.7" (119mtn) 5.8" (147mm) ASSEMBLED LENGTH 9.0" (229mm) ASSEMBLED LENGTH EEX AND FEY, NON -BREAKAWAY AND BREAKAWAY ASSEMBLY DRAWINGS FFRRAZ SHhldillif Lulm FFRRAX 5HARMUr 4 3" (109mrn) - 8.0" (203mrn) ASSEMBLED LENGTH WITH OPTIONAL rsm BOOTS 5.6" (142mrn) ASSEMBLED LENGTH 8.6" (218mm) ASSEMBLED LENGTH EP.11FRSEN.cOM F13 3 V/ Muminum Duplex Overhead weight (Ibs.j per 20UU Phase Conductors Bare neutral Messenger ft. Hating (Amps code ward SizeAWG Strand Insulation Thickness Strand S1zeAWG Breaking KI.P Pnly HLP Poly (Ills.) Strength {mits) Setter 6 Solid 45 6 611 1A90 73.2 7g,1 85 70 Shepherd 6 71w 45 6 6/A 1,A90 78.3 74.6 85 70 Eskimo 4 solid 45 4 6/1 1,860 113,7 AAA,6 110 90 Terrlat 4 7/w 45 4 Sf A 1,860 118.7 lxg 6 110 90 Chaw 2 7Jw 45 x 6JA Z,850 A8A.7 A74.7 150 115 Bull 1/0 14/w 60 110 GA 4,380 288.7 _ ,3 200 ASS All values are nominal and subject to correotlon Arnpacity 909C conductor temperatures, 2000, ambient temperature RI.10 90 100% load factor for three conductor triplex with neutral carrying only unbalanced load. All yellow extruded stripe cable is XLP Insulation. UL Standard 854 available upon requost. Arnpaeity ratings are not applicable for WO applications. Apprc;nflonq Aluminurn Dup3ex Overhead cable Is designed for use to supply 120 volt aerial service fortomporary service at construction sites, -outdoor or street lighting. This cable In suitable for service at 600 volts or lowers at a conductor temperature of 75°C waxfmuM. Condue,t airs., A concentric strand at, compressed 1360-I-f19 series aluminum series aluminum conductor. Messenger., A bare ACSR messenger. Optional constructions Include a messenger of AAC or 6201 alloy. irtsuiatiotrt A blaelcaross linked polyothylene (XI.P) Insulation- Polyethylene (PP insulation is available upon request. Standards; ASTM 13-230 ASTM B-281 ASTM B-232 ASTM 0-399 10EA8-76-474 1-8000-945-5542 0 Priority Wire & Cable, Little Rock, AR PWC-2017 Aluminum TAplex Overhead code Ward Phase Conductors daraNeutral Messengat Waightjibs) per 1000ft. Ampac€ty(Amps) SWAM 6 Strand ON Solid Insulation ThicAness uttlsJibs) 45 SizeAWG 6 •Strand 6A Breaking Strength 1,190 . NLp poly xLP 114.0 1J.3,0 85 poly 1 70 Pafudina Voluta 6 7/w 45 6 6f1 1,190 115.0 112,0 85 70 Whefk 4 Nolte 45 4 GA 1,860 169.0 1610 110 90 Periwinkle 4 7/W 45 4 6/1 1,96n 172.13 169.0 110 90 Conch 2 7/W 45 2 6/1 2,85o 257.0 15ft 115 ffarttlaa 1/0 7/W GO 110 6/1 4,380 414.0 7.00 155 Cenla 1/0 ,19AV 60 1/0 6/11 4,380 dO,O 408.02d0 155 2J0 7/W 60 210 6/1 5,310 5-12.0 230 3.80 2/O 19fty 60 7/0 6/1 5,310 SOSA) Z3d 180 C11errys#one 3/0 7Ay 60 .10 911 6,620 656X 643,0 260 205 tviursia 310 __. 19/W 60 8/0 6/1 6,620 633.0 676.0 260 Z05 Razor 4/0 7/w 60 4/0 6/1 8,350 814.0 799.41 3300 295 i MI 4/0 191W Go 4/0 6/1 8,350 785.o 777,p Soo 235 Limpet Scatlup 336 4 19/W SoOd 8a 45 936 6 1411 6f1 $,&8o 1,190 1161.0 142.0 1147.6 980 189.0 110 290 90 Strombus 4 71w 45 6 6/1 1.,190 151.0 148.0 110 90 Cockle 2 71W 45 4 6/1 1,860 228A1 224,0 ISO 115 lartth,no 1/n 7/w 6n 2 6/J- 2,850 367.0 360.0 200 155 Ra-nella 1/0 19/w 60 2 6/1 2,850 361.0 355.0 2/0 7/w 60 1 6J1 8,550 45x.0 444.0 Cile 210 "Av 60 1 6/11 8,55d 444.0 4200155;CuuolEOta 437.0 $anddollar a/o 7Jw 60 1/d 6J1 4,40 570.0 557,0 Aega 9/0 19/w 6d 1/0 6/1 4,300 565.E 552U cuttletlsh 4/4 7/W 60 2/0 6/1 5,31a 706,0 691.4 3d0 735 cerapus 4/0 19/W 60 2/0 6/1 5,310 678,e 670.0 300 235 Cowry 99G "/W 80 410 6/1 8,350 na9.0 1099.0 9BO 290 All values are nominal ano sunleet 10 correcuon Application- Aluminum Ulpisx Overhead cable Is designed for use to supply power from ullilty lines to the consumer weather head - For service at 600 volts or tower (pltaso to phase) at a cogductor temperature of 90°C maximum- canduotersn CencerMo almnd or compressed 1350-Hi9 50TI68 aluminum conductor. Messenger: A bare ACsl3 rneafiangor.Op)lanalconstructions Inofuda a rdessengerof ARC or e2gi alloy. Irtsulaffan: Slack cross linked polynthytene (XLP) fnsulatton. Polyethylene (PE) Insulation is avallable upon request Standalyde. ASTM H-230, H-M, B 232, g-398 ICFA 5-76 - 474 RUS Accepted o Pr'iof7ty -W1im & Cable, Little Rock, AR PWG2018 Triplex AluminumConductor 600V U D Cade Word Phase Conductor Neutral single Phase Conductor finches} outside ©lameter (filches) Wolgftt {Jbs.) par 1o00 ft. Ampacity (Amps) Direct In Burlaf Duct Size A �' Stranding Insulatlon $tZe Insulation Thickness Stranding ThIcrrness (mlls) AWG (n)[151 Erskine 6 7 60 1 7/w 60 0.299 0.646 143 95 70 VaS$ar 4 7 60 1 _6 4 1 7/w 60 0.845 0,754 f 20-1 125 911 Stephen$ 2 7 60 4 7/W 60 0.403 0.842 264 165 120 Itatnapa 7 60 2 7/w 60 0,443 0.874 294 165 120 Urena€I 1.9 80 2 7/w 60 0.522 1,064 408 215 160 Bergen0 V'13 19 80 A/0 19/W 80 0.522 1.133 465 215 100 Converse0 19 80 1 19/W 80 O.S66 1.174 502 245 x80 Hunter0 99 so 210 19/w 80 0.566 1.228 1 560 245 180 Hollins aj0 19 80 1/0 19/w 80 o,616 1.276 80B 280 205 Sweethriar 4 O 19 80 2/0 19/w 80 0.672 1.399 739. 315 240 Monmouth 4/0 19 80 4/0 191W 80 0.672 1.457 828 315 240 Pratt 250 37 95 3/0 19/w 80 0,748 1.538 893 345 265 Wesleyan 350 37 95 4/0- 19/cv 80 0.851. 1.736 1165 415 320 older 500 37 95 -- 37/w 95 0,97g 2.035 1663 495 395 Fairfield 750 61 1.10 500 I 37/w 95 1.190 2A00 2299 635 525 The above data 1s nominal and subJeot to manufacturing tolerances. Ampacity 90 °C conductor temporatures, 20°C amblent tempwoure. RHO 50. 100°% loadfaoler for throe aonduclor triples YWth neutral carrying only unbalanced load. AmpacltynottorNUOnpplloallans. Application: Aftiminurn 600V URD 0able Is designed for use Irt necondary dlstribulion circuits, where Installed In duct or cilrect burial applications. Maximum operating temperature is notto exceed SWU in wet and dry locations. Voltage rating Is 6oU volts. As an option, this cable can he provided pre -puffed into dtlol. Conductors: Concentric strand or compressed 13G0-1-119 saries aluminum conductor. Canduelors are cabied together, with surface printing for identification. The neutral conduotor hau a yellow stripe. Insulation Black cross linked polyethylene (XLP) lnsulalinn- standards: ASTM B-230 ASTM 13-231 ASTM 13.609 ASTM 13 901 ICF=A S 105-692 Federal Specification A A696544A Ul. 864 HUS ACCEPTED 1-800-945-5542 0 hiority Wire & Cable, Little Rock, AR PWC-2018 RIgUd Nonmotalfic Schedule 80 Conduit Meets speofficklons of UL OUI and NFMA TC2 Rated for 9OIG Cable Sunlight Resistant 10, Longths tous Part No. -Size A63AE12 i i2 8,006 R7.1 - Nk-e AGOAEI H 1/2 Y4-W, A53AG12 314 4,400 Y RONNE -161. AB3AG12H 3/4 k.p,60 A53BA12 1 3,600 A53BA12H 1 1,8 00 Rp A,15813012 1-1/4 3800 MOW' "N, 'VOTHIII, AS BC I UNION g ... ....... .. A53BEl 2 I1I-- kmg I " U A53BE12H 1-112 goo 1400nmA53C122 N.. I- .. Z A A630512 I Ii , 0,90 ii(�;105' W IFII�NkW W14p- A AWDAV 3 880 ............ W--p- . .... . -N�- A53EA12 670 A153FAI 2 300 01 15,; "Iffli �Au 'M§ A W A330Al2 UMM, 4�1 --T ----------------------------- I ------ T alDt' "OD" 'T Note: 20'fength avallable on request Schedule 80 cmduft compiles with federal and military specifications by GoWorming fD UL 651 98 CANT, IC CANTEXING. 861 COME URM 57F.27aDFOnTWO-9Y[ITffKA8 7602 817-216700fl FAX: 01721WO81 RIgid Honmetalklo Sch. 80 Elbows - Standard Radius Part size Number 5121054 a4 !35 V1Q�-O 51210,90 1-1/4 so 5121057 1-112 80 MU-11 MIN all MIMS 2 15 Slplosa 2-112 18 8 14 12 MRA 01' IRWIN I. -cn 5124061 4 10 55 Pallet 101-�afi Part '[lade 01109" Humber 81zo 01Y. .5121VOS 112 50 N, 814 �!B .YV - w1a, A 5121006 1414 25 I.1A 20 6121009 LAP 20 612f011 4 61PI012 6 Sol, to a n-gh, PlmcnstanssranomTnai Cvn[ortns to UL651 and NEMAT03 1vialayfal jo Fliqld PVC BondJolarance Is �2o Plain, F d Conforms to UL661 and NEMA TG3 Material is Rigid PVC Bend Tolerance is �2' 0AUTpX INC, 361 COMMERCE STF. 270q FORT WORTHTEXAB V610A 017olt;.7000 rAx.- 07.215-71101 vmvpantnxIm.unki CANTWX 35 6141624 .814 A314M25 i 8141626 1-1/4 6141627 IA12 6141028 2 200 125 70 40 so 40 Schedulo 40 Mi ful 0 wile"Z. q �J_PMfftiq 'q'., w 6141629 2-1/2 20 07414B30 3 40 614163I 19-1/2 so 6141682 4 20 6141 6 'M8S9 x III, 0--IMN r IS Not 1Jf_ Ltotod r4amb o r WO QIYI 614004E i pt 200 6140044 314 125 M4GO45 I A 6140046 1-1/4 40 5440047 I-iP so .... . . . . . . . . . . . . . 6140048 P_ 40 20 . . . . . . 5140080 3 40 5140051 S 71z so 51400-52 4 20 .0 01 MI.; M !a 040053 5 10 6 13 Of40054 6140055D I i Not m Listed D"Welaw fife MOM1481 i A connector used to Job lenqlha of oondult p1po. The fitting ConSIStSr Of tvvo solvent weld female ends with a center stop. Both pieces of PIPO should seat at the -stop for proper posiflonIng. A connector oftefi used to transition threaded metal conduli to PVC conduft. it can also be used to join PVC toPVC. The fittIngs consist of two female ends, One end is lhread" ed and the other Is so[Wnt WON. Both ends will fit thesame diameter Sa-, condult. a Ar CANT11KINC. 001 COMDMHCr; M.27001FORTWaRTH,1EMAO 70102 617A113-7000 FAM 817-20-7001 vAwtran1Ox1fi6.vo1n C Q P4 4 �TlEL� TECHNICAL DATA SHEETS STEEL POLES --STRUCTURAL & STEEL PRODUCTS WOOD POLE-CRESOTE PRESSURE TREATED 6RT WORTH6,*, CITY OF FORT WORTH PURCHASING DIVISION ADDENDUM TO THE REQUEST FOR PROPOSALS (RFP) LED Addendum No. 1 Request for Proposal (RFP): 19-0080 Proposal duelProposal Opening date: March 28, 2019 Date Issued: March 22, 2019 Addendum No. 1, dated March 22, 2019 is hereby amended to incorporate in full text the following provisions: Herewith attached clarification request received from the proposers and City's response, as Exhibit A. All other terms and conditions remain the same. /7 Cynthia Garcia, Assistant Director nnnnnnrnrr¢rr¢nrrrrrrmrrrr¢■¢■rrr¢r¢■rrr¢r¢¢r¢r¢¢¢¢¢¢¢eo¢ooQoro¢an¢¢¢¢¢¢nnvrrrr By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced RFP. COMPANY NAME: SIGMA NOTE: Company name and signature must be the same as on the quotation documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. 19-0080, RFP-LED Addendum No. 1, Page 1 of 5 Exhibit A Clarification Request Received from the Proposers and City's Response PROJECT MANAGEMENT AND ASSESSMENTS FOR STREET LIGHT INSTALLATION SERVICES AND LED CONVERSIONS 1. Could TPW provide Spec Sheets available for barrier free ramp type R-1, U-1, M-1, M-2, M-3, P- 1, P-2, C-1, C-2, C-3? ? Al -- The barrier free ramp line items will be removed from the bid tabulation document. However, City Standards are available via the City of Fort Worth website (http:llfortworthtexas.govitpw/contractors/) Standards and Detail Drawings section. 2. The scope of work calls for #2 str XHHN to be used on the project. The Excel file for unit prices calls for #6 Duplex HO insulated, #6 Triplex HO insulated, #10 insulated. Could TPW specify what wire is to be used? A2 -- Wire types to be used are: 3441.1402 Furnish/install NO 6 Duplex OH insulated Electrical Conductor, LF; 3441.1403 Furnish/Install NO 6 Triplex OH insulated Electrical Conductor, LF; 3441.1410 Furnish/Install NO 10 Insulated Electrical Conductor, LF. XHHW stranded copper is to be used (see Appendix E. CFW Standard Detail Street Luminaire Riser Connection Standard Detail 34 41 20-D623 rev. 11-20-2018 Electrical General Notes #2). 3. Can we include a Table of Contents with our bid? If so, will it count against the 20 page maximum? A3 — A table of contents can be included and will count against the 20 page maximum. 4. Can we include one 11 x 17 page for the project schedule so it is easier to read? This can be folded so that it fits within the other 8.5 x 11 pages. A4 — A 11 "x17" folded schedule is permissible for submission and will count as one page of the 20 page limit. 5. Please confirm the Summary Page from Appendix B — Tabulations should be included in Section B. Can we include the 4 Area pages as a supplemental appendix? Please confirm these pages will not count towards our 20 page maximum. A5-Tabulations are to be included in Section B and will count towards the 20 page maximum. 6. In Sections C and F, should we only include the appropriate completed tabs from Attachment F, or can we include supplemental information on our qualifications and references within those sections? — A6 — Section C of the Response Format and Organization — Attachment D should provide information about qualifications and experience, especially as it relates to similar projects of this nature. Team member resumes should be included in a separate appendix and limited to four pages. Section F of Response Format and Organization -- Attachment D should contain 3 references from similar projects completed within the last 3 years. Additional supplemental information can be submitted if it does not exceed the 20 page maximum proposal requirement. 7. Can you confirm we should submit, 1 original, 5 copies and 1 USB? A-7 - One (1) original, four (4) copies and one (1) USB flash drive of all Offer documents shall be submitted in sealed packages. Proposer's name and address should be marked on the outside of the envelope. Facsimile transmittals or offers communicated by telephone will not be accepted or considered. Proposal information that is not submitted in sealed packages will not be considered. 8. For Subcontractors the RFP-19- 0080 Vendor Qualifications and References -Attachment F asks for "Audited financial statements (last three years)". Many subcontractors are privately owned and have a practice to limit financial reporting. Are there other options to address subcontractor financials? Would it be possible just to use the financial statements of the prime contractor as an appendix to cover all subs and work? A8- "RFP-19-0080 Vendor Qualifications and References - Attachment F", Subcontractors tab, will be amended to exclude the audited financial statements (last three years). 19-0080, RFP-LED Addendum No. 1, Page 2 of 5 9. It appears the contractors pre -qualification form (SECTION 00 45 13) needs to be notarized. The current deadline for pre -qualifications was yesterday. Is it possible to extend the pre -qualification due date to 03/21/2019 or 7 days prior to the proposal opening date? A9 — SECTION 00 45 13, BIDDER PREQUALIFICATION APPLICATION is a standard City form. The application should be submitted by contractors who are not currently pre -qualified to install roadway and pedestrian lighting in the City of Fort Worth. Section 00 45 12, PREQUALIFICATION STATEMENT, should be submitted by contractors who are already prequalified to install roadway and pedestrian lighting in the City of Fort Worth. These documents must be submitted to the City as part of the bid proposal and should be received in Purchasing by 1: 30 pm on Thursday, March 28, 2019. Contractors who have questions about pre -qualification renewals may submit questions to: Ms. Sheila Baker Purchasing Supervisor FMSPurchasing Responses(a)_fortworthtexas.gov Office: (817)392-2462 10. Page 2 of the solicitation states "Each Services Agreement will be for an initial one-year period with up to four optional renewals.", however, item 25.2 (p7) states "The Contract(s) awarded from this RFP shall be executed for a two-year initial term with three (3) one-year options to renew at the City's sole discretion". Can the City please clarify the intended term of the Agreement? Al - The term in the RFP for an initial one-year period with up to four optional renewals is correct and the terms in the contract, item 25.2 will be amended. 11. 4.3 states that proposals shall be limited to a maximum of twenty (20) 8-112" X 11" pages (one side only and including cover letter) using a font size no smaller than 11 point and one inch margins, however, Attachment D. Response Format and Organization states "no smaller than 0.5 inches" for margins. Can the City please clarify the appropriate margin size? Al — Appropriate minimum margin sizes are minimum 0.5 inches. A project schedule may be submitted on a single folded 11"x17" page that will count as one page. 12. 12.0 Contract Incorporation in the RFP references an Access Network Agreement, however, no such agreement can be found. Can the City please clarify if this will be provided? — Al 2-The Network Access Agreement will be provided after the contract is executed. 13. Can the City clarify if the Appendices are excluded from the 20 page limitation? Al - Attachment D supersedes the standard language in the RFP. 14. Would the City consider granting a two (2) week extension to the due date to allow firms to appropriately address the City's responses to both questions asked as part of the pre -bid, as well as those formally submitted by March 15? ? Al - No, the current timeline is still set for Bid Opening on March 28, 2019 15. Are we to utilize the formula in the Bid Value column of the Tabulation spreadsheets that includes a 5% markup? No, please use the updated tabulations Appendix B 16. Are Bid Tabulation forms to be provided in Excel spreadsheet format on the USB drive? Al 6- Yes, please use the updated bid tabulation format. 17. Will the City provide GIS data for the current street light inventory that is the subject of the RFP to the selected vendor in a GIS file format, such as a Shape file? Al - Yes, the City will provide the selected vendor a current inventory in a GIS file format such as a shape file. 19-0080, RFP-LED Addendum No. 1, Page 3 of 5 18. is night work allowed? Al - No, night work is not allowed. Work is allowed on weekdays from 9 am to 4 pm. 19. Please clarify the color temperature of the preferred luminaires, as it is stated as 3000K in Attachment C but the cut sheet provided indicates 4000K. Al - The color temperature of the preferred luminaires is 3000K. The ordering number for the preferred luminaires listed on the cut sheets is for 3000K. 20. Will the awarded Contractor be required to provide photometrics on the project if the specified fixture is used? A20 - No, the awarded contractor will not be required to provide photometrics on the project if the specified fixture is used. 21. Will the project be awarded to one contractor for all 4 areas or will they award each area to individual contractors? A21--The contract may be awarded to multiple vendors. 22. Will pole replacements be like -for -like (e.g., existing wood poles will be replaced with wood poles and existing metal poles will be replaced with metal poles)? A22- Yes, pole replacements will be like -for -like. 23. Will the City want poles badged to identify and link the physical infrastructure with the database? A23- No, the City will not want the poles badged. 24. Will there be any requirement for community engagement beyond resident notifications? A24- No, there will not be any requirement for community engagement beyond resident notifications. City staff will be responsible for community engagement. 25. What is the meaning or definition of the following questions in the references and subcontractors tabs? Business Processes Implemented and Version of Proposed Solution Implemented. A25- Exclude reporting Business Processes Implemented and Version of Proposed Solution Implemented values on the References and Subcontractors tabs of Attachment F-Vendor Qualifications and References. 26. Can a contractor use a City of Fort Worth Project for a reference? A26-Yes, a City of Fort Worth project may be used for a reference. 27. Can Subcontractors Audited financial statements (last three years) be an attachment? A27 - Exclude reporting Audited financial statements (last three years) on the subcontractor in Attachment F of RFP 19-0080 Subcontractors tab. 28. Are there forms and/or instructions required to Pre -Qualification as a Contractor with the City of Fort Worth? A28-Yes, the street light pre -qualification instructions may be found at: http:llfortworthtexas.gov/tpwfgontractors/. From the Standards and Detail section, click on the link that says view/download through Buzzsaw. Once in Buzzsaw, go to Resources102- Construction Documents\Contractor Prequalification to see the Street Light Pre -qualification instructions. 29. Can the summary sheet in Appendix B be changed to directly account for summarizing all of the project item descriptions tabulated within the sheets for Areas 1, 2, 3 and 4? Yes, the bid tabulation document has been updated. 30. City of Fort Worth Standard Construction Specification Documents -- Article 5 — Bonds and Insurance — Page 16 of 63 — Section 5.02. Performance, Payment and Maintenance Bonds are described in general; however, the RFP does not specifically outline bonding requirements for this job. Can you please explain bonding requirements in more detail? A30-The City of Fort Worth requires performance, payment, and maintenance bonds in the amount of the contract value. 19-0080, RFP-LED Addendum No. 1, Page 4 of 5 The City's forms may be found in Huzzsaw at view/download through Buzzsaw. Once in Buzzsaw, go to Resources102-Construction Documents\SpecificationslDiv 00-General Conditions and look for forms 006113, 006114, and 006115. Bonds will be required at the time of contract execution. 31. Appendix B — Maps and Bid Tabulations — Unit Price Bid Forms — "Miscellaneous Structure Adjustments including one operator and equipment" Question: Please define "equipment." In Attachment D- section, there is a request for a list of equipment that the contractor proposes to use. This unit (per hour) price shall include a piece of equipment and the operator(s) required to perform additional services such as adjustments to existing light structures. 32. Appendix D — General Conditions — Article 5 — Bonds and Insurance Question: Can you please provide more detail regarding bond requirements? Article 5.02 speaks to the bond requirements for performance, payment and maintenance bonds. See Question # 30 for instructions to access the bond documents. 33. Appendix B — Area Maps and Bid Tabulations Question: For unit pricing based on square footage (SF), linear footage (LF) and square yards (SY), can you provide minimum requirements? -Page 2 of the RFP speaks to the successful proposer following the latest version of the City of Fort Worth Construction Specifications. These are available from our website http://fortworthtexas.gov/tpw/contractors/ Please use the updated bid tabulation that has been updated on the RFP. 34. Request for Proposals — Section 26 — Minority Business Enterprise Provisions Question: Can you please clarify the supplier diversity requirements? Specifically can the 7% diverse goal only be fulfilled by an MBE or could the requirement be fulfilled by a DBE, SBE, or WBE firm as well? A34- Section 26 of the RFP states that only the Minority Business Enterprise (MBE) diverse goal is 7%. For additional questions please contact Tasha L. Kilgore, CCA Contract Compliance Specialist Economic Development Department, Office of Business Diversity, 1150 South Freeway, Suite 144, Fort Worth, TX 76104, Office: 817-392-2643 Fax: 817-392-2681, tasha.kil ore fortworthtexas. ov 19-0080, RFP-LED Addendum No. 1, Page 5 of 5 ATTACHMENT 0 WS RFSPO N SETO FOR PROPOSALS k BEAN EL----,E C-T-RICA. L., MIGO) ill 5- 821 E. Enon Avenue P 817-561-700 Fott l Vorth, Texas 76140 r 817-661-7403 www-.beanelectrical.coin Transmittal March 28, 2019 Reference: RFP-19-0080 Primary Contacts: Roy E Bean II (Chip) cbe,an@beanelectrical.com 817 5617400 Office 682 429 6732 Cell Andrew Hawkins ahawkinsobeanelectricahcom 81.7 5617400 Office 817 929 5236 Cell Bean Electrical, Inc. Would like to be considered for 1 or all 4 Geographical Areas. Area 1 $800,736.50 Area 2 $810,182.82 Area 3 $727,346.00 Area 4 $538,091.00 Bean Electrical, Inc. Commits to providing 7% of the project to Minority Business Enterprise (MBE) Participation. We will purchase materials from Duran Industries who is a Electrical Supplier, approved by the City of Fort worth President TECL17979 Regulated by The Texas Department of Licensing and Regulations, P.O. Box 12157, Austin, Texas 78711, 1(800)803-9202, (512)463-6599 website.www.license.state.b(.us/complalqts FoRT WORTH. PURCHASING DIVISION REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT AND ASSESSMENTS FOR STREET LIGHT INSTALLATION SZRVICE+S AND LED CONVERSIONS RFP No.19-0080 Issued: February 13, 2019 OFFERS SUBMISSION DEADLINE: ]LbUrsday. March 28-2019 by 1:301!M Local Time .NO LATE OFFERS SHALL BE ACCEPTED OK, _ _: I 10 1 A 1 i D N i D 111�_. CITY OF FORT WORTH PURCHASING DIVISION LOWER LEVEL 200 TEXAS STREET FORT WORTH, TEXAS 76102-6314 Pre -Proposal Conference shall be held: Tuesday, March 12, 2019, 10:00 A,M. (Local Time) , at 5001 James Avenue, Fort Worth 76115, in the Training Conference Room FOR ADDITIONAL INFORMATION REGARDING THIS RFP PLEASE CONTACT: Sheila Baker, Purchasing Supervisor sheila.baker(tDFo rtW ortliTex�s._z RETURN THIS COVER SHEET WITH RESPONSE TO: Sheila Baker, Purchasing Buyer Purchasing Division 200 Texas Street, Lower Level Fort Worth, Texas 76IO2-6314 CITY OF FORT WORTH PURCHASING LOWER LEVEL 200 TEXAS STREET FORT WORTH, TEXAS 76102-6314 NAME AND ADDRESS OF COMPANY SUBMITTING PROPOSAL: Bean Electrical Inc. 821 E Enon Everman, Texas 76140 Contact Person: Roy E. Bean 11 Title: President Shall contract be available for Cooperative Agreement use? (See Section 27, page 7) Yes X No� Acknowledgment of Addenda: #13/22/201 g2�#3 #4 #5 _--- CITY OF FORT WORTH PURCHASING DIVISION ADDENDUM TO THE REQUEST FOR PROPOSALS (RFP) LEIS Addendum No-1 Request for Proposal (RFP): 19-0080 Proposal due/Proposal Opening date: March 28, 2019 Date Issued: March 22, 2019 Addendum No. 1, dated March 22, 2019 is hereby amended to incorporate In full text the following provisions: Herewith attached clarification request received from the proposers and City's response, as Exhibit A. All other terms and conditions remain the same. Cynthia Garcia, Assistant Director ■ III NM N W MIN MEN Q NI N M I■ BE RNI AAMOM MN tl Id USE A ■ ■ 0IPOWN MR WE 39 it WE @6 a0FI 103' W ■ Ifwig WE I NISa m%KKEA ON 0 0 By the signature affixed below, Addendum No. 1 Is hereby incorporated into and made part of the above referenced RFP. COMPANY P SIGNATURE NOT15: Company name and signature must be the same as on the quotation documents. Failure to return this form with your scaled bid may constitute grounds for rejection of your offer. 19-0080, RFP-LED Addendum No. 1, Page 1 of 5 a d O O CQ 4 0 0 0 O O 0 0 O Cl O - O O a g O O O O O d O O q q q y N N O 4 tf) O IT O d w m O w C 3 N o) o) N O 0 C) N d N 69 CA N O] Lo N 0 0 O (D O 0 0 0 4 Ca 0 0 O 0 O d 0 Ot 0 0 0 0 0 (5 O d O [V O r- ^�" O O t'� CA O N O O O Eti Lo fH N 6" o V co O d a � � �LLLL` l N _: ti#rir.r., r N ffl Cf} [7 0 0 4 0 0 LO 0 C� q C> O CO O d C', O LC) 0 0 0 C)Lr) O Co O Imo- n O O M to (o tl_ LC) r CA O LR 0 to C('1 ai v LC7 ( CV Cf# Ci9 (a O o a d a 0 I!3 fR O d d 0 O O O Lq d O g O O O O Et) C) L0 ran to 4 r M to H-T W a(13 0jN�NILryNN9Nr�L��VIN o a ��¢¢aarra UJ mow_j-1_j WWWWWWW.JWW wxw z 0 0 m z a O M �- � a 0 o a o v C Lu 0 O 4! m a Iz � � O 4) C co = 'o rna 0 � Q vim' a aU-vo v a m 5 m 0� ��< m a o o^ tm In In w .� ,� a i� P, G C p mE a,a. > r� .0 m 3: -0 'LL O O i3l tr. IM {� r- m Gl = o C: Q g tx ¢ � M v 2 cl I— � M _R -- °a °'_ � ¢ a (L Ri C 1 ^ > O O O> W ll !-' L) Z H GO M 0- 0' 4r� 3i) d J J Y�y L C 'R o M m A,cn 2 A A v) m� W L� o o !n C CL _IM E f= ts1 w F& FE E E E E E E ,E E' E E cc. E mff 4. o V) (0 � x ] � z = � � � b a (u w � L �. IL to LL LL 6L LL Ib LL LL !L !L � LL LL � � � L � � U) ci W i 0 O m O C) Q) O N M N M O T w O T M DO P V) P C7f rn (� M T (n m C� C) CD CD 'c-' ® er LD ® N M V) Lo r O CA 0 0) O O O) C) (A V- d) 6) C7 C? s-� t v try w CD M M V) M e O Cn o) 0, U) m m V) 0 !'R r r P P m V) M) 0 0 M M� m w Q) M m o) I. C; Ld P P' T Tyy.' T mG7 ai O �T}' �P} rP� .eP� eQ� tP� fir} �T• A G7 C� N M 47 M M M M M M M M M M M CD 0)0) 0) M W oz Eg m m C6 'Ma' c N 0 O C, -1C, O O ELLU w Ui LL z 0 0 LL z p� 63�a IL w CL w W t Z O ' C] O 0 Q d 0 C) O d O O_ N Cl) O a O O C? O O C) C] CS C� 0 O 0 O G] b O M a LO C7 Q d C7 C? C7 0 0 0 O - O N C] N C] d o CO t7 C 3 i~ CC) Q C? - N +C.7� [S c0 O O w C) N O a C7 �T -0 N C) 0 O O I` o0 a r CD coC] 0� 4 O9 -. { N N 6? O 0 4 C} a �- Nr V N (? to CO N 0 N C%l t, C) [V r W Q LO r 0 CtF w 43 O1 C? C6 C'7 N - -' vi Cf} C CAE t*7 r r [Ft tE' H4 ER CR 4A' CU tl' EA r U7 (V T EA T Yam` pq &'* f19 fPr x3 IIL :Li JJl - . O O CI C) CO C7 �t CO � C7 C± O O W C7 [? C? C7 Ci Q C> O C] O C7 O Cl C7 a E_% a 0 Cn O O O O C3 a C] 0 0 C] 0 0 N O T 0 r llCC�� CH r Zfl C7 ID � CA vy w O N LL7 O> C] C.) C] � 0 Cfl LO 1n C'7 w O fH C7 O_ t-- I- C7 it AA tf? FR o C7 ft3 W- lC�) 64 � N m 69 r r FF} MO 64 ON (� � U fA � JJ i6 � O CD LO r N M p^� 0hLO CYO O Lo r C5 N a CC? N r O O T O a "W CO CN H :. W a � CC1 CD N 00 N 48 v�i Q Cd Q 0 LL Q LL LL LL Q� Q Q Q !� 4 LLI Q fLI 'Q Q Q 13J L6i 11� <�U- LLI w ui .J .•J �ff11 ...E .j -i W LU fjj .a t4 M .LQ O V F- a o U a f3LLI CL 4 j 0 '� 0) y CV f1l O co N •� 'a '® CO C7 r h di OM 4a U iU CD m O Gam. m � �{00 mLL O Y� O � m a ¢ a 0 ai OL �' = a� a, 0 a c m a a o °' a L- o o®h CD s= �� c 0- ¢n01)" 0. i+ i•a Cfl tO Q 7 0 Lb� a S) O 0 LLB i7 C N [+ L y x= _= a o o �_ m _ "a Crl W a. a a ,+ e�5 ! S N G C] U) M U) N fA N tR o 5S Sl y , C ty r 1 CO :5 3 'r .� z� �^ ",' ' w o ua •� o .m s cn •& � w w •E a •c •c 92 •a r- 0 •r y am— N e ,� a � o' o E g E . L co � �+ N •� O '� 9 U . Q. 6 tl l LL b LL (L LL LL LL LL LL m LL LL b CE) LL EY f- tIs LL Cri C) to CA M N O C? 0 CAI C) O i4 O C> e- M C) V. n * to c- C ] C) N m C* r CO s^ LO tp O) 0, [n Ch M C" r to 0 4Yf to C Cn 0 Oy C7i M of r C) O C4 r' et q �i c^° q to w c s•� +r _: I M M M cl cM R'1 M M tl' M M M m c� am Cn m m in m im CA a� i7 a! at M o) 0) m CD LO k. C;7 tp 'c-` 0 -t t-` �' •r' R" V" r c��j'' it' d' d' T- Y 'CF � V-' d' V-' t-' r' � t � � CFI M m M M CA M M V' M CA 0) M d' m t» m 0 r CD CA 0 CA r' CO M It tl' e! v � M M S3 M d M � cn M 0 M m� C3� <`7 0) 0 C7? Cis CV ti M M M r? -,. O O O O O O Ca 0 0 d 0 0 0 C.7 0 0 0 CJ O O Q O O 0 i O O b 0 0 6 n 0 0 C] 0 0 O C7 O O d a g O O Ca O (? O O n 6 O C7 O o C7 C� (j co C3 Co 0 (6 0) 6 00 CQ C'.0 0 0 m (:? O O 0" d 0 N w LO (o O O m LO w 0 0 f- O O O (n- g CN�E ai O O U'> O d Ci V) O O to of Q C7 0)M f- ui I' ao to 0 d' 00 r r co (1) LC) N 0) N r O O CV ri cV .�y tR bT N M T ((7 M 60 V)- t4 69 M c- coLo c- M m (a m 69 N69 Cfl 64 64 cf! 69 69 b y 64 w a; 0 0 (7 C7 0 Co (f1 10 0 0 0 O O O Q 4 O 4 C7 O O O Cl O d O d d: CO O O 0 0 0 0 0 0 C7 (C] O Q Ca O Q O O 0 (V O '+�' C) (D d' CA C7 N C7 A 'ct o C7 C7 C7 tt! C7 to C> a T T C) T LO 64 M, 69 O OD Cn 0 Ca (A 0 m O F� O fig d . , to 6R O 6rF N LO N N O N 0) N� 01 r T M ff3 to 64 EF} 6f} b i 69 Ef3 T T 64 60- FA m 69- 'a � � H3• 69 6g CD d cl o d C> m d v> N r N cc!p ti' M� Y ui LO o W N r V' N ko N LO co N 0) T (o - �- av,LL<cwU.-aaaaaaau�aa www w..i W WX co No �L 00 a � w0� 0- 0)a_ 0 w co LU M D z 0 Q y� 1.% 0 LL _z �0 O 0 •d CD Q O O N 0a.. n (D C) CD C) O O C7I . C7 C} O C) 0 O d 0 o 0 0 c7 0) C7 0 'I M ('7 O C) L[] CO CV Cadap 6) Ca� > P> m U O CD (4 Cr3 00.d 4iY to c- C7 fa f� K} rq n C)O d CO v O O (D 0 O CV CD t' TCJ }} C) O O (D o d C) C7 O O d C) C7 0 0 0 O C3 - n O g q 0 'd" O O �' p Ci C- pp In 0 N C? C) C7 O O d' O CO 0c) N d N @) C5 'ct d LC) f O V- c- Cfl O Lf) 64 E pp ER KY Ern 49 Z- O CJ 1 O C'Cl I Cl 1 O O O 1 O 1 0 1 0 C] d O O O C_'J qU� O C7 0 0 O N n O V' G O 0 0 0 O W O Cm�I dO^ N f3 � 0fa CO I- M � N tMY r d co ((C C3 Q iYj r O (O L j N h' m (QDO rC} } `"" 'd N :i 0 0) N N N CV Lti M I:J q1" 111 J ILL -I La ] ]�f co W w L" M • l !4ffxlxL<u �O--j V ITT T3 Q r7 0 U ci Qa1 d � �[ U L7 N M 'ar "_ t) p O •C" Qi aao °' g a, �, 1m N ul W x m x a o ¢ € U �, = d) v, fx R. m OD Y; p _ w °► p ay U ' ° o o .q(. 1L zt /C) �a r C A , S a� a� r- df P� r �i��{'�I-��ouM��OC d 0 a �, LE! B c cs � �a .- c w 5 a p' rj t:.4 1! 1 tom+ Wo (0 Q) e e e e t= e G) C1 i�rr+ p C c i w a to O N Vl (R (!} 2!A Ill Uf to in .� m O b . O 1L a°1i uar E �. X- b e LI i e e e i!J U. La LA I L Ls. Il Li Lt. 4, LL U- U, G a [1 1 co C) C) M m C7 o CV o M 0 N Q co O o r o 6 t- W O M 00 M N M LO s- ED t- e rn 6) C) 0) a) C) r M a M C) M M W O) C) r O M r O tj rt t r r W) r- {£1 ry O M cl Cl f J M M Cal M of M 0? `Ci q a) C) a) C) C) rn W Cs o) C) m m in a 1^ Ln o io a e1 CF' M C? C) C) M a) C) m C) a) d• 0 e a) as m C) C) ai r O iD N M M d e? ri k1 M M tl M M �t et M M ei M M M M S 9 tf7 M C) M C) C) m N � tF LL o � o Q 50 (o CL a f M w Fsl fd ram.+ CL G'd v 00 0 0 O O N O O O O Q Q O p O O 0 0 0 (D C3 O C 00 O C? a r? M O O o 0 0 0 p CJ O O Ct O 0 0 (a O C O CI O CI O 63 r O O N O O G7 O d' Q O O3 CI O C7 0 C M O o 0 0 (D (Q CD Q E1 N Q O O W N O O N O p Lp (D C ao cc Cl o Ln m N o L() e9 r Ln CL f"L 0a cr Ln M N C> n N o C m co 0) C) co N 0u It OD LO co (D O (1) N r O In O � 00 (V C ,a P') M I- 00 v Ln s-' 00 6% r CO r 'cj' r r (�yy}} O M OD Lo r LC; t9 Vf- fH - 16% co i& :ram- 64 O 69 64 4}} #Pr 4CO4 (4 [fi GOF U)3 (A r- Efl 010 0 0 0 (a Q p p 0 0 0 CL O Q p CJ O Co a O a o 0 G) O O O O V Q? lXj p (3 O O O O O p C3 O Ln O O C3 O O Cj C] CD N O r r O G C; NO O d' O CDC) Q Ln C?LO (DLO LO M (A (A p fly; D kD O (DW In Ln C7 C? O h W h- CDIh_f ;C*4 N (4 H� _ (fT — N f2 W W *t 0 M O 1` 0 1-- 0 M n C5 CO 0 b CA OD O d c4 O p OD OD n M Ln r O Y W CD V- C3 N j-- Ln M Q LO C7 67 (O C) [4 ED a t- (4 M n w Lf) r O M LO r .- r W CY M M Lnr dr ce) M h W W -j. 1 W W l� I W LL! LLt W LLF LFJ 131 U W h O V t, U 0 W � ¢. U) LLJ W L_ T Q � U a. 0) la z 4-• d W s O Q r -t L+ d) ;.ate.,• N a cc o co a "00p g� c 5 a. v i m co ,L- �� a o n0 ds m 1 AQA rW a a2s �s3fi' 4L IL141 W c c u► a_ C7 .1 -. C*Aw c r_ rn a r+ +� T a ,N NO N IA N in (n IA Ato N O �O .� O 0. �J '^ u x a a a a ZI s LL w io 0 tm y0) LLLuLL LL, LLU.LLlloU- U.LL m 09 Im M a C) N Co M Cl N 0 c4 Q 0 r k• o W t CD Lo r O M, N M r" W r M 0 Qa M M M M M t M C M 0 M m m 4S7 M d) r R, C7 r O Rt `H' c7 ri' L W G M cq M M M M M iq M 'tl' L C; 71 O> M 61 O1 11i O) M O7 d7 01 6l W Of O Ly7 LeJ P It, V" � r r r � � � � � 0 m O) 'e" V1 a) M Cli m a3 T- �- L7 LD © M d V t� 4 � t� �! e� d e��} d e� d t d' th 4 th .c� 4 4 Of m C? M m Lri m d= [7i Cl C] N M M M CO M M M M M i# M Pi M M di 6� O� M E LO 0 h a � � a L Ln Z Y Q U _ z LUif : U 'o o:� O .a (D UP o UJI 3'z o . :uuD LO d 0'CDC) . n4' u! a � U j-� On o � - (If 0 Liki ; M1 m N m rn 411- n J Q N N - u w N lb . d ' U z 61' C> - :`-- :u-o _co o (6 F K to :a U) -rq- N :. N G: 0 O I L= mto Z La 1, LA : m : di - - - d r � Lri +LG a-L o ra cq d ao �- C J E W v W. NID-Ln t" - cii d M�•�L 06 �m O ~�f1 > W N.+ w�» to _ ua -p - - co il7i'. rye..} ticCA k.�S1�1, inej All- LMLr! a .,icyy� _•:. u Ir Ira n in V! L-r- 4'U Ci yd �• t�f` 1'- 'IDCO rij Ev .YJ S9 4)1 tiro !tt W. Lid ,N ' + .. Y A JC. J n sa Eli ta L _a ru D,.. u. I.LIp '=a • 'L-1lb .'' 12 ai U + ~ Q11 W- ::ao rQ Ry t� IN cps . ` �G�yy ' @ ''J : 13 '22: u s19: r ■ • -y u.' fn 'in. CLA. 1.1.f'' -�iY m'�' Jr .atilt ita. .:L� . 4.. zL-�r'i {W p„,. r,•;,} y..df,:A S! U1' m L) L �iL qS - 4'1F ; ,�,e. c < IU. vl itl7: �•, LPI Jl �,^: FO FIT _MAO R L� P'i- r4 _ � s March 12, 2019 'Mr. Chip Bean Bean Electrical, Inc. 821 E Enon Everman, TX 76140 Re: City of Fort WoAh Street Lighting Pie -Qualification Dear Mr. Bean: Please accept this letter as Bean Electrical, Inc. approval ofpre-qualification for the iiistallation of roadway and pedostrian lighting in the City of Fort Worth beginning. today, March 12, 2019 through. March 12, 2021, If you need additional infoirnation or have any questions, please contact we at 817-392-6017 or by email at Clitit.Iloovex fortworthtelas. ov, Sincerely"---R;ni�oovm ;S.E. Engineering Manager Transportation. Managenimt Division City ofFort'1W'oith Transportation and.Public Works Department Tort Wurth bAd T ANS)'ORIWTION AND. PUBLIC WOM(S DEPARTMENT TRAFAC MAt AOE MHT J VJSJON 'Nr CrrY'6F twirl' Woa1Yr * BOO .1416 AVENEIg * F6 TTV1ro1rrtt, T"AS 76115 fi17392r7798 * €AX817-3922533 r�W+r99�201t aP&l wlR YejedJSnNer ATTACHMENT B CONFLICT OF INTEREST QUESTIONNAIRE FORK CIQ For vendor or other person doing business with local governmental entity OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Date Received Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that :require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name o person doing business with local governmental entity. 2. ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filingauthority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not Iater than the 7th business day after the date the originallyfiled questionnaire becomes incomplete or inaccurate.) 3. Describe each affiliation or business relationship with an employee or contractor of thelocal governmental entity who makes recommendations to a local government officer of thelocal governmental entity with respect to expenditure of money. NIA, 4. Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. NIA IMP No. 19-0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 11 of 12 CONFLICT OF > NTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmentalentit Page 2 5. Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only If the answer to A, B, or Cis YES.) N/A This section, item S including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? ❑ Yes ❑ No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Ei Yes Ei No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent ormore? i(I Yes o No D. Describe each affiliation or business relationship. NIA 6. Describe any other affiliation or business relationship that might cause a conflict ofinterest. 7. 3/28/2019 igna",00fp rson doing business with the governmental entity Date RFP No. 19-0080, Project Management and Assessments for Street Light installation Services and LED Conversions Page 12 of 12 BE) f, ICALLO ING Lq A_Nf E LEF ,C )T_ 821 E. Enron Avenue P 817-661-74,00 Fo€-Wor'th, Texas 76140 F 817 561-7403 3 www.beanelectrical.com March 28, 2019 City of Fort Worth 200 Texas Street Reference: RFP-19-0080 Subject: Team Member Resume's in reference to the above project, we have compiled a short resume for each of the team members that will have a major roll in the project if selected. Roy E. Bean II- President Years at the company-33 years Years experience — 36 years Training- IBEW Joint apprenticeship program for years, Graduated in 1988. Electrical Experience: Worked as an apprentice for Burton Brothers Electrical for 3 years, then was transferred to BEI, When employed with BEI duties were to manage crews, install commercial electrical wiring. In 2002 Became the President, when I took over as president, we had an annual revenue of 2 million peryear. I began to grow the business in different areas of electrical construction. In 2006 we began street lighting and traffic signals where the company has been very successful. Andrew Hawkins -Estimator Years at the company-24 years Years experience — 33 years Training-IBEW Joint apprenticeship program for 4 years, Graduated in 1989. Electrical Experience: Worked as an apprentice for Lone Star Electric through out his apprenticeship. Worked at the US mint with high security clearance installing security system. In 1995 came to work for BEI where he managed crews, installed electrical wiring on large commercial projects. Andrew is now the Traffic signal and street lighting estimator along with providing technical information to crews/Project managers. Bobby Webb Years at the company-10 Years Years experience-19 Years Training -On the job training through out California and Texas, in 2009 started working for BEI. Bobby began leading crews in the Residential, and light commercial projects. In his growth with BEI he has become an asset, from helping crews through troubled projects, managing schedules, project management and fleet management. TECL 17979 Regulated by The Texas Department of Licensing and Regulations, P.O. Box 12157, Austin, Texas 78711, 1(800)803-9202, (512)463-6599 website www.license.state.tx.us com Plaints 51'A.-N E B E L En-X71T fCA,I—'x,,o 821 E. Enon Avenue P 817-561-7400 Foi t Worth, Texas M40 F 817-661-74,03 www.beanciectrical.com Jason Hess Years at the company-22 years Years experience- 22 years Training -Independent Electrical Contractors apprenticeship program, graduated in 2002 Electrical experience: Worked on large commercial project, Service technician, Crew leader for large commercial electrical construction projects, in 2014 became Street lighting supervisor running crews, scheduling, Material/equipment staging and project management. Has extensive experience in trouble shooting, problem solving and customer support. Roy Bean III (Trey) Years at the company —13 years Years experience —13 years Training- Independent Electrical Contractors apprenticeship program, graduated in 2013 Electrical experience: Worked on large commercial projects, assisted in the implementation of Horizontal [directional Drilling in 2014. Trey started operating our first HDD machine in 2014, has help grow the HDD division of our company. Trey project manages installation of several hundred thousand of conduit installed in City ROW Drew Newton Years at the company— 8 years Years experience-8 years Training- Independent Electrical Contractors apprenticeship program, CDL operator Electrical experience: Worked on large commercial projects, installation of street lights, sport lighting, equipment operator. Drew now is a field supervisor for the street lighting crews. His duties are to coordinate the installation, removal of all aspects of the street lighting projects Bean Electrical employee's 125 full time positions. The above group of people will be responsible for the proposed project. They have a support team in the office of 8 clerical, 2 full time estimators, 3 warehouse personnel, 1 material coordinator and 3 full time fleet mechanics. TECL17979 Regulated by The Texas Department of Licensing and Regulations, P.O. Box 12157, Austin, Texas 78711, 1(800)803-9202, (512)463-6599 website www.license.state.tx.us/complaints Bean Electrical Inc Bucket/ Derrick/ Pressure Digger Trucks Support Equipment Materials 40' Bucket Truck JHSL-0009 Vermeer series 216x20 Directional drill ATB0 20BLEDE70 MVOLT R2 3K MP NL P7 LED 40' bucket TruckJHSL-00010 Vermeer series 3 23x30 Directional drill 7 PIN PHOTO EYE DLL 127120-277V 40' Bucket Truck J RS-00023 Vermeer LP533 HydroVac SHORTING CAP K4500120.480V 40' Bucket Truck JRS-00024 John Deere 35G Mini Excavator FUSE HOLDERS 600VAC/DC (30A) 40' Bucket Truck JRS-00025 TRM FUSES 250 VAC (1/10 T030A) 40' Bucket Truck JRS-00026 46ALUMINUM DUPLEX OVERHEAD 40' Bucket Truck J RS-00013 46 AWMI N UM TRIPLEX OV ERHEAD 40' Bucket Truck JRS-00019 Jib ALUMINUM TRIPLEX CON DR 600V (UG) Derrick Digger Line TruckJR5-00030 1-1/4" SCHEDULE 80 PVC CONDUIT Derrick Digger Line TruckJHSL-00011 1-1/4"SCHEDULE80 PVC ELBOWS 40' Bucket Truck w/ Material handier TM-00059 1-1/4"SCHEDULE 80 PVC COUPLING/ADAPTER 40' Bucket Truck w/ Material handier TM-00060 GROUND BOX 13"X24"X18" Watson Pressure DiggerJRS-00017 30' WOOD POLE CLASS 2 TYPE 1 EMBED LIGHT POLE TYPE 1.1 SHOE BASE LIGHT POLE TYPE 33B 8' LUMINAIRE ARM 8' WOOD LIGHT POLE ARM Task Name Duration Start Finish June 2019 July 1ID 22 27 1 1 6 Ill 116L21 1261 1 1 STREET LIGHT 101 days Mon 6/3/19 Mon 10/21/19 INSTALLATION SERVICES AND LED CONVERSIONS RFFI-19-00080 2 AREA 1 60 days Mon 6/3/19,Fri 9/23/19 `— --- -- - 3 MANAGEMENT 60 days :Mon 6/3/19 Fri 8/23/19 4 ASSESSMENT 14 days Mon 6/3/19 .Thu 6/20/19 5 WOOD POLE 1S days Fri 6/21/19 Thu 7/11/19 REPLACEMENT 6 WOOD POLE 45 days Fri 6/21/19 Thu 8/22/19 ARMS ; 7 WIRE INSTALL 45 days :Fri 6/21/19 :Thu 8/22/19 AND REMOVAL 8 LIGHT POLE 10 days Mon 7/1/19 :Fri 7/12/19 ; 19 FOUNDATIONS 9 TY 11 POLE 2 days Mon Tue 7/16/19 INSTALL 7/15j19 10 TYPE 1 POLE 2 days Mon 8/5/19 Tue 8/6/19 INSTALL 11 -..._..._.... - REMOVE STREET -...._ -45 days .................. .... ... -- :Fri 6/21/19 :Thu 8/22/19 LIGHTS s 12 STRAIGHTEN 30 days Mon :Fri 8/23/19 LEANING POLES 7/15/19 - .._....... 13 AREA 2 - - - 60 days .------------ . Fri 6/2111.9 Thu 9/12/19 14 MANAGEMENT _60 days .Fri 6/21/19 ,Thu 9/12/19 15 ASSESSMENT 14 days Fri 6/21/19 ,Wed 7/10/19 16 WOOD POLE '15 days Thu 7/11/19 ;Wed 7131/19 REPLACEMENT _...WQOD 17 I'C7LE :45 days ----_Thu 7/11/19 jWed 9/11/19 ARMS i 18 WIRE INSTALL 45 days - Thu 7/11/19 ;Wed 9/11/19 AND REMOVAL 19 LIGHT POLE .10 days :Mon ;Fri 8/23/19 FOUNDATIONS -8/12/19 20 - - TY 11 POLE °2 days Mon Tue 8/27/1.9 INSTALL S/26/19 21 TYPE 1 POLE 7 days Tue 8/27/19 :Wed 9/4/19 INSTALL 22 REMOVE STREET ..:45 days Thu 7/11/19 Wed 9/11/19 LIGHTS Task KINHWEIMMU-SOM Project Summary Manual Task Project: RFP-19-0080 SCH EDUL split „, <<.. f E....3 � � _ � � , Inactive Task Duration -only Date: Thu 3/28/19 Milestone Inactive Milestone s Manual Summary Summary Inactive Summary - ;... Manual Summary R k. Name (Duration I5tart [Finish ( I June 2.019 1July 23 STRAIGHTEN 30 days Mon Fri 9/6/19 LEANING POLES 7/29/19 24 AREA 3 MANAGEMENT ASSESSMENT WOOD POLE 60 days 60 days 14 days 15 days Thu 7/11/19 Wed 10/2/19 'Thu 7/11/19 Wed 10/2/19 Thu 7111/19 Tue 7/30/19 Wed Tue 8/20/19 _ 25 26 27 REPLACEMENT WOOD POLE 45 days 7/31/19 Wed Tue 10/1/19 28 ARMS WIREINSTALL 45 days 7/31/19 Wed Tue 10/1/19 29 AND REMOVAL LIGHT POLE 10 days 7/31/19 Mon 9/2/19 Fri 9/13/19 30 FOUNDATIONS TY 11 POLE 2 days Mon Tue 9/17/19 31 INSTALL TYPE 1 POLE 20 days 9/1611.9 Mon 9/2/19 .Fri 9/27/19 32 INSTALL REMOVE STREET '45 days Wed Tue 10/1/19 33 LIGHTS STRAIGHTEN 30 days .7131/19 Mon Fri 9/27/19 34 LEANING POLES AREA 4 MANAGEMENT ASSESSMENT WOOD POLE 60 days .60 days .14 days 15 days .8/19/19 Tue 7/3:0/19 Mon 10/21/19 Tue 7/30/19 Mon 10/21/19 'Tue 7/30/19 Fri 8/16/19 :Mon Fri 9/6/19 35 36 37 38 REPLACEMENT WOOD POLE 45 days .8/19/19 Mon Fri 10118/19 39 ARMS WIRE INSTALL .45 days ;8/19/19 - 'Mon :Fri 10/18/19 40 AND REMOVAL LIGHT POLE 10 days ,8/19/19 1 Mon 9/9/19 Fri 9/20/19 41 FOUNDATIONS TY 11 POLE 2 days :Mon Tue 9/24/19 42 INSTALL TYPE 1 POLE 7 days :9/23/19 Wed Thu 10/3/19 43 INSTALL REMOVE STREET 45 days 9/25/19 Mon Fri 10/18/19 44 LIGHTS STRAIGHTEN 30 days 8/19/19 Mon 9/9/19 Fri 10/18/19 i 45 LEANING POLES Task 1�6 - . --. Project Summary R­""°"'-" 111 Manual Task Project: RFP-19-0080 SCHEDUL Split ,,,,,.... Inactive Task Duration -only Date: Thu 3/28/19 Milestone + Inactive Milestone Manual Summary Summary I Inactive Summary _ 1 Manual Summary P LLU LL O < O (9 L l) F LU z aa)i o: o¢ O cli c) 2-N � LL L]C - o � � � ' Lu O 76. J Mi a- � a'- - r-1 0 o . U ' LIJ . - {F} r-1 . Q t -I , _1 d : 00 : N } - - - ro uj: m LL C Q Ln.N N�'� Fk� ' j' m; O Q r-oQn Ln oE- v U O'J: N.A A - 2 �'►-,: CS Dr Ln. s u LLI m' 1-1 o U n- rn: M C9 t� i LU; w if Z LLI Q : ; ? 00 c'ai . nn' Lu E w or U ; O t-1 ' ❑ a : CO . W CO F-- : ❑ 41 N O o; ul Z O : 13' _ � ' N N : '� Lu . c-1 - X u O.rit E =nN1-1�1= oL: 0'N-0 U' U rI (YL. V]: L m F N m W . - L . i LLI ! � : a--1 : m E . J. O. ^r La -- O: r - cD • d cic 0 to 0- O w -a O iL O U U O' d'= . °G V J o �' (9' LQu L _ as z; N o ¢: u w r'v: oc N LJJ " 111 • Q : rA : LiL . 1� O 2. Ln- 4': riLn O LL cor-. c�. LLI va o- o. a; ap: N In A. I r a 5u Qq 4� t11 y AU 11 Y N is L q 06 U IS u ,9 .1 _ -ti.��� Lo IV Z A. u. SF` 1.-,I ., .. �'i::.�..•+ r ..:y,;r .:... , alp L'0 L,a L R , j :.I'j ...giJ '.: RJ.. L.L 1L . al LV r+. �;. LwY' L;' 4 T kk fi:'71' C''.1 L.f:.�- { - -zT. La B E Ak All E, f 17P. 821 E. Dion Axeiiue P 817-561-7400 � + fl I e j I Fort -\Vrorth, Texas 76140 F 817-561-7403 `111,11-. Ibe�uielectt•zc itl . c.oiai Appendix Material Data sheets ATBO 20BLEDE70 MVOLT R2 3K MP NL P7 LED 7 PIN PHOTO EYE DLL 127 120-277V SHORTING CAP K4500 120-480V FUSE HOLDERS 600VAC/DC (30A) TRM FUSES 250 VAC (1/10 T030A) #6 ALUMINUM DUPLEX OVERHEAD #6 ALUMINUM TRIPLEX OVERHEAD #6 ALUMINUM TRIPLEX CONDR 600V (UG) 1-1/4" SCHEDULE 80 PVC CONDUIT 1-1/4"SCHEDULE 80 PVC ELBOWS 1-1/4"SCHEDULE 80 PVC COUPLING/ADAPTER GROUND BOX 13"X24"X1.8" 30' WOOD POLE CLASS 2 TYPE 1 EMBED LIGHT POLE TYPE 11 SHOE BASE LIGHT POLE TYPE 33B 8' LUMINAIRE ARM 8' WOOD LIGHT POLE ARM Bean Electrical, Inc, TECL17979 Regulated by The Texas Department of Licensing and Regulations, P.O. Box 12157, Austin, Texas 78711, 1800 803 9202, 512 463 6599, website www.license.state.txus/com plaints NICKFUMF C611516telrt vnlh LEES'' goals a Green Globes-0teria for6ght pollolion reduction FRIENDLY PRODUCT OVERVIEW Applications: Roadways Off ramps Residential streets Parking lots �I � rrrm.F, r�•, tr•t .7 _7� U� -- 1 tr11l Effective Projected Area JEPA1: The EPA for the ATBO is 0,7& sq, ft. Approx. Wt. =14 W& STANDARDS DesignL€ghts Consortium® (DLC) qualified product. Not all versions of this product maybe DLC qualified, Please check the DLC Qualified Products List at www.designlights,p3'g/QPLto confirm which versions are qualified. Color temperatures of _-� 3000K must be specified for International Dark - Sky Association certification, Rated for -40°C to 40°C ambient (SA Certified to VS, and Canadian standards Complies with ANSI: C136.2, (136.10, C136.14, C136,31, (136,15, C136.37 AuWbahn Series A [30 Roadway Lighting Features: OP`FICA L Same Light: Performance is comparable to 70-25OW HPS roadway luminaires. White Light: Correlated color temperature-4000K, 70 CRI minimum, 3000K, 70 (RI minimum or optional 5000K, 70 CRl minimum. Unique IP66 rated LED light engines provided 0% uplight and restrict backlight to within sidewalk depth, providing optimal application coverage and optimal pole spacing, Available in Type 11, III, IV, and V roadway distributions. CLIEC'I'PVCAI. Expected Life: LED light engines are rated > 100,000 hours at 25°(, L70. Electronic driver has an expected life of100,000 hours at a 25 C ambient. Lower Energy: Saves an expected of 40-60%over comparable HID luminaires. Robust Surge Protection: Three different surge protection options provide a minimum of ANSI C136.21OkV/5kA protection.20kV/10kA protection is also available. POIECHANICAL Includes standard AEL lineman -friendly features such as tool -less entry, 3 station terminal block and quick disconnects. Bubble level located inside the electrical compartment for easily leveling at Installation, Rugged die-cast aluminum housing and door are polyester powder -coated for durabilityand corrosion resistance. Rigorous five -stage pre -treating and painting process yields a finish that achieves a scribe creepage rating of 7 (perASTM D1654) after over 5000 hours exposure to salt fog chamber (operated per ASTM 8117). Mast arm mount is adjustable for arms from 1-1/4"to 2"(1-5/8°to 2-3/8" O.D.) diameter. Provides a 3G vibration rating per ANSI C136.31 Wildlife shield is cast into the housing (not a separate piece). CONTROLS NEMA 3 pin photocontrol receptacle is standard, with the Acuity designed ANSI standard 7 pin receptacle optionally available. Premium solid state fucking style pholocontrol -PCSS (10 year rated life) Extreme long life solid state locking style photocontfol - KILL (20 year rated life). Multi -level dimming available to prov€descheduled.dimming as specified by the customer. Optional onboard Adjustable Output module allows the light output and input wattage to be modified to meet site specific requirements, and also can allow a single fixture to be flexibly applied in many different applications. Note: Specifications subject to change wilhournutiee. Actual.parformance may differ as a result of and -user environment and application. 0 2014-2017 Acuity Brands Lighting, Inc. AT80 06/07/17 American r. L Lighiing- AR. utobahn Series ATBO Roadway Lighting INFORMATI ON Example: ATBO 30LEDEIO MOLT R2 ATBO 20BLEDE70 JMVOLT R2 Series Performance Packages Voltage optics-� ATBO Autobahn LED 1OBLEDE70 108 Chips, 700mA Driver MVOLT Multi-volt,120-277V R2 Roadway Type If Roadway 10BLEDE1O 10B Chips,1050mA Driver 347 347V R3 Roadway Type Ill 10BLEDE1.5 1013 Chips,1500mA Driver 480 480V R4 Roadway Type IV 20BLEDE53 20B Chips, 525mA Driver 115 Roadway Type V 20BLEDE70 20B Chips, 700mA Driver 20BLEDE10 20B Chips,1050mA Driver 2013LEDE13 20B Chips, 1300mA Driver 20BLEDE15 20B Chips,1500mA Driver 30BLEDE70 30B Chips, 700mA Driver 30BLEDE85 30B Chips, 850mA Driver 30BLEDEIO 30B Chips,1050mA Driver SOBLEDE13 308 Chips,130GmA Driver 30BLEDE151 30B Chips, 15OOmA Driver Color Temperature (CCT) (Blank) 4000K CGT, 70 CRI Min. 3K 3000K CCT, 70 CRI Min, 5K 5000K CCT, 70 CRI Min. Paint (Blank) Gray (Standard) BK, Black BZ Bronze DDB Dark Bronze GI Graphite WH White Surge Protection (Blank) Standard 10kVJ5kA SPD 20 20kV/IOKA SPD MP' MOV Pack ILr SPD with Indicator Light Terminal_Block (Blank) Terminal Block (Standard) T2 Wired to Li & L2 Positions Misc. BL External Bubble Level HS House -Side Shield NL Nema Label XL Not GSA Certified UMH-XX 8" Horizontal Arm for Round Pole, Painted to match Fixture 3K MP NL P7 UMS-XX 8" Horizontal Arm for Square Pole, Painted to match fixture UMR-GALV 8" Horizontal Arm for Round Pole, Galvanized UMS-GALV 8" Horizontal Arm for Squaro Pale, Galvanized Controls (Blank) 3 Pin NEMA Photocontrol Receptacle (Standard) P72 7 Pin Photocontrol Receptacle (Dimmable Driver included) NR No Photocontrol Receptacle A03 Field Adjustable Output DM OV-1OV Dimmable Driver (Controls by others) ML"I Multi -Level Dimming PCSSi Solid State Lighting Photocantrol (120-277V) PCLL Solid State Long Life Photocontrol SH Shorting Cap Packagina (Blank) SingleUnitfStandard) JP Job Pack (421Pallet) Notes 1 Not available in 347 or48OV. 2 Not available with DM, ML or NR. 3 Not available with DM or ML options. 4 Not available with AD, DM, P5 or P7 options. 5 Dimming Schedule and light level information required from the customer in order to configure product. Contact Infrastructure Technical Suppottto proceed. American Warranty Five-year limited warranty. Complelo warrantyterms ieooted at: Electric wwwacuavhrantsconilCustonierResoureasirorms and conditions.nsax AX L Lighting- Actual performance may differ as a result of end -user environment and application. AEL Head uartars, 3825 ColumbusRoad, Granville, GH 43023 All values are. design or typical values, measured under laboratory conditions at 25 "C. 4 Specifications subject to change without notice. www,amaricanelaotrielightin g.com (D 2014-2017 Acuity Brands Lighting, Inc. All Rights Reserved. ATRO 06/07/17 Please contact yoursalas representative forthe fatestprodect information. Autobahn Series A BO Roadway Lighting PEF1FORM A N C E PACE{AGE Note- Information shown above is based on 4000K nominal system data. individual €ixtura performance may vary. To calculate 3000K lumen values, multiply the 4000K lumaos by.93. Specifications subject to change without notice. 150C 20°C 25-C I _ 30°C 350C 40-C �i. 1.02 1.01 1 0.98 OX 0.95 To calculaw'air `_LD for a temperature -other than 2VC, multiply the LLD 025°Clshown in the performance package table) by the LLD multiplier for the selected temperature. American Warranty Five-year limited warranty. Complete warranty terms located at: Electric ww'riacuitvhrandscoAVE L m/Custort�orRasartcesTarms_an[l_condltiyn.$, Lighting- Actual performance may differ as a result of end -user environment and application. AL AFL Headquarters, 3825 Columbus Road, Granville, OH 43043 All values are design or typical values, measured utnder laboratory conditions a25 IC. vvww.americaneleetHclighiing.com Specifications subject to change without nofica. ©2014-2g17AcuityBrands Lighting, Inc. All Rights Reserved. ATi30 06/07/17 Please contact yaarsalesrepresenfalivefor Melatestpraduatinformarien. c: _ •. , ; «,,,,- DLL 127 120-277'V 10.11 OVERVIEW With a design life of 20+ years and superior in -rush current and surge -protection features, the DLL Elite support the extended life and law maintenance benefits associated with LED fixtures. FEATURES APPLICATIONS d LED lighting fixtures that require dusk to dawn control 0 High inrush currentfixtures 0 Designed to last as long asyour LED lighting system, 20+years © LED inrush protection with TRlACassisted relay a Extreme surge protection of 1280J140kA utility or 2120JI4OkA UL listed 0 Double thick enclosure and lens with additional UV inhibitor 9 High temp base plastic tested to 1400C Long life capacitors Full wave rectified power supply ® Dual zener diodes for long life g Solid brass contact blades Double sided, thru hole plated .062" FR4 circuit board Conformal coated printed circuit board a Sealed packaging for extended storage SPECIFICATIONS REGULATORY LISTINGS * ANSI C136.10 o ROHScompliant o UL listed to U.S. and Canadian safety standards o Surge rated in excess of ANSI C136.10 to 20kVl10kA OPERATING CHARACTERISTICS U Operating Levels: Turn -on -at 1.5 K and turn-off at 2.25 FC (On:Off ratio of 1:1.5) a Operating temperature: -40C to 70C d Voltage 120 to 480 VAC, 60Hz Load rating:1000 watts,1800 VA bal last a UL Load Rating: 1000VA Average power consumption: t0.5 watts @ 120V Warranty Ten-year limited warranty. Complete warranty terms located at: www acuitybrands.comlCustomerResources]Terms and conditions.aspxx (Vote: Actual performance may differ as a result of end -user environmentand application. Specifications subject to change without notice ORDERING INFORMATION D DARK TO LIGHT -r.✓LL EIi tug Type Phot control Standard Low Profile 'n]a� 'it jor.�'' r ° - al.z3 . _& tlon�t sls 12t' 7N Green Blue 34TV Green Green *W Yellow Yellow 11U�f;T:1 gTZgCUol;kel1 Sarum & Vaftage Fetiure Made 11-trn,0n Lotwl (1c) lion-ing Ki3tbr cartitication CWil!J Color Mg. 01y, 6152i 120-277V JU 1 Unit [blank] Fail On 1.5 ANSI [blank] Standard [blank] Silicon Y [blank] Standard ['oiank] See standard colors DLL347 347V at eight-•-" "- selisul c us A e-_ J12 12Units DLL480 480VF LP Low Profile' IR IR filtered listed" BK Black° J50 50 units silicon BR Brown, sensor GR Green' GY Gray' BL Blue, YL Yellow4 NOTES 1. Only available with CU.Lcenification option. 2. not available with nLL347,0LL480,orCULcertification. 3. Color substitutions not allowed.forcUlusmodels. 4. Nonstandard custom colors are non -stock items.AvailableinA2and.150only. Consult customer service. Acuity Brands [ One Lithonia Way Conyers, GA 30012 Phone: 800.535.2465 www.acuitycontrols.com DR -DLL © 2014-2019 Acuity Brands Lighting, Inc. Ail rights reserved. Rov, 03108/19 1 of 2 DIMENSIONS Standard Low Profile STOCKED MODEL NUMBERS :mv,,(iTT-1. I'tl:(-ii5rlfrtt' I;Y; �j,�a3zrJ r. DLL127 1.5 120.277V Fail- On (non•UL) J50 DLL1271.5 BL 120-277V Fail- On (non-UL) Blue J50 DLL1271.5GY 120-277VFail- On(non-UL)Gray J50 DLL1271.5 BK 120-277V Fail- On (non-UL) Black J50 DLL127F 1.5 120-277V Fail- Off (non-UL) J50 DLL127 1.5 LP 120-277V Fail- On (non-UL) Low Profile J50 DLL1271.5 IR 120.277V Fail -On (non-UL) IR Filter J50 DLL1771.5 IR BK 120-277V Fail -On (non-UL) IR Filter Black J50 DLL1271.51R131- 120.277VFail-On (non-UL)IRFilter Blue J50 DLL127F 1.5 CUL 120.277VFai1. Off J50 DLL1271.5CUL 120-277VFall- On J50 DLL347F 1.5 CUL 347V Fail- Off J50 DLL3471-5 CUL 347V Fail -On J50 DLL48OF 1.5 CUL 480V Fail• Off J50 DLL4801.5CUL 480VFall- On JIM Amity Brands I one Llthonla Way Conyers, GA 30012 Phone: 800,535.2465 snmacuitywntrals.com On-I)Lt © 2014-2019 Acuity Brands Ughting, Inc, All rights reserved. Rev.03100119 2 of 2 4500 Shorting Cap, Lacking -Type Mounting The K4500 Shorting Cap features 3-prong locking -typo plug connector. It is used with luminaries with a photocontrol receptacle to complete circuit when a photocontrol is not required. Features a Designed to meet environmental protection requirements in ANSI C136A0. W Complete circuit to provide direct connection to luminarie when no photocontrol is connected. Ratings Size: 3" (7.6 cm) Nigh, 3" (7.6 cm) Diameter Color: Milky White with Black Imprints Material: UV Stabilized Polypropelyne Cap Black Polypropolyne Base Neoprene Blend Gasket Solid Brass Contacts Electrical Rating: 15 A, 120-488 V Environmental: Meets ANSI C136-10 Environmental Requirements Regulatory Listings: UUCSA Listed ANSI C136-10 Compliant Warranty: Limited 2-year Manufacturer's Warranty Project: Location: Product Type: Contact/Phone: Model #: K4soo 4 �N IIMErI: MATIC' Energy Controls Specification The locking type, shorting plug shall install on a ANSI 0136--10 NEMA style 3-pin receptacle to connect load pins to bypass local photocell control. Shorting plug shall have a rating of 15A at 105-488 VAC. The shorting plug shall be constructed with UV stabllizod polypropelyne cap, black polypropelyne rase and neoprene blended gasket. The shorting plug shall be agency certified and tested accordingly. The shorting plug shall meet all environmental and electrical requirements of ANSI 0136.10. The shorting plug shall have a manufactures limited warranty of 2 years minimum. The shorting plug shall be Intermatic model K4500. Energy Controls www.intermatic.com Single -Pole FEB-B-B IM2 ` x 1 V Fuses HEE3y For any 1%2." x 1 W fuse. Fuse holder rated 30A, 600V (CSA Listed 16A max.). Typical fuse types: Edison MOL MEN, MEQ and MCL. (%o -30A) HET A HEB- fuse holder with a permanently Installed solid neutral. Easily identified by white plastic coupling nut. Single- and Double -Pole without Breakaway Option Packaging & Ordering Information: xxx — HEB Load Side Line HET Terminal Terminal HEY A thru W A thru W HEX Single -Pole with breakaway Option Packaging & Ordering Information: r"EB x k War Load Line Brea -Way Terminal Terminal Terminal A thru K RLC - A thru J or 13YC Double -Pole with Breakaway Option Packaging & Ordering Information: xxx — — HEX or Load Line Break=W-Way HEY Terminal Terminal Terminal A thru 1< DRLG- A ihru J or DRYC. 00WER Circuit Protection Double -Pole Class CC 1%2" x 1 %1' Midget Fuses HEY - Double -pole fuse holder has water-resistant, polarized design, and accepts Class CC branch circuit fuses (Edison fuse types EDCC, HCTR or HCLR, 600V or less) Particularly applicable in street lighting circuits with optional breakaway receptacle. !Available Part Numbers HEX - For any '%2" x 1 %" fuse. Fuse holder rated 30A, 600V (CSA Listed 15A max.). Typical fuse types: Edison MOL MEN, MEQ and MCL. (X. -30A) Mon -Breakaway Units: HEB-AAM (2) (3), HEB-AB(2), HEB-AC(2), HEB-AD(2), HEB-AEM, HEB-AJ, HEB-AK, HEB-AL, HEB-AR, HEB-AY, HEB-BA(2), HEB-BB(2), HEB-BC(2), HEB-131)(2), HEB-CC(2), HEB-DD(2), NEB-JJ, HEB-JK, HEB-JL, HEB-JY, HEB-LL, HEB-NN, HEB-PPM, HEB-QQ(2), HEB-RR(2), HEB-SS, HEB-TT(2), HEB-ZA. Agency Information: MUL Recognized, Guide IZLT2, File E14853 (2)CSA Certified, Class 6225-01, File 47235 {3)CE Breakaway Units: (Includes fuse holder, breakaway part and insulating hoots): HEB-AW-RLA, HEB-AW-RIC-0) (2) (3), FIEB-AW-RLC-B, HEB-AW-RLC-C, HEB-AW-RLC-J, HEB-AW-RYA, HEB-AW-RYC, HEB-BW-RLC-A, HEB-BW-RLC-B, HEB-BW-RYC, HEB-JW-RLC-J, HEB--JW-RYC, HEB-KW-RLC-J, HEB-KW-RYC, HEB-LW-RLA, HEB-LW-RLC-J, HEB-LW--RYA Agency Information, MUL Recognized, Guide IZLT4 File E14853 OCSA Certified, Class 6225-01, File 47235 MC E For additional information, visit www.edlsonfuse.com 147 r P Catalog and Specification Data Note: The construction elements listed below Illustrate the full construction of the available part numbers. NOT all construction elements are available in all combinations. Conductor Terminals Conductor Data Terminal a Symbols toad Line Type Terminal Size Side side Copper Crimp #12 to #8 1 A A #12 2 #1 2 _ B 8 - 4 1 i8 2 C C #4 1 — #6 2 D D #2 1 #4 2 E E 111111i1 01 r #12to$2 1 J J .-.. oil ' 2I1i111 e /Of,") #12 to #2 2 x x SolfdBreakaway (Roquiredwith W W r \ Preakaway Receptacle) Available Part Numbers HEX Series: HEX-AA(1)(2)• HEX AB, HEX -AC, HEX-AD,HFX-AE, HEX -AY, HEX -BB, HEX -CC, HEX-JJ, HEX-JK, and HFX-KK. Agency Information: i11UL Recognized, Guide IZLT2, File El4853 MCSA Certilied, Class 6225-01, File 47235 HEY aeries: HEY -AA, HEY -AB, HEY -AC, HEY -AD, HEY-AE, HEY -AL, HEY-1313, and HEY-JJ. NET Series: HET -AA, HET -AB, HET-813, HET-JJ, and HET-JK Optional Conductor Data Preakaway Tern[lnaE ' b Single- "Double - Type Terminal Size v> Pole pole Copper Crimp #12 to #B 1 -RLG-A -DRLC-A ill "lllr (P #6 1-ALC-13 -DRLC-B lid 1 -RLC-G -DRLC-C Copper set -Screw ul�fq #121042 1 -RLC-J -DRLC-J �Xwiwl da #12 to #2 2 -RYC -DRYC • Terminal Illustrallons show the end view of single -pole receptacles and one -poly only of the double -pole receptacles, Thus, for axample, in the caco of a double -pole, set -screw type receplacle wilh terminals that accept two conductors, a total of four conductors could be connected to the reeeplecie per the following drawing. Catalog Data -- Insulating Boots Catalog Numbers 2AD660 2AO661 Type: single Conductor Two Conductor Insulating boots are optional and not included with non -Breakaway holdors and must be ordered separately. They are included as a standard item with the broakaway series, When hoots are utilized, extra heat retention requires that fuses are sized at a minimum of 200% of the aMS load current. 48 For additional information, visit www.ediso fup.com Watertight Fuse Protection HEB in -line fuse holders are water resistant and easy to Install. Protect fuses in locations exposed to wate.r, weather, corrosive fumes, salt -spray, etc. Holders are two - sectioned, molded plastic, The captive nut couples the loadside section to the lineside section; compression of the o-ring when the nut is tightened forms a vapor and water resistant unit. Double -pole Fuse Holders For Simultaneous Non- Load -Break Disconnect of Two Conductors HEX and HEY units permit the fusing of two conductors. Loadside conductors can be disconnected from the lineside conductors by disengaging a captive stainless steel screw. Positive non -load -break disconnect (for non -energized circuits) provides maintenance safety. Helps prevent shock. Makes loads electrically dead. Fuse holders are polarized. They can be used for line -to - line or line -to -neutral loads. Polarization prevents inadvertent reversal of loadside conductors (provides compliance with NECK' Section 240-22). Both loadside terminals are always identical; both lineside terminals are always identical. Serve As A Non -Load -Break Disconnect The body of the fuse recesses within the loadside section so that it does not make electrical contact with the lineside section until the coupling nut engages the threads on the lineside section. The holder section thus provides a positive means of breaking or opening a non -energized electrical circuit for maintenance and repair. Breakaway Receptacles For Impact Seperation Are available as an option with fuse holders. Ideally suited for breakaway lighting standards as required by state and federal highway commissions). Receptacle consists of a female terminal jacketed in an integral rubber insulating sleeve, and an external wire/cable terminal. The female terminal tightly mates with a lineside, solid, copper rod terminal (symbol "W") of the fuse holder. The insulating A COWED. Circuit Protection sleeve also insulates the body of the lines€de section of the fuse holder. Should the holder be subjected to an undue pull, it will separate from the lineside, Breakaway receptacle and become electrically dead. Separating the holder and receptacle on a non-engergized circuit facilitates repair/maintenance. Solid "W" Terminals Mate With Breakaway Receptacles A solid copper "rod" terminal must be used on the line -side of a fuse holder when holder is equipped with a breakaway receptacle. This solid rod terminal mates with the internal female terminal(s) of the breakaway receptacle. The letter "W" in the catalog number of the fuse holder designates this type terminal. Crimp And Set -Screw Terminals Crimp and setscrew type terminals are available for copper conductors. 2AO661 2A0660 Insulating Boots Save Installation Time Boots come in two configurations - for single conductor and the "Y" type for two conductors. Fit all Edison in -lime fuse holders. Designed to snugly fit over conductor insulation. Fits to wire by cutting off tapered tip. Diameter of conductor insulation cannot exceed 0.450". Inside of boots are treated with silicone to facilitate drawing of wire. Boots come as a standard item with breakaway receptacles. They are optional and must be ordered separately for fuse holders without breakaway receptacles. When boots are utilized, extra heat retention requires that fuses are sized at a minimum of 200% of the RMS load current. "Tap -Off" Connections Fuse holders with terminal accepting two conductors can be used as a tap -off connector. Saves cost and manhours. For additional information, visit www.edisonfuse.com 149 TRM 1, 1/211 A 3 /,� m,, MIS)' H IV -USES Tri-onic TRIM time -delay midget fuses are rated 250 volts AC and are offered in ampere ratings from 1/10A to 30A. They Have 12 seconds time delay at 200% rating to provide supplemental protection of small motors, small transformers and other high inrush loads, plus many other 250 volt applications. (Not for Branch Circuit Protection). Numerous ratings for a wide variety of applications -,- 250VAC rating in all sizes up to 30A Time delay for circuits with high inrush currrent >- Can he used with ULTRASAF'E'm fuse holders HIGHLIGHTS: APPLICATION: 'o Time Delay <r Small Motors AC. 1110 to 30A 250 VAC Rated Smal.f Transformers 250VAC,1 akA I.R. Lighting Circuits Control Circuits Siazif'lat'rt kqo Anip r..t ftatirt s, C('113319 ilt ti�:1f� ors UL Listed to Standard 248-14 File E33925 4 CSA Certified to Standard C22,2 No, 248.14 AMPERE RATING CATALOG NUMBER AMPERE RATING CATALOG NUMBER AMPERE RATING CATALOG NUMBER AMPERE RATING CATALOG NUMBER AMPERE RATING CATALOG NUMBER AMPERE RATING CATALOG NUMBER 1/10 TRM1/10 6/10 TRM6/10 1-6/10 TRM1-6110 3 TRM3 5-6/10 TRM5-6/10 10 TRM10 15/100 TRM15/100 8/10 TRM8/10 1-8/10 TRM1-8/10 3-2/10 TRM3-2210 6 TRM6 12 TRM12 2/10 TRM2/10 1 TRM1 2 TRM2 3-1/2 TRM3-1/2 6-1/4 TRM6-1/4 15 TRM15 1/4 TRM1/4 1-1/8 TRM1-1/8 2-1/4 TRM2-1/4 4 TRM4 7 TRM7 20 TRM20 3/10 TRM3/10 11/4 TRM1-1/4 2-112 TRM2-1/2 4-1/2 TRM4-1/2 8 TRM8 25 TRM25 4110 TRM4/10 1-4/10 - TRM1--4/10 2-8/10 TRM2-8/10 5 TRM5 9 TRM9 30 TRM30 1/2 1 TRM1l2 tYielliRu Iime — Gurten fiat€► 11,19 - 3-1/2 Amileres, 250 Voils AC ok 44 C.J Q0 4 100i 701 sol 101 20t lac W 5( 3C 2C .QE 4A SA SA 10A 12A 15A 20A 25A N w a�ifil'3•;fit i11 '1S11 t)+;N�,M �13�€'i:Stl 11i (111'd11^Yt.'.0 C5 Gross Automation (877) 268-370.0 • wv w,ferrazshawmutsales.com • sales@grossautomation.com rr• Aluminum Duplex Overhead Weight (lbs.) per 1000 Phase Conductors Bare Neutral Messenger lt. Rating {Amps) Code insulation Word Size AWG Strand Thickness SlzeAWG Strand (lbs-) Breaking Strength XLP Poly XLP Poly (mils) Setter 6 Solld 45 6 6/1 1,190 73.2 73.2 85 70 _.... Shepherd 6 7/w 45 - 6 6/1 1,190 78.3 74.6 _ 85 70 Es ima 4 Solid 45 4 6/1 1,869 113.7 1116 110 90 Terrier 4 7/w 45 4 6/1 1,860 118.7 113.6 110 90 Chow 2 7/w 45 2 6/1 2,850 181.7 174.7 150 115 Bell 1/0 19/w 60 1/0 6/1 4,380 288.7 Z80.3 200 155 All values are nominal and subject to correction Ampaclly 90 `G conductor temperatures, 20°C ambient temperature RHO 90 100% load factor for three conductor triplex with neutral carrying only unbalanced load. All yellow extruded stripe cable is XLP insulation. UL Standard 854 available upon request. Ampacity ratings are not applicable for NEC applications. Application: Aluminum Duplex Overhead cable is designed for use to supply 120 volt aerial service for temporary service at construction sites, outdoor or street lighting. This cable is suitable for service at 600 volts or lowers at a conductor temperature of 75°C maximum. Conductors: A concentric strand or compressed 1350-Hl9 series aluminum series aluminum conductor. Messenger. A bare ACSR messenger. Optional constructions include a messenger of AAC or 6201 alloy. Insulation: A black cross linked polyethylene (XLP) insulation. Polyethylene (PE) insulation is available upon request. Standards: ASTM B-230 ASTM B-231 ASTM B-232 ASTM B-399 ICEA S - 76 - 474 1-800-9411151-5,542 © Priority Wire & Cable, Little Rock, AR PWC-2017 + V d _ �. WIRE & CABLE, INC. ARumi um Trip9 x Ove rkea Code Word Phase Conductors Bare Neutral Messenger Weight [lbslper 1000ft. AmpacityiAmpsy IpsulaRion SIzeAWG Strand thickness mllsj SizeAWG •Strand Breaking Strength XLP 16s Poly XLP Poly Paludina 6 Solid 45 6 6/1 1,190 114.0 113.0 s5 70 voluta 6 7/w 45 6 6/1 1,190 115.0 112,0 85 70 Whe k 4 Solid 45 4 6/1 1,860 163.0 161.0 110 90 Periwinkle 4 7/w 45 4 6/1 1,860 7? n 169,0 110 90 Conch 2 71w 45 2 6/1 2,950 262.0 257.0 15D 115 Neritina 1/0 7/w 60 1/0 6/1 4,380 420.0 414.0 200 155 Cenia 1/0 19/w 60 1/0 6/11 4,380 414.0 408.0 200 155 Runcina 210 7/w 60 2/0 6/1 5,310 519.0 512,0 230 180 Triton 210 19/w 60 2/0 6/1 5,310 511.0 505.0 230 ISO Cherrystone 3/0 7/w 60 3/0 6/1 6,620 1 656.0 643.0 260 205 Mursia 3/0 19/w 60 3/0 6/1 6,620 633.0 626.0 260 205 Razor 4/0 71w 60 4/0 6/1 8,350 814.0 799,0 300 235 Mara 4/0 19/w 60 4/e 6/1 8,350 785.0 777,0 300 235 Elmpet 336 19/w 80 336 1 1811 8,680 1161.0 1147.D 380 290 Scallop 4 Solid 45 6 6/1 1,190 142.0 139.0 110 90 Strombus 4 7/w 45 6 6/1 1,190 151.0 148.0 110 90 Cackle 2 7/w 45 4 6/1 1,860 229.0 224,0 150 115 lanthina 1/0 7/w 60 2 6/1 2,850 367.0 3&0,0 200 155 Ranella 1/0 19/w 60 2 6/1 2,850 361.0 356.0 200 1 155 Cavolinia 210 7/w so 1 6/1 3,550 452.0 444,0 230 180 Clio 210 19/w 60 1 6/11 3,550 444.0 437,0 230 180 Sanddollar 3/0 7/w 60 1/0 6/1 4,380 570.0 557.0 260 205 Aega 3/0 19/w 60 1/0 6/1 4,380 565.0 552,0 260 250 Cuttlefish 410 7/w 60 2/0 6/1 5,310 706.0 691,0 300 235 Cerapus 4/0 19/w 60 2/0 6/1 5,310 678.0 1 670.0 300 235 Cowry 336 19/w 80 410 6/1 8,350 1135.0 1 1093.0 380 290 All values are nominal and subject to correction Application: Aluminum Triplex Overhead cable is designed for use to supply power from utility lines to the consumer weather head. For service at 600 volts or lower (phase to phase) at a conductor temperature of 90 IC maximum. Conductors. Concentric strand or compressed 1350-1-119 series aluminum conductor. Messenger; A bare ACSR messenger, Optional constructions include a messenger of AAC or 6201 alloy. Insulation: Black cross linked polyethylene (XLP) insulation. Poly0thylene (PE) insulation is available upon request. Standards, ASTM B-230, B-231, B-232, B-399 ICEA 8-76 - 474 RUS Accepted 1-0®0-94 1Z42 © Priority Wire & Cable, Little Rock, AR PWC-2018 NA) RE & CABLE,_INC. -- -- •- —1:� - : Triplex Alumd'Inum Conductor 600V URD Code Word Phase Conductor Neutral Single Phase Conductor (inches) outside Diameter (inches) Weight (lbs.) per 1000 it. Ampacity (Amps) Size AWG Stranding insulation Thickness (mils) Size AWG Stranding Insulation Thickness (mils) Direct Burial in Duct Erskine 6 7 60 6 7/w 60 0.299 U;46 143 9S 70 Vassar 4 7 60 4 7/w 60 0,345 0.754 203 125 1 90 Stephens 2 1 60 4 7/w 60 0.403 0.842 264 165 120 Ramapo 2 7 60 2 7/w 60 0.403 0.974 294 165 120 8renau 1/0 19 80 2 7/w 60 0.522 1.0644 408 215 160 Bergen 1/0 19 86 1 1/0 19/w 80 0.522 1,133 465 215 Igo Converse 2/0 19 80 1 19/w 80 0.566 1.174 502 245 180 Hunter 2/0 1 19 80 2/0 19/w 80 0.566 1.228 560 245 180 Hollins 3/0 19 80 1/0 19/w 80 0.616 1.276 608 280 205 Sweetbriar 4/0 19 80 2/0 19/w 80 0.672 1.389 739 315 240 Monmouth 4/0 19 80 410 19/w 80 0.677 1.457 828 315 740 Pratt 250 37 95 3/0 19/w 80 1 0.748 1.538 893 34S 265 Wesleyan 350 1 37 95 410 19/w 8o 0.851 1.736 1166 415 320 Rider Soo 37 95 350 .37/w 95 0.979 2.035 1663 495 395 Fairfield 750 61 110 500 37/w 95 1.190 2.400 2289 615 525 The above data is nominal and subject to manufacturing tolerances. Ampacity 9VC conductor lemperatures, 20`�C ambient temperature. RHO 50. 100% load factor for three conductor triples with neutral carrying only unbalanced load. Ampacily not for NEC applications. ,application: Aluminum 600V URD cable Is designed for use in secondary distribution circuits, where installed in duct or direct burial applications. Maximum operating temperature Is not to exceed 90°C In wet and dry locations. Voltage rating is 600 volts. As an option, this cable can be provided pre -pulled into duct. Conductors: Concentric strand or compressed 1350-1-119 series aluminum conductor. Conductors are cabled together, with surface printing for identification. The neutral conductor has a yellow stripe. Insulation: Black crass linked polyethylene (XLP) Insulation. Standairds: ASTM B-230 ASTM B-231 ASTM B-609 ASTM B-901 ICEA S-105.692 Federal Specification A-A595544A UL 854 RUS ACCEPTED ©Priority Wire & Carle, Little Rock, AR PWC-2018 Rigid Non- vi1m-Ataklic Ocher tde 80 Cwnduot Meets UL 651 specifications and NEMA 7C2 Rated for 90'C Cable Sunlight Resistant 10' Lengths Part Size Peet per Ql iID No. Pack i�fL Mfg w E 1 B A53AEl2 A_53AE12H 2 3AG12 A53AG12H 1/2 1/2 _ 3/4 3/4 _-_ 6,000.era 3,000 _ 4,400 2,200 .147 .147 _ �.154 .154 _ .840 .840 _ 11050 .502 -502 .G98 -698 852 1352 1-064 1.064 B36 .83_6 ^1.046 1.04B 11050 A53BA12 1 r 3,600 179 1.315 -910 _1.330 1,310 � A53BA12H N� 1,800 .- .179 _ 1.315 _ .910 1.330 1.31_0 _ A53BO12_--_ 1-1/4. 3,300m .191 1.880 1,227. 1.677 1.655 A5_3BC12H 1-1/4 1,650 .1.gl 1.660 1,227 1.677 1.655_ A53BE12 --1-1/2_ w2,250ssm .206 1.9.00 1,018 1_894_ A53BE12H _ 1-1/2 900_ j .2U_0 1.918 1 _a94 1._900 _1.446 1,446 A53_CA12 F2 -n 1,400 218 2.3-75 1.881 .393� 2_.35.9 9A53CE12 , 2-112 P tl 9_30 a .276 2.87_5 ^3.500 2-250 2,690� 2.060 A5_3DA_12 3 W 0. 88_0 -300 2-820 3,615 3,492 - 4 u., ... . 570 .337 4.500 3.7-37 4.515 4,491 _A5_3_EA12 A53FA12 5 380 .375 5.663 4,713 5.593 5,653 A53GA12 6 260 .432 6,62L_L 5,646 6,658 6.614 D L mom Min 1.500 120 1,500 1 120 1.750 120 1.750 120 _ 2,000 120 2-000 120 2.250 120 2,250 120_ 2-500 + 120 2.500 3.DOO 3,250 3,750 4.500 5.500 6,125 if I „E,t „ ,.ID" _...-------------........_.------�--,�._... ---- Note: 20' length available on request Schedule 80 conduit complies with federal and military specifications by conforming to UL 651 120 _ 120 _ _1_24_ 120 _ 12_0 _ 120 - 120 I " OD" _I 98 CANTED , CANTER INC. 301 COMMERCE STE. 2700 FORT WORTH, TEXAS 76102 817-215-7000 FAX: 817-215-7001 www.r.antexine.com Schedule 80 9W :Elbov Pain End Part Number Trade Size Carton Qty. „I.�„ „CX 1„ .9 WN 5121053 1/2 50 -mail: 4.000 q,000 1-tr00 5,260. 5121054 3/4 35 4-5f o 41500 41600 k:Cr04 7.1?5 6121055 1 20 5,760 5,760 5,780 118,15 I dImq 6121056 1-1/4 30 7.250 7,250 7,260 2,(W 11,375 51210577 1-112 30 8-Z50 #1.250 8,250 Z000 13.0DO 5121058 2 15 9.500 2,000 15,000 5121059 2-1/2 18 10.500 10.600 10,500 21MUO 16,600 5121060 3 14 13.000 13.000 -13-000 3,12E 20,37E 5121068 3-1/2 12 '151000 15,0k70 15,OGO 32190 23,501) 5121061 4 10 18j00t? t6,000 16.MO 3.$75 28-126 5121062 5 30, 24,000 i4.= 24,pg0 S.IW5 57,fx25 5121063 6 25- 30.000 3D,00G MOW 3.T50 A7,x�5 ' NatleF Uuantlty Conforms to LJL651 and NEMATC3 Material is Rigid PVC Bend Tolerance is +20 L Schedule 80 45 Elbovl - PlalwE_nd Part Number Trade size Carton Qty .0. T1. `; PIN " I.' 5121003 112 50 4.000 1,188 2,875 1.61)0 1.125 5121004 3/4 26 •i-Sw 1.313 5.169 1-5011 3,600 5121005 1 20 6-7�iO 1,999 4-000 1.875 11,600 5121006 1-1/4 25 7.250 2-125 5.125 2,0" 5.09 5121007 1-1/2 20 6.250 2,376 5.875 2.N11 8,900 .5121008 2 10 6-500 2,613 G-7 5❑ 2.000 7.600 5121009 2-1/2 20 10,600 2-1x63 7-375 3.00 a.250 5121010 3 8 13,000 3-813 9,1138 IN25 5121011 4 20 1U,6 4 4.660 11.438 3,375 12.626 5121012 5 30* 24.00 7.000 17,00b &625 18.675 5121013 6 25' 'i0.000 e.813 21.2W 3.750 23,575 ' Pallet Quantity Conforms to UL.651 and NEMATC3 Material is Rigid PVC Bend Tolerance is ±20 T L CANTEXINC. 301 COMMERCE ST1.2700FORT WORTH, TEXAS 76102 817-215-7000 FAX: 617215-7001 www.cantex[nc.COM C NTR,IIs 35 Schedule 40 / ScUwdula 80 ;PNUngn & Parl Number Trade Size Clarion Qty. V.„ 11Y, ,y„ 6141623 112 200 1M43 1.500 _675 .625 6141624 314 125 1,310 i.55a 1,08:3 675 6141625 1 70 1.25 �.tIOD I.MS 1.000 6141626 1-1/4 40 2,000 ZV5 1,688 LON 6141627 1-1/2 so z'250 2,576 o. t3 14153 6141628 2 40 ;IUM 2.458 2,375 L?W 6141629 2-1/2 20 3,250 �3,500 2.675 1.750 6141630 3 40 4.000 3.875 3,000 1,188 6141631 3-1/2 30 4,1250 4,00.0 4.O1N7 1.QM3 6141632 4 20 5,000 4.t88 +1,500 2jMC 6141633 5 10 .125 r?O/6 5,625 2,500 6141634 6 8 7.250 &175 6,fi26 3.00U * 6141635D 8 1 — — — i * Not UL Listed Ormenmon. pro nominal Part Number Trade size Carton Qty. W „L. 5140043 112 200 LOGO 1.43a All 5140044 3/4 125 1250 1.525 W9 5140045 1 70 1.5e,3 1.1175 .675 5140046 1-1/4 40 2&0 1.99E1 �36 5140047 1-1/2 30 2;O&D 2.125 .133 5140048 2 40 2EBB 2.125 .939 5140.049 2-1/2 20 -Inf3 3,00 1.313 5140050 3 40 4.Ot10 3. 3 1.250 5140051 3-1/2 30 4.540 3.O(10 1.18A 5140052 4 20 5.b00 2.256 I.Vs 5140053 5 10 6A25 3,1•i6B t,913 5140054 6 8 7-250 4,376 1,625 * 5140055D 8 2 9.a13 7.001) 2.250 * Not UL Listed Dimensions are nominal o­maw A connector used to join lengths of conduit pipe. The fitting consists of two solvent weld female ends with a center stop. Both pieces of pipe should seat at the stop for proper positioning. A connector often used to transition threaded metal conduit to PVC conduit. It can also be used to join PVC to PVC. The fittings consist of two female ends. One end is thread- ed and the other is solvent weld. Both ends will fit the same diameter conduit. OANTEX INC. 301 EOMMEME STE, 2700 FORT WORTH, TEXAS 76102 817.215.7000 FAX: 817-215-7001 www.canlexlno.com CAN �M, T kn tn r� EW V`1 N Ln ❑r u v VO 0 0 ax f z� cJ cJ ¢aeaaF� a0000 �-, x x � x >•. ADi)MpFa.� N Nf[�`i CI Ei R AA I EO MCFARLAND CASCADE CU T T SHEET THIS CERTIFIES THAT THE MATERIAL, FURNISHED BY " MCFARLAND CASCADE. TO TECULIKE INC. WILL CONFORM TO THE FOLLOWING Cyr ING STANDARDS 9- THE POLES PROVIDED WILL HE SOUTHERN YELLOW PINE, AND THIS MATERIAL WILL BE IN ACCORDANCE WITH ANSI 05.1 AND TXDOT SPECIFICATIONS. THIS MATERIAL, WILL BE TREATED TO A RETENTION LEVEL, OF #9 CREOSOTE. THE PRESERVATIVE WILL BE IN ACCORDANCE WITH AWPA SPECIFICATIONS C- I C-4 AND TREATED WITH P II CREOSOTE. CREOSOTE / TXDOT / PLANT QC Inspected / Boom Truck 4-40FT CA2 Court Perry Regional Sales Manager 936-634-4923 Office 936-635-0886 Cell 936-634-2100 Fax 877-448-0272 24/7 :Emergency Response c erry(a7stella-lones.com McFarland Cascade.- www.ldm.com f role Products I PO Box 1496,1acoit7a, WA 98401-1496 11640 East Marc, Tacoma, WA 98421-2939 253-572-3033 J 800-426-84301 7417877-445-0272 1 Fax 253-627-0764 I Inntjv�l(ive �Vood "Fi'eatiriettt, PI.O(ltacts, & SCrwicCS- e �T a_ m w J _ O IItrQ`/ f awl CL 90,i9 w Q � rv� R Q cc In � F oil ri O d � 21 A., of M8 4��y wld� ippZ �r W xs� d lkx r Ul x \\ \�.wblb \ v 1- x Y X NJ 6 4 ~ uj AD'apid spy CL mu, ' < n pi��. UI 2 y1 q p N J y n sis cc ,aw S N Q l7 d p O.Z a N- gidQ w LLgN F , « r u2 � Y V W 2 COCl on z� i� c N.. H W41 Nu P-k h��oU S�QI nQ o j FHu 4 wU a X 1FJ l In S 0. W O F- 3 U, Ll � o in LL. tt1 U. ¢ Z 0 E H N M 0 fJ F t Z [} (n J a u i o rW-1 n L � � a �a d �j m ' .k ey I o m`n uuuuuuFFFFFF�.gy`„�. n Sa�a ' w EL o W LLI .© (DJ >- D: rl LL UzQd ~ W a < .J U) Q [] '"` J Z 0 L!J D o a H O Q Fc.'..�I Y I I— LLJ LL w m LL cz .L,JU� Q m � W < 1— O U) € a ac X LU a< J 4 O --J rn LU cn W H H .J- = �I a z i--i Z W a ELr LO U (I) F-I .N. zI !m �fl U i.jl]II 110 MIL a�lO N .N Y FZ N W cu I i WE I �N 1 a W [ v.0 1 pw i] q mu L1 I o C3 s �w W m Cs n 00 a a a IL NZmv w t a �(n z iV O LU z Y LP.'M ~" Q "w" —i-CQ 6 O (LQF m w (tj O � F C) J JN W f ' a o �� f l l L�iIY I— < �H U 0 Nh ATTACIINTENT D VERIMCAT ON car S IGNATIJRE AU't-HOWTY FORM ATTACHMENT D VERIFICATION OF SIGNATURE AUTHORITY Contractor address city, state, zip Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Contractor and to execute any agreement, amendment or change order on behalf of Contractor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Contractor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Contractor. Contractor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Contractor. Name:@G-'~ Po " ns ^ � Z4ignatuturte 2. Name: Position: Signature Name: Position: Signature Name: tv-6 S rc of President / CEO Other Title: Date: /l -- 4 - Z ,�, ill, , STREET LIGHTS REPAIR -REPLACE Page 42 of 14 Contractor Services Agreement ATTA C I I]Mr1 ENT T STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnfary2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article 2 — 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............................................................................................................................ I I 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2,2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnuKy2, 20I6 Article 10 --- Changes in the Work; Claims; Extra Work ............................ 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.........................................................I........................................................39 10.06 Contract Claims Process............................................................................................................. 40 Article I I - 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 Article 16 - Dispute Resolution ................................... 16.01 Methods and Procedures .......................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb kTy2,201G ....................................................................... 61 ....................................................................... 61 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 201b 00 72 00 - 1 GENERAL CONDITIONS Page I 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy2,2016 007200-I 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februxy2, 2016 007200-1 GENERAL CONDIVONS 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 axe 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkuy 2, 2016 00 72 00 - 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 properly, 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 STANOARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febmary2,2016 007200-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2,2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuary2, 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: 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaary2,2016 007200-I 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkary 2, 20I6 00 72 00 - 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: 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnjxy2, 201& 00 72 00 - 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry 2, 2016 007200-1 GENERAL CONDITIONS Page 11 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 Iong 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 007200-I GENERAL. CONDITIONS Page 12 of63 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febarary2, 2416 00 72 00 - I GENERAL CONDITIONS Page 13 of63 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy2, 2016 00 72 00 - 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,20I6 007200-I 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 Chafer 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2,2016 00 72 00 - 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebniaryZ2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuy 2, 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 night -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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebmaryZ2016 00 72 00 - 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februaty2,2016 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 Iatest 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 0132 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. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnmyZ2016 00 72 00 - l 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F6way2, 2016 00 72 00 - I 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.B. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehnory2, 2DI6 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 31 st 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision! Febr=y2, 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 WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmay2, 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.B. 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 Pernlits 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 Iimited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F6nixy2, 2016 007200-1 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. bi!p://www.window.state.tx.us/taxinfo/taxforms/93-fonns.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 foil 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2,2016 007200-I GENERAL CONDITIONS Page 24 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 621, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febnimy2,2016 00 72 00 - 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuary2,2016 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. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkmy2,2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FdxuaiyZ2016 00 72 00 - 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 INDEMNIFATION PROVISION IS SPECIFICALLY INTENDED OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES_11 ING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF HE 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 invitecs under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmacy2 2016 00 72 00 - I 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 WHO 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febnimy 2, 2016 007200- l GENERAL CONDITIONS Page 35 of63 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehmary2, 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: 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmuy2, 2016 00 72 00 - 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 < insert name here >, or hislher successor pursuant to written notification from the Director of < insert managing department here >. 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 STANDARD CONSTRUCTION SPECIFICATION DOCI N ENTS Revision: Febnoy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 38 of63 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febni&yZ 2016 007200-1 GENERAL CONDITIONS Page 39 of63 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 WORTll STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2,2016 007200-I 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. 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 CIaim). 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwary2,2016 00 72 00 - I 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.B, 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.B, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februmy2,20I6 00 72 00 - 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 11.0 LA.1 or specifically covered by Paragraph 11.01.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 12.0 t .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.B, 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 -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniary2,2016 007200-I 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. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 00 72 00 - 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%. f. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkmy2,2016 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 12.01.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 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.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 11.01.A.6, and 11.01.B; 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 WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2, 201G 007200-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnjmy2, 2016 00 72 00 - 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. 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 13.09 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy2, 2016 007200-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 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. S. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy2, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnjwy 2, 2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 007200-1 GENERAL CONDMONS 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 20I 6 007200-1 GENERAL CONDITIONS Page 56 of63 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: rebmaffy2, 2016 00 72 00 -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 WORD 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaa y2, 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 #20020-12-2011established under Paragraph 6.06.D); 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 2016 00 72 00 - 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. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnauy2, 2016 007200-1 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 fi — fished 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy 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 tennination. 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 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy2, 2016 007200-1 GENERAL CONDITIONS Page 63 of63 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny2,2016 AITACIFINTENT F STANDARD FNSURAN CE RE¢U1REmETTfs 0061 13 - 1 PERFORMANCE BOND Page I of 2 1 SECTION 00 6113 2 PERFORMANCE BOND #4433146 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS, 6 COUNTY OF TARRANT § 7 [Text in Blue is for information or guidance. Remove all blue text in the project final document.] 8 That we, Bean Electrical, Inc. , known as 9 "Principal' heroin and SureTec Insurance Company , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, Known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, (mown as "City" herein, in the penal 13 sum of, Seven Hundred Twenty Seven Thousand Three Hundred Forty Six and No1100s Dollars 14 ($ 727,346.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, the Principal has entered into a certain. written contract with the City 19 awarded the �� day of Q0QZXYX k- , 20 , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as 23 Project Management and Assessments for Street Light Installation Services and LED Conversions 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and became null and void, otherwise to remain in full force and effect, 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH (Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 0061 13 - 2 PERFORMANCE 13OND Page 2of2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instil went by duly authorized agents and officers on this the \,! day of 7 8 9 10 11 12 13 A T$ST: 14 15 16 (Principal) Se etary 17 18 19 2 2 " 22 tness as to Principal 23 24 25 26 27 28 29 30 31 32 33 34 35 36 _ 37 Witness s to Surety 3.8 Muni Rabah, Bond Account Manager 39 40 orgnaeure �IAme and Title Address: 821 F.F.non Fort Worth, TX 76140 SURETY: SureTec IyatVice Company M Johng Moss, Attorney -in -Fact Name and Title Address. 2255 Ridge Rd., Ste. 333 Rockwall, TX 75087 Telephone Number: 972-772-7220 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the. Contract is awarded. 45 CITY OF FORT WORTH (Insert Project Nance] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Inset! Project Number] Revised July 1, 2011 I 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 0061 14 - 1 PAYMENT BOND Page I oft SECTION 00 6114 PAYMENT BOND #4433146 § KNOW ALL BY THESE PRESENTS: § 7 [Text in Blue is for• information or guidance. Remove all blue text in the project final document] 8 That we., Dean Electrical, Inc. known as 9 "Principal" herein, and SureTec Insurance Company a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as I 1 "Surety" herein (whether one or more), are held and firmly bound unto the City of Port Worth., a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the penal sum of Seven Hundred Twenty Seven Thousand Three Hundred For Six and No110l1s Dollars 14 ($ 727,346.00 }, lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents; is WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 day of mow_ ��r� , 20which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in Project Management and Assessments for 22 said Contract and designated as - Street Light Installation Services and LED Conversions 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay 611 monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 2.8 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [insert Project Number] Revised July 1, 2011 0061 14 - 2 PAYMENTBOND Page 2 of 2 l IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this `' instrument by duly authorized agents and officers on this the day of 3 � V C .� , .fiVJL_�_. a 5 6 7 8 9 10 11 12 ATTEST: (Principal) S retary /,-� za,�-�- "Itne as to Principal ATTEST: NIA (Surety) Secretary �1- , A6A n` Witness a o✓Surety Muni Rabah, Bond Account Manager PRINCIPAL: Address: 821 E Enon Fort Worth, TX 76140 SURETY: Surd cInsujdnceCompany Si Johnny Moss, Attorney -in -Fact Name and Title Address: 2255 Ridge Rd„ Ste. 333 Rockwall, TX 75087 Telephone Number: 972-772-7220 .Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH fl"sert Project Marvel STANDARD CONSTRUCTION SPECIFICATION DOCUMCNTS (Insert Project Number) Revised July 1, 2011 M 0061 19 - 1 MAINTENANCE BOND Page I of 3 I SECTION 00 6119 2 MAINTENANCE BOND #4433146 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TA.RRA.NT § 7 [Text in Blue .is for information or guidance. Remove all blue text in the project final document.] 8 That we Bean Electrical, Inc. , known as 9 "Principal" herein and SureTec Insurance Company , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 1 I "Surety" herein (whether one or more), are held and firmly bound unto the City. of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the Sum of Seven Hundred Twenty Seven Thousand Three Hundred Forty Six and Nol l aos Dollars 14 ($ 727,346.00 }, lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which suns well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the _ day of V . 20_ _,, which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as Project Management and Assessments for 25 and Street Light Installation Services and LF,D Conversions 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain tree from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City (Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 (Insert Project Maine] (Insert Project Nnntberj 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 L 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct, any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 1& 19 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMBNTS [Insert Project Nhunber] 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 _ day of 3 �%Czst=�� , 201'i . 5 6 7 8 9 10 I AT T ST: 12 1 13 I Ak�j 14 (Princ abtWeMy 15 16 17 1.8 19 20 Witne as to Principal 21 22 23 24 25 26 27 28 29 ATTEST: 30 31 NIA 32 (Surety) Secretary 33 34 35 Witness asro Surety 36 Muni Rabah, Bond Account Manager Name and Title Address: 821 E Enon Fort Worth TX 76140 SURETY: SureTecJasuyance Company Al BY: I tore Johnny Moss, Attorney -in -Fact Name and Title Address: _ 2255 Ridge Rd., Ste. 333 _ Rockwall, TX 75087 Telephone Number: 972-772-7220 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extraot 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 ]'Insert Project Name] STANDARD CONSTRUCTION SPCCIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 Fr74, a.. 4221049 Sur Tee Insurance Company LIMITED POWER OF ATTORNEY Kn47w :47i Men by These Nvwna, That SURhTEC INSURANCE COMPANY (the "Company"), it corporation duly organized aod existing under the laws of the State of Texas. and having its principal af'fice in Houston., Hauls- County, Texas, does by th= presents make, constitute And appolnt Ttmy Fierro. Jay Jordan. Johnny gloss, Steven W. Searcey, Roba.d J. Shuya, Mistte Beck, Jeremy 13amett, Robert G. Kaatilh, . EWa porter. J ennifer Cisneros, Jarrett W 19son, Jack Notlingharn its true mid lawfid Attorney-in-bct, with thll power and authority hereby conferrdcl in its name-, phtce and stead, to execute, acknowledge and deliver -nrly and ski bands, recognimneea. undertakings or Ether instruments or r antracta of Suretyship to include waivers to the conditions ok' contracts rind consents of surety for, providing thu bond pmnmlty does not t�xcead Fite Million and Gull Go l]oNafs ($5,M0,000-00) and io bind the Company thereby as fully and to the same extent as if such bond were signets by the C80, seated with the corporate seal of the Company and duly attested by its 5ecretnry. hereby rafi'y g and confirming all that the.said Attu may -in -Fact may do in the pramaises- Said appoinrmmt is made under and by authority ril- the following resoluitcm of the Board of Directors of the SureTrmc insurance Company; iBe fir km-oAoed, that the Pre?identr any =flee-Prts1dm1L any Assistanr Yicc P'rmUrn1, my Scurctaq or any Amis'tmnt 5etretary shalt lit aijd is baraby vcalcd with full power and authority to oppoim any anc or mare 9aita & puss ors AEtomey(s)4n-Pmt to mpresent and act for aad on beheff of tho Compmy subject to rho Fol lowing provisions: A11ar7a rre-Ftrct MAY be given full pawe'r Ond authority fssr and in the name of and of bchwrof the CofupLny, to execute, ecknowtudga and deliver, any and btu bands, rccogiiiz�ncos, eantrecta, apeemcret5 or Ittdrrnnity and other nuuditioetar or oblizawry un&aftkingsacid any rated all notices and docwnfnts cancating or IL-rMinaring the Company's Nubility thereunder, and any such instnrmenis au cxcoutcd by any such Attorncy-i ti-Fact s?rMl be bind ing upon wire Company as if signal by the President and-seelyd and of ectcd by the Corpornic Smurmory. BE it Rrvoivacf, Lhat the signowre cfnny outhorizicd ufFicr leis! seal of the Compmy herewfixre or harcaftrr mMxrd to Any power of attorney or any ssdrtificow minting thamto try fn,�imila, and any power of 4913113ey or certificate b€adrig fas:simiie sign Atom 4r fiaasimille seal *WI be. valid ud L7inding upon the: Company wilih refit to any bond or undertaking to which it is nttackrd. (Adupferdur a uncaring hidd rm 20''t ejfAp►`U, 1999-) in FF'7jrress Wilereufr SURETEC INSURANCE COMPANY has caused those pre enis to be signed by its CEO, and i'ts cvrporate seal to be hereto afrixed this 27th clay of August , AM. �tnin . SURETEC CE PANY Lwt Joins Kr Jr., State of Tcxes County of Harris Ct this 27rt, day of AkVi it , A.D. 2019 bufarc me pammu►Jly coma Jahn Kttrox Jr„ to nsa known, whD, being by mo duly sword, slid drfrustr and say, thus he resides in Aom ton, Texas, thst he is CEO or S UIt>;TEC R43URANCE COMPANY. the company described in mW whit:h cxiewted the above, nLStivmCnt, that he krlutvs fife seal of said Comp$rey: that. Iho scat *Mxcd to said instri n mt is such corpomr c acid: that it wns so affixed by order of thu Board of Dftcetom orsaid Company; nad tktet hp signed his name thereto by I Ike or ier- 'I I I1IOD I„ta! f I'. :. rrlt4 ?Ce ea< Natal-}' Public i cou misMon expires September J P 200 1, J +C 13mut Sea ty, Assistant Sctrotary of SifIi1;TEC I NSURANU COMPAN Y. do harcby ccrtify Biel the above and forego Ing is a mco and coeroet Copy of a Pawax of Attorney, exexutcd by said Company, which Is will In full farce~ and effect; and fiznhormom, fife resolallms of the Berard of Ditectom set atilt In the Power of Anormy am in rul I roree and r3ml- [' yen Lmdor my hand and the seal of said Company at Houston, Texas this � clay or L , ?o l U', r : f. � � , A.D. AlUEk, euty. Assl futtf Secre# �— — Any Instrument irsoud Ir, excess of the penalty statod above is iotalIyr void and without any vaNf ty. ror v4mr1tication of the at91hDfdy of IhIs power yo+e rrli9y caII (113) tit 2-01SG15 any h,r$inami day butween 8.30 am anti 6'00 Qrn CST, sureiec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMAT10H 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: http://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 06042M ureTec Insurance company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Surety Not Bound to Renew Surety shall not be liable for extensions or renewals of the bonded obligation beyond the initial term of _ I _ years unless Surety so states in a rider signed by an officer of Surety. Surety shall not be liable to Principal or Obligee, nor shall funds earned or to be earned on the bonded obligation be offset, for Principal's failure to procure renewal or substitute bonds. The penal sum of the bond is the sum stated in the bond. The penal sum shall not increase or cumulate by reason of renewal or extension of the initial term of the bonded obligation. Revised 3-2049 Policy Number: CPP100048232 COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS AUTOMATIC STATICS WHEN REQUIRE® IN CONSTRUCTION AGREEMENT WITH YOU o ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE (UP I IUNAL) Dame of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 1 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) However, the insurance afforded to such additional insured(s) described above: 1. Only applies to the extent permitted by law; 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; 3. Will not be broader than that which is afforded to you under this policy; and 4. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. Section IV — Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; 2. Send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 2 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit". F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group. Policy Number: CPP100048232 FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT TABLE OF CONTENT'S DESCRIPTION PAGE Additional Insured Coverage....................................................................................................................................10 BailBonds...................................................................................................................................................................9 BlanketWaiver of Subrogation.................................................................................................................................16 Bodily Injury and Property Damage............................................................................................................................1 Care, Custody or Control............................................................................................................................................3 Contractors Errors and Omissions.............................................................................................................................7 Contractual Liability (Personal & Advertising Injury)..................................................................................................2 ElectronicData Liability..............................................................................................................................................1 General Liability Conditions.................................................................................................................... ............14 IncidentalMalpractice...............................................................................................................................................10 Insured............................................................................................................................................. ......................... 10 Limited Product Withdrawal Expense.........................................................................................................................4 Limitsof Insurance....................................................................................................................................................12 Lossof Earnings.......................................................................................................................................................10 Newly Formed or Acquired Organizations................................................................................................................12 Non -Owned Watercraft...............................................................................................................................................1 Property Damage Liability — Borrowed Equipment.....................................................................................................1 Tenant's Property and Premises Rented To You.......................................................................................................9 VoluntaryProperty Damage.......................................................................................................................................2 COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORIIr'I is amended as follows: SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "Bodily injury' or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Non -owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of any one "occurrence" is $10,000. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V — DEFINITIONS of the Coverage Form: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V — DEFINITIONS of the Coverage Form is replaced by the following: 17. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the "occurrence" that caused it. For purposes of this insurance, "electronic data" is not tangible property. SECTION I — COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted. SECTION I — COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for "property damage" caused by an `occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products -completed operations hazard"; f. Motor vehicles; g. "Your product" arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an "occurrence', to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products -completed operations hazard"; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 16 Copyright 2013 FCC[ Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) e. Motor vehicles; f. "Your product' arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you are a "seller", we will reimburse you for "product withdrawal expenses" associated with "your product' incurred because of a "product withdrawal" to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. a. This insurance applies to a "product withdrawal' only if the "product withdrawal' is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal' is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal'. c. We will reimburse only those "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal" was initiated. d. The initiation of a "product withdrawal' will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a "product withdrawal' This applies regardless of whether the determination to conduct a "product withdrawal" is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal"; or (2) A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph I of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to: (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of "your product"; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your product". b. A "product withdrawal", initiated because of a "defect" in "your product" known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A - Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit" against you for "product withdrawal expenses". 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A "Defect" Or A "Product Withdrawal" (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect" in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 18 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (a) How, when and where the "defect" was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your product". (2) If a "product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal'. 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "Defect" means a defect, deficiency or inadequacy that creates a dangerous condition. b. 'Product tampering" is an act of intentional alteration of "your product" which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal' will not be limited to those batches of "your product" which are known or suspected to have been tampered with. c. "Product withdrawal' means the recall or withdrawal of "your products", or products which contain "Your products", from the market or from use, by any other person or organization, because of a known or suspected "defect" in "your product", or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. 'Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal': (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non -salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (7) Costs of warehouse or storage space; or (8) Costs of proper disposal of "your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product withdrawal expenses" does not include costs of the replacement, repair or redesign of "your product", or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller" means a person or organization that manufactures, sells or distributes goods or products. "Seller"does not include a "contractor' as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a "contractor", we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product", "your work" or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory' during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury' or "personal and advertising injury'. b. Liability or penalties arising from a delay or failure to complete a contractor project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 16 Copyright 2013 FOCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. L Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. 1. "Property damage" to property other than "your product," "your work" or "impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) n. Any liability for "property damage" to "your work" if the damaged work or the workout of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor" does not include a "seller" as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. SECTION I o COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D, E, and G. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 16 Copyright 2013 FOCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit', including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (1) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury" for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (5) Nothing herein shall extend the term of this policy. g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision —Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury' caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. j. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Subparagraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard'; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; and e. Care, Custody or Control damages under Coverage E. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 16 Copyright 2013 ECCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; and f. Contractors Errors and Omissions under Coverage G. because of all "bodily injury' and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 5. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one "occurrence" is $1,500. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $3,000. 6. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one "occurrence" is $1,000. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one -policy period, regardless of the number of insureds, "product withdrawals" initiated or number of "your products" withdrawn is $10,000. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 9. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one -policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000. For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 10. Paragraph 13. is added as follows: 13. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an 'occurrence" or an offense which may result in a claim. This requirement applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL_ GENERAL LIABILITY CGL 088 (10 13) (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the 'occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. 2. The following is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the `occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the `occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. 4. Paragraph 6. is replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 15 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To us: However, we waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or "your work" included in the "products -completed operations hazard" under the following conditions: a) Only when you have agreed in writing to waive such rights of recovery in a contract or agreement; b) Only as to the personfentity as to whom you are required by the contract to waive rights of recovery; and c) Only if the contract or agreement is in effect during the term of this policy, and was executed by you prior to the loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 16 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CC 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AirbagCoverage.......................................................................................................................................................3 AutoLoan/Lease Gap Coverage.............................................................................................................................. 3 BroadForm Insured.................................................................................................................................................. 1 Concealment, Misrepresentation or Fraud... ........................................... ............................................. - ................. 4 Deductible. ..................................................................................... -- ....................................................................... 3 Duties in the Event of Accident, Claim, Suit or Loss................................................................................................ 4 FellowEmployee..................................................................................................................................................... 2 Fire Department Service Charge ............................................... ................2 ............................................................... Other Insurance for Hired Auto Physical Damage Coverage................................................................................... 4 Lossof Earnings......................................................................................................................... .........................2 Lossof Use Expenses.............................................................................................................................................. 2 SupplementaryPayments........................................................................................................................................ 2 Transfer of Rights of Recovery against Others to Us...............................................................................................4 TransportationExpenses..........................................................................................................................................2 Policy Number: CA100014717 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE rHD®RSr_MrWT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION 11— COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1. Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury' or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury' or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. g. Any "employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) h. Your members, if you area limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. B. Paragraphs (2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Paragraph 5. under section B. Exclusions is deleted and replaced by the following: S. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $75 per day to a total maximum of $2,000 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos'; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos'; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $2,000. B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto', its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 4 Copyright 2015 FCC] Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) d. Auto Loan/Lease Gap Coverage The following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this coverage form and the lessor of the covered "auto" is named as an additional insured under this policy, in the event of a total loss to the leased covered "autd', we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. (2) If an owned "auto" is a covered "auto" under this coverage form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss"; (b) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. C. Paragraph 3. under section B. Exclusions is deleted and replaced by the following: 3. We will not pay for "loss" due and confirmed to: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto". However, this exclusion does not include the discharge of an airbag in a covered "auto" you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b and AA.c.but only: a. If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations subject to the following: Any Comprehensive Coverage deductible shown in the Declarations does not apply to: (1) "Loss" caused by fire or lightning; and (2) "Loss" arising out of theft of your vehicle if your vehicle is equipped with an active GPS tracking system. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) (3) Glass damage to the side or rear windows if the glass is repaired rather than replaced. However, no deductible shall apply to damage to the windshield of any covered "auto" or to safety glass. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the "accident", claim, "suit" or "loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. B. Condition 5. Transfer of Rights of Recovery against Others to Us under section A. Loss Conditions is deleted and replaced by the following: 5. Transfer of Rights of Recovery against Others to Us If a person or organization to or for whom we make payment under this coverage form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this coverage form. C. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this coverage form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. D. Paragraph b. of Condition 5. Other Insurance under section B. General Conditions is deleted and replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTOMOBILE CAU 082 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURED - BUSINESS AUTO POLICY PRIMARYMON-CONTRIBUTING WHrN RrQUIRE0 BY COMTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. For the purpose of this endorsement, Section II.A.1. Who Is An Insured is amended by adding the following: 1. Any person or organization when you and such person have agreed in writing in a contract signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an "insured" on your auto policy. Such person or organization shall be an "insured" to the extent your negligent actions or omissions impose liability on such "insured" without fault on its part. 2. This insurance is primary and non-contributory to other liability coverages of the person or organization being added to this policy as an "insured" when so required in a written contract or agreement that is executed prior to the loss for which coverage is sought. CAU 082 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2015 FCCI Insurance Group. "I&xas Pv ' '-Mutuar WORKERS' COMPENSATION INSURANCE WORKERS' COI' PENSATION AND EMPLOYERS LIABILITY POLICY WC42©304B 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 I. () 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 6/15/19 at 12:01 a.m. standard time, forms a part of: Policy no. 0001239148 of Texas Mutual Insurance Company effective on 6/15119 Issued to: BEAN ELECTRICAL INC This is not a bill Authorized representative NCCI Carrier Code: 29939 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com R (800) 859-5995 1 Fax (800) 359-0650 6113119 WC 42 03 04 B City of Fort Worth, Mayor and DATE: 11 /05/19 Texas Council Communication M&C FILE NUMBER: M&C 19-0286 LOG NAME: 13PPROJECT MANAGEMENT ASSESSMENT FOR LED CONVERSION TPW SB SUBJECT Authorize an Agreement with Bean Electrical Inc., in an Amount Up to $727,346.00 for an Initial Two -Year Term and Three One -Year Renewals in an Amount up to $363,673 Annually and Authorize an Agreement with Citelum US, Inc., in an Amount Up To $989,875.07 for an Initial Two -Year Term and Three One -Year Renewals in an Amount up to $494,937.54 Annually for Project Management and Assessments for Street Light Installation Services and LED Conversion (COUNCIL DISTRICTS 2, 4, 5, 8 and 9) RECOMMENDATION: 1. Authorize execution of an Agreement with Bean Electrical, Inc., in an amount not to exceed $727,346.00 for an initial two year term for Project Management and Assessments and task order construction services for Street Light Installation and LED Conversions (Area 3) with three, one-year options to renew in the amount up to $363,673.00 annually; 2. Authorize execution of an Agreement with Citelum US, Inc., in an amount not to exceed $989,875.07 for an initial two year term for Project Management and Assessments and task order construction services for Street Light Installation and LED Conversions (Area 2) with three, one-year options to renew in the amount up to $494,937.54 annually. DISCUSSION: As the City lighting system ages the need for lighting system infrastructure improvement becomes more urgent. The City currently maintains over 67,000 street lights for community convenience, safety and to assist emergency responders. Approval of this M&C will authorize the award of two contracts to facilitate street lighting upgrades in selected neighborhoods. On August 29, 2017, the City authorized M&C P-12092 for the Street Light Energy Savings Pilot Program in Southeast Fort Worth bounded by IH- 30 (North), East Loop 820 (East), IH-20 (South), and IH-35 (West). Southeast Fort Worth was selected for the pilot project after Staff worked with the State Energy Conservation Office and identified locations of highest energy consuming street lights in the City. The pilot project improved the lighting conditions and converted over 3,400 street lights to LED fixtures. In a continuation of the work begun in the pilot project, Staff issued a Request For Proposals (RFP) for the Project Management and Assessments for Street Light Installation Services and LED Conversions based on an analysis completed in Fall 2018 of neighborhood lighting systems. The analysis included an evaluation of energy consumption, lighting conditions, and lighting uniformity. BID ADVERTISEMENT —A Request for Proposals (RFP) was advertised in the Fort Worth Star -Telegram on Wednesday February 13, 2019, February 20, 2019, February 27, 2019, March 6,2019, March 13, 2019, March 20, 2019, and March 27, 2019. The evaluation factors included company qualifications and experience, references, quality of proposer's equipment and materials, project schedule, including team availability and cost. One hundred forty-one vendors were solicited from the purchasing vendor's database system and sixteen non -registered vendors were solicited via email. Six responses were received and one response was deemed non -responsive. The proposals received were reviewed by an evaluation committee consisting of staff from the Transportation and Public Works Department and Economic Development Department. The evaluation committee recommends awarding contracts to Bean Electrical, Inc., and Citelum US, Inc. RFP 19-0080 Bidders jAmount Ameresco, Inc $7,638,584.65 Citelum US, Inc $3,496,662.36 Environmental Lighting Services $4,141,559.04 Highway Intelligent Traffic Solutions, Inc $4,217,263.20 Bean Electrical, Inc $2,876,606.32 Bean Electrical, Inc (Alternate Bid) $2,603,620.32 Engie Not Qualified The purpose of the Project Management and Assessments for Street Light Installation Services and LED Conversions project is to install new poles, arms, wires, and LED lights in residential neighborhoods. The project will also update City asset management and geospatial records with assessment and installation documentation for new street light assets. The Project Management and Assessments for Street Light Installation Services and LED Conversions project divides the City into 4 distinct areas as follows: Area Description # of Lights # of Lights in 75% MMA 1 Loop 820, RR Tracks/Deen/IH-35W, Northside Drive, 1,038 964 Jacksboro Highway/City Limit Line 2 Loop 820, Beach Street/City Limit/IH-30, Henderson, 1,018 786 Northside Drive 3 City Limit Line, Randol Mill Road, Trinity Blvd, Precinct 931 188 Line Road, Beach Street 4 IH-30, City Limit Line, E. Rosedale Street, Loop 820 702 297 Total # of Lights 3,689 2,235 Initially Areas 2 and 3 are being awarded with this M&C as an outcome of proposal evaluations by an evaluation committee. After completion of Areas 2 and 3 the remaining Areas 1 and 4 are to be awarded by future Council Action to the successful bidders based on evaluated company performance of light assessments and installations. M/WBE OFFICE — Citelum US, Inc is in compliance with the City's BIDE Ordinance by committing to 7% MBE participation on this project. The City's MBE goal on this project is 7%. Bean Electrical is in compliance with the City's BIDE Ordinance by committing to 7% MBE participation on this project. The City's MBE goal on this project is 7%. AGREEMENT TERMS - Upon City Councills approval, these Agreements shall begin upon execution and expire two years from the date of execution. RENEWAL OPTIONS - These Agreements may be renewed for three additional one-year terms at the City's option. This action does not require specific City Council approval provided that City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal terms. The 2018 Bond Program authorizes issuance of bonds for street lighting improvements for $10,000,000.00. Funds for this project are included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 23209-05-2018). FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, in the 2018 Bond Program Fund Street Lights programmable project. Prior to an expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office bc. Kevin Gunn 2015 Originating Business Unit Head: Reginald Zeno 8517 Additional Information Contact: Cynthia Garcia 8525 Monty Hall 8662