Loading...
HomeMy WebLinkAboutContract 55217��� ����� ��' S��R�`���Y - ��� �`�R���'� ;����. �� �� � �— - COI�TR�iC'�' FOR 'I'H� COl�TS'I'1tUCT��ll� OF . f ' ��rP �-� - �,C�� , p,t� 2 5 - " ' y �� ��'��1h,• � � �=�,�.��,�� - WEST 7TH STREET TMPR4VENIENTS City Praject No. 101555 Betsy Price David Cooke Mayor City Manager Willia�n Johnson Director, Transparkation and Public Works Department Prepared for 'The C'ity of Fort �Iorth Transportation and Public Works Department �?ECEIVI�E� 2020 HDR T�PE Firm Re�istration No. �-754 17'E 11 Preston Road, Suite 300 Dallas, iX 75248. 972.960.440Q " a� � ����o &J✓V R-1�, ...., : •nm� ^J�A� �i! ���1 e .��.�a ,_',��Q m� � �. c _ � _ sr _ . � �� �.0 � `� �����'��y. ��� � � � � �� '�Ta r�t� � �� o � Standard Construction Specification Documents Adopted Septcmber 2011 0o ao 00 S"1'A�TDARb CONSTRUCTiON SP6CIFiCA"l'iON DOCi7MT:NTS Pagc l of 5 s�crion� o0 00 00 TABL� OF CONTENTS ... . . .,.. �.____._� �r..a:s:,.,.� Last Revised T ..�4 Uo...enrl CITY OF TOR'1' WOR`1.H . West 7th StreeE Improvcments STANDAKTJ CONSTRUCTION SPECIPiCA'fION DOCUMEi�tTS Cily Project No l0E 555 Rcvised Marcl� 9, 2020 00 00 00 STA7�IDARD CONSTRiiCTION SPECIFICATTON DQCL7MGNT5 Pa�;e 2 of S 01 71 23 Construction Stakin and Sur�e 02/i4/2018 Oi 74 23 C�eanin 07/01/2011 O I 77 19 Closeout Requirements 07/01/2011 O1 78 23 Operation and Maintenance Data 12/20/2012 O1 78 39 Pro'ect Record Documents 07/01/20 � 1 Technical Speci�catians wE�ich have been mvdified by the Engineer specifically for this Project; harc[ copies are included in the Project's Contract Documents Division 34 - Trans 34 41 10 Traffic Division 31 — EARTHWORK 31 2 i 00 Fine Gradin� Division 32 — EXTERIOR IMPROVEMENTS 32 9I 13 Sail Pre aration 32 93 00 Plants 32 94 00 Tree n[antine Di�ision 33 — IITILITIES 33 46 00 5�[hdrainaaP APING o9�ov2azo Ob/b ] /2020 06/01/2020 06/0 U2020 D6/01/2020 06/01/202Q Technical Specifrcations tisted below are included for this Project by reference and can be viewed/downloaded frnm fhe City's websi#e at: httu ://fortwo rthtexas• �ov/tpw/contractors/ or https:/lapps.fortworthtexas.�oylproiectResaurcesi Divisron 0� - Existin Canditions 02 41 13 Selective Site Demotition 02 41 14 Utility Removal/Abandonment 02 41 15 Pavin� Removal. Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Contro�]ed Low Stren th Material CLSM) 03 34 16 Concrete Base Material for Trench Re air 03 80 00 Mndifications to Existing Concrete S#ructur�s Division 26 - Electrical ��-95-9� '�� 26 OS 33 Raceways and Boxes for Electrica] Systems 26 OS 43 Underground Ducts and Rac�ways for Electrical Ci"I'Y OT' FORT WORI'f3 STANDARD �ONSTRiJCTTON SPEC]PjCATiQN DOCi7MCNT5 Rcvised Marc� 9, 2020 Last Revised �z�2o�zo �z f 2720/20 L 2 o2roz�2a i 6 12/20/2012 12/20/20 l 2 � Z�zo�za E z 12/2Q/2012 , , r�,.. �_,.�''� , ����_,�,�; � i 2/20/2012 07/01/201 ] West 7th Street improvements CiEy Project IVo. 101555 00 00 00 S`I'ANDAR!) CONSTRUCTION SPEC[FICATION DOCUMENTS Page 3 of 5 � 1 � A � Division 31 - Earkhwork 3 3 10 00 Site Clearing � 1� T 7 I ' f' .-] i7.....,..ui� v: � i� $g�g'� �4-98 �1�� 31 25 00 �rosion and Sediment Contral 21� �.].�}g . �-�-tlti �"Y . r . . . 77 iTL_1:4�.... ! 2/20120 l2 n i M��_`o l��� nil��yo���2 �'�J�9�-� 12I20/20 i 2 � �,��_ "��� 1 '] 7'l,i�� L CITY OF POR1' WORT! 1 West 7th Slrcct Improvemenls STAWDAftD CONSTRUCTION SPf:CIFICATIOAI DOCiTM�NTS City Prajecl No. I O1555 Revised March 4, 2020 oa ao ao STANDARD CONSTRUCTiOTV SPECIFICA7'[C3N DOCUMENI'S Pagc 4 of 5 33 OS I 3 Frame, Cover and Grade Rin s— Casf Iron a� n��_v „�., 33 �5 �4 3zn� �8�-�-� zz� �--��}z � ��� ��-Z� �� J"� `F 33 OS 26 �3 as 30 �-�--1� 9� ��9 32 t� �" 1� =2� 2'2 1�1 i _A� 22� �-a-z � �e�lY �' �� �,2 1� Z'2� 33 1240 �-58 ��8 �2 '2� �Z 2� �^3 � 2� �� � � � � � � � � � 1 i � � � � � i � � � � 0 � � Adjusting Manholes, inlets, Val�e $oxes, and Other Structures to Grade (`.��.•��e r�� . v .i+� �r�� ��: �,-�.e�� T_,�� e� r ; .. rn...,. Utili Markers/Locators Location of Existin� Uti]ities � �asal-7��Y�.TJ� 1R7ZSL7:ifR!'R!� ..,:...n _ ' '__ �i��i 4aesa�a��a�a r��.�.... �_"---- - __ — _ ----a Fire r. � ��r ,.-� DI., „!�'. -- - n''---' P,-o ..+ !"�,. ..c,. r ,r_--'- -' - _ A o��zz�aois n:,���rz,zn�'ro� 12/20/2412 1']1'i�V i� � 7 �7� corzv-�r�r :���nf�o�`'��z �2U�8-�� ����1z. n���rzvc� I `7 Mi_� Il�al�G �6 ! lwr-riii:-v� 12/20/20 � 2 12/20/2Q12 , � r�, �,. "�„��� ����,��� � 7 17z-=,-�viz v_i c 7 1 /1�_t�o ��� :�;7n�zor=vii a��inG�. ��n� � 7 r7� n��zv�� 1 '1 1')�i � 1 '] !'i�i V_l� n�/nc��ni2 : � �7l1 /z_o�'l�L O1/03/2014 � � ���.�� r� n� t ��vrr�ric; i3 i 7l7�-z-r�vr�nir'r� 12L2� /'7� _�� :���n�L�i n� n oo, _�T� i � /��n� � � � � '�f 'fiyii � � � � � �� � � Ci7 Y OF FOR'f WORTH West 7ih Streel lmpro�emcnts STANDARD CO3V57RiJG'fIOIV SPEC[FICA1�[dN BOCUMI:NTS Cily Praject No. 1015�5 Rcvised March 9, �02U DO 00 00 STANi�AitD CONSTRUCTiON SP�CIFICA`I'IOiJ DOCUMENTS Page 5 of 5 �e� n�rn� ��ni i T•• ••�-rcr[c� ia�rr�r v�rvrr-=m-r �J�V (`., f Dl., �. Aif,..-.L,.-.�,. ,..� Y., ..};.�.�, �.. 1 ^717-i_cr-<�vrs.-arM^:� 33 49 20 Curb and Dro Inlets y 12/20/2012 �--�-�--4�} n4_...Y rti__:_,.,�.. r��.,�1.,..,ll� .,�,I �u..,n.�..,�1� n�m�,...r Appendix GC-6.06.D Minority and Wornen Owned Business EnteE•prise Compliance GC-6.07 Wage Rates END OF SECTION CC1 Y OP FOR'1' WOiiTH West 7th Slreet Impro�ements STANiIARD COI+IST1tL3C"fiON SPECTFiCA"fION DOCUMISPITS ' City Prpjecl No. ] O1555 Revised March 9, 2020 �l712021 ���r�r �vu���L 1������ DATE: 1/12/2021 R���R�hlCE NO.; M&C Review M&C 21-0033 LOG [Vr4f�lf�: nffici�l �it^ ^f �he �i+y �f Fort VU^�*h �exas Fo�� 20W7TH ST CONSTRUCT[ON CO��: C �'Y��� CONSENT HEARIASG: NO SUBJECT: (CD 9) Authorize Ex�cution of a Contrac# with Reyes Group, Ltd. in the Amount of $4,937,193.0� for Pa�ing and Traffic Signal Improvements for West 7th Stree� frorn Uni�ersity Drive to Tri�ity River Bridge (2018 Bond Program) Ft�GO1Vi�AEElDATtON: It is recommended that the City Co�ncil authorize executian of a contract with Reyes Graup, Ltd, in t�e amount of $4,937,193.00 for pauing and traffic signal improvernenfs for West 7th Streat firom Universify Drive to Trinity River Bridge (City Project No.101555). �CSCUSSION: ThE purpose of this Mayor and Council Communication (M&C) is to authorize executian of a contract for pav�ng and traffic signal improvemenfs for West 7th Street from University Dri�� to Trinity River Bridge. The tofa! overali project budget is $8,500,000.00, which incEudes planning, design, land acquisition, project administratian, construction, inspectian, festing, utility relocations, and cont�ngencias. The project scope includes the construction of a 4-lane street section between University DriWe io Trinifiy River Bridge, including pedestrian, landscape, illumination, traffic signal, and bi�Ce lane improvements. Interest�d stakeolders and community groups such as Linwood Neighborhod Association, Monticello N�ighborhood Association, West 7th Neighborhood Alliance, Montgomery Plaza, FW11VR, Trinity Metro, and n�arby residents and business owners were informed of the proposed ir�pro�ements in �he area. Trinity Metro provided feedback on the focation a� the bus staps and approved the final design. This prajeci is included in the 201 S Bond Program. Available resources within the General Funcf will be used �a pro�ide interim #inancing until debt is issu�d. Once debt associated wifh the project is sold, bond praceeds wi[I reimburs� the General Fund in accordance with the statement expressing offic�al ]ntent to ReimE�urse that was adopted as part of �he ardinance canvassing the bond election (Ordinance No. 23209-05-20'I8) and subsequent actions taken by th� Mayor and Council. Th[s project �s being funded by fhe 2018 Bond Program Fund as shown in the fo�lowing table: �und 34Q18 - 20'18 Bond Program Project Total lUi &C G-'19306 Existing Appropriations $8,500,000. ,540,OD0. The project was advertised for bid on Septembar 24, 2020, and Octab�r 'f, 2020, in the Fort Worth Star-Telegram. On No�ember 5, 2020, the following l�ids were received: Bidders Reyes Group, Ltd The Fain Group, Inc � Forth Worth Crvil Constructors, LLC Gibson & Associates, Inc ��emounf ��m� of � Complefiion �$4,937,'i 93.00 �300 Calendar Days �4,998.,996.75 �300 Cale�dar Days $5,599,810.00 3fl0 Calen�ar Days I$6,113,329.33 340 Calenciar Days apps.cfwnet.orglcouncil packetlmc_review.asp?ID=28587&councildatew�/'1212Q29 �/2 1/712Q21 M&C Review This project will have no impact on fih� Transportation & Public Works annual operation budget when completed. Construction is expected to start in March 2021. Rey�s Group, Lfd. is in campfiance with the City's �DE Ordinance by commitfing to �11°10 MBE participat�on on this project. The Cify's MBE goal on this project is 101%. Additionafly, Reyes Group, Ltd. is a certifiied MIWBE firm. The project is located �n COUNCIL DISTRIGT 9. �ISCAL ENFORiV�ATIOWICERTl�ICATlOAl: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2018 Bond Program Funds �€or the West ith St -Univ to Trinify R project to support the appro�al of the above recommendations and award of the contract. Prior to any expenditure being incurred, fhe Transportation & Public Works Department has the responsibility to validate the availabifify of funds. Submitted for City lVlanager's Office by.� Originating Departinent Head: Addit�ona[ Information Contac#: ATTi4CHiiflENTS Project Map.pdf Dana Burghdoff (8018) William Johnson (78Q1) JT Auldridge {7252} apps.ciwnet.orglcouncil_packeVmc review.asp?I1�=28587&councildate=1l1212021 21� tua115 I� - I All�1� h f7A ��i4k'4 1 �rf = �CC'TL[}N 1�11 U5 15 ADI��;I� F]A c���•r�� c��� �r���r wc}a��ri��, �rLx.ns ,a���rs��un� �ra►. � T� the 4pect[�ca��Fona nud �'nntE:��t �)ufi�ense�t� l�'ur �Vesf 7'°` �I�eet F`uvkng, Sicle;r�l�. lllu�niu�t�an, l.�+n�lyta�ri��g, an<I `I'�•���'!�4 ��g��al lr�sPrr,r�eri�tixjsia Ceh� Pray�l l�u. 1(F1 *5� I�Kue�: Octabcr 9� ��k�U 'T1iis a<Cdanc�ur�� for�ns a 1}r�� r�!' �]�r 5p�ciE�ca�in»� and Confr�c� 17,�cun�tnts f�r a3�� �tl>iF�re a`�fc�a'c�rs:ed Fi��e�a �+r�el �r�crdifies t1�e o�ik�nnl �ri�:ciitca�zans an�� �«n�r,��:t Doe��i�yrnla_ �3idd�r �hull r�cl;irn�vl�t�ge re��ipl ilf L�]15 f141LFC'-Eli�LlLl7 Gr, 11f� s�ace p�c�vi�Ect� b��o�v ancE �Mc����w�vlec��!� r��ea�� {tin 113� c�u�er �rveEu��e of'r���e��� bisi. Fsil�ar�• tc3 Sicl�RurtYle�l�e 1'eCC1�1C n1' 11ii� adr�eltC�11171 c;asttltl ;siJ�ti]CC� E�le i�i�d�r so �iisq��3lii ica�i�n, T��i.s ��der���ur� itrclu��.s t��e lisllnw��,�;= 1, f're-Si�i F'rescn�aEir�r� An u€rctra�rric v�r�inn {in �'DF Ft+rmal� �� [itf �re9en4alican �ivcir durin� �l�c �rr�rs- �t�aitdatni� �r��i��+1 ��teetEn� h�ld al s�_ ��l A.[��. C'S"�- a,ra ���ctt�b�r 6, 20�{I is a���c�Eted ta thi� t;cit�ta3du�tt. �_ �'Fe-��ic� �i��-€�� 5h�rl A�� e��crr�}ni� ve�sicrli [ii� T'17F for�'n��t) ��t'tl�e }�re-bici TTa�eEir�g att�nd�e sign���n :�lieet is 7i1���}7c[i !u CIt15 A��u�k[jum_ 3. �in��riiv }��s��ie�s �.nk��rri�ce �1viBL} ����tu� lt is G•e�nmrr��rr�Ee� Elt�[ a11 {.'fmEe��lu�s �tait���n� Cc� �«hn�ii laii�s i'o� I1�[� I'�i�j�ci c�i3tkct 1 h� �'iky {}f I�crr� V4+on�� -�.xll ��:u ��f B�}sEuess I]ivcr�it�� si3r] re41�es1 t1a� Ifl�c.e� werii�ed !v]��,: �i�t_ Thts ���if�ed list �au L�e e���uu€:tr:� by e�m�tiEi�� l)i� [� [iE=r�fiFr;�{���rtEuc�,,s,Lo��. d, pr�;-}3id t�eeti�� (]ue�lic�ns Din-in� tlt� ��rr-�id r�tee� in�, Ilt* at�e��de�es �skccl 11tic fo��ew��y� s�ue��1[sns :sr�d �I�e �'ity �,f 1�4},�� 1'�'orth rus�rn»dtc! i�� ti�e tcr�lo3vira� �T��trrscr; ���r�rs��tkrr #1: �'�'f1� r���r� ��e r� �x{�� t�er�� �r��� {r� d�_sfr-rr��r ,�r���.•s tu �T�c� �� ���T3�RR � l�es��o�rs�� �l,�: ,'vrr, F'f'�`���R�f 1+'��f ���,����f� f{�e �iPfJC-cf+'+ar� ,gcrfus rr� f�t�,sfrfris�rf�,Y us i��eif r1.�' 1�#'�rac•u�r 1hc ,�c�te's' �n f�re rt�sr'f�r �r�r flr� Gi�[.'��fT�rtrr,Tt� xr�r�r����uf'�s f7rt� L�i�S� 1i'i�� �•t���TP{}�rr�xr �''�'�"��, �'l l't` (rF F�-�12 i��'c)�Z�I.I W�S'f ����` �1 ItI��:F� Eh�P�t[sV[?�11=YJ1'S �'i'rW I.en�lr t.'[��°����Eic��ri�11J SPE,C IF[('AT�[�r� oc�C��rr��!�fF� 4'f f�� I�f�i��a-c-�r r�c�. I ua S�� ��CS'LSL'��ISII}' 1, Zlrl I u�� c�3 t � - ? rlf}�}E"NFrA J'ngc 2 �1f 3 ���e�sfirar� ��2: kf'��f �hr.'�'c• fit' �ir1�t� I�+��rt,s r��f �����e t�fus-rrr��c (�',�r, S1.•l�i1-SP�S��� Rc,s�arr��s� #�: �Y[1, [Jr�c�� �r ����t+` rs c��rr��r�1 +� 4#���� x'�'r��rrrr� c-fr�sed �rr���� ���r�� j��tr.�se� r3f' r:rr�r.S'l�-�ai�fi���� �,st•rr���#�{Fr��, �}rre!srferl� #�: �'ar� ,�+v� r c�frrr{��F "�ir�c�� r�r�c�x.F,��lrxr�cc "' oj'fhe �r�•ojfx'r rr.w sfc�rexi �rrr 1��{. ���-r�.st�rr frr f �r�rr'' R��s{xor�s��3 #�: "f•'rra�r#�rc-c�c�prurrc�c�'� r`.s r{er{}��r+rrrrec! �,�ht��� �h� 1�+raf �rr��r��f� ��.��� r,s �a:r�f�lc��e rrr��f rr,s �f�'i+rPc+r� ��r �i�c ('rr.zrrrrr{ I'�irrrflrro�rs r�J��l�e c.�r1���'[1t�1, �)ue,stinlr #�i: �3�'r�� fhc��y� lr�� �r ��r�r+S�J'1+C��c��� �[�Y�O�V�� llrecr �[�r flrr �u�r�f�r{:�? f�e.spor�s� 1�.� �! �r�r��s�x`�rc;llr��r �t��x}ria���� ���'��i fs` rrr�t {���ni�ided �s' �f�c� Cir7�, '17�t� ��•��j�,'cl �a` �r+cr����f f�� �x1a �r�'f�rr r1r�u �+'r��t liigl� 11'rt�fic� ��rr��rupe�s�, !Vu �i{safW�irrr rTr�at,s lrrrs�r ��cr�� r{fc�rr�.lircf rr�lr<-r r�rr��� rlaxr� ��x�c�c r'� us��+Jcr�r�� 1,�111rirr lJ�t� �cr��c' a'�tJ4�ffi'i�3', Or�r,klro�i �{S; f�ilf ,sN��r ����r���isfr �f�►� r'r�r��r�r.�t ir��u•��ufrir�l�,�or FFf�[f�7�f{? RC5f1U115+� 3�5: Y�.k. C-���#ff�c�� i�Jfur-r��rr�fn�R tii'��� �a�} �y��a�f�tif��rf ��1: lrfrl����rfr���� Nrr_ 1. ��fY,S�fra1�'��' ��1�[N �i�i�� fJrt t�uu���t��lr��• fae ��et�lUus'ih�e,�ir�• N+�1c1� ►�.•�x��kittgat�i�e�r #''4�''�$'`�R1� rulr•r�,s��t'�rr�+� ;' J�r'x}��+use �6: f�'�'���4�}�f� �1�i�J rrrslc�ff �����if�',s��rr�xP ,�ct�r.r crr�rl r•t•{YN'ilff' lL'£'Sf�Jid211�t� liiOff�f(iiic'. gs��e',s. 77�t' C'��b' i�'��i rx•t���h�r�•,sa' F'��`i�'I�1{_ 'flar �a,r�v rrt�„+ {��:- Ru�1,-rr��rrf C'nr:�•cf�rrr�f�r��r ,s�rf� �' {�.'r' .S�c'r�r`c�rrli rari �k �,� i f.� rrx�r� r��c�?a rr�c.e rr��st��'rt�rce, 7l��� �xrt�r � f['r�� .ior � Rtrr�� �nar{ }' f��+�1�#1 .�ffrn��rrurx' 7r�rff ���� ��rr�d��e�� �r� he' �ra���f us uu �r��c��f'dx�['t- Ei+rff� rr �rC-�ir{�lluulrlr� s���c•ifi��rL �rrr.,sr�nrr #�T: '`#fr.u� }�_3 — fxrr��° Lc��e�rd l3us l�r���e - �es tf,rx �rr�dtr�fe d�2� 1{�r+r'��l�rg 'L�f1.ti L�1.rVL'' � � . � Re�}�olr�re #7: !'T�r.c' �1r�'frrtfe,s l�re' svr�k'dir�� "8f1.�'.S7'�)P" r�s' c1�.}}siifrr�u�� ����'��f��1�.�'e�rat�iu .S��c�f�r€'rr�rrtn �? f 7 ?3, �rr�srru�� �€!P: -'����,a }�8 �e I� 9 — � " .5'f, f� 7����� — Lhr ��ra�� ha���ex r1��y .�{x�c:s r�r� �l�c� �rr�x� riy��c�ir1,� rn h�: trs-ecf? •, Res�rvxlsr #�8: �`e.e. f1r'u� er�#� he �i,�rud i r� S��s�c't�r`ccrf�uu �? J 7 c.i, ���e:s�fir,rr #4: •rlfirx�r F33 �c !3q -['rrla��� PrrG}c��ue�rl -- iJr� ]�r��r hur�:.x}���c•,s nr� r��� fi}�.r�e rrf {�r��rr� +��'�'�fi�a� �u fu� �urr! efr�3l�rr r�rtrf r�' Ffrrr-r} � �s�a�r.{fxc- xi�ul�lr�1-�lr�r��1����e �'f'r�rr�rc rf �r� �ir�, rfo�vr� �f�r ���rr��,f��+� �lr�' le�rars� "a kc�tiJ�n��,st #9: }rafro���rrr�t�r��r r���r�r-r�r��� �l�c�.sr Tf{"�RS� titi�if� I�e�a�-rnvfit�rf ��p.lra{�+,u'r��g alrl��a°1��1��, �rr�.�f�rrx� #10: "1��•�� � 36 - Y}�rffe 11rrr�r�r1 -� I}r-r �r���+ �t[��� cr �5'��'�' r�r� �'1rc1� ��+fx� ra�1��r1���� fs` �� �'J�'�r J"{'ff i�f �S�Cf� f i�c,4�rr+rls�• �?1f�.' }'e_s_ Y'���,e rlcrr� rlc�sc�r�r��rrr�ra hers fat�z��r ��ror�IJ:���J !rr `�3Z I 7.3101 Rais��i h'��i'k�.� 'C�' 1�+," {��.'��f ��r� f�e'.l�xa�1�� f�r 5��ec'rlic'crJinn .ifi f 7?�_ 5. Mndi!'�+ 1 he prevRo�s UD +� � ilLi E31�) F�]RM s�ciiun t�y mrtic}� �I�e 0{1 � l{l�� C��U ��R`� sec[i�it attxtc3�cii tce this at�d�iciutrt_ �fifc �'F�qunlilicsticki� :ir�d 'I'ame a�`���i�t�lc:�i{�r� st:ctEa�ts Eie�+e bc�n �p���e+i_ 5_ 2��1{�cliE}� sh� previo�� 0(1 �� �� �'RO�"O�ali. ��'�l�{h�F seciiun �u zi7�,t�h Ihe (1� �� {i3 PI�Q�'Q�rl1_ f�i�1�lvi r;ec��o�� attacktcd �n ����� ad�endu���, C'TTY 1'Ja- ?�i ]�d tl' V.'i }i{ ['�P 1V£ ST 7{ I�$TR Ef.T' Ihi�'RU Vi: M��]'fti �TAtif�+��i� �'ir:VS���i21.f�11�]T� 51�1 �Cll�l��r�'I'i0:� D!]�L'[1MfIVT'S �fFY I�FkL+3EC'7 �lr�. I f11.5iK Rrv�k�! rul} �,11�1 I tau US lS—J rl�1U E �i7R Yogc 3 «f } ��he f�rllc+�vir�� aidli:�� It�rn i�aa. 4�E�:��titi�ics �vere �r�ud�tie��' . {}� x5.I1 G!)� fta�fr�,rr� f'l�gi��rrn A1lcskv;�li�ce -- ��Q,{�00,[lU • �J�i{��J.00{J� CL7175tf�ICtl43i! �I�{�:YiEfICS' — �'1��1,11{}O.f}(} 'll��. ���1c�wk��g Bi411ist lte�n [�a. �e�criptions were m��ified; ■ "�217,.i1�1 F�ai��cf [��rk�r�'�' W`. 7, N9t��ity tlte pre�'10ik5�}�� �� l.�'. I'I�I:���AI,I�'[C�1'rt'�(:>?�1 S�f�i��`GMEi��I' �ecti[}�7 t� r���Eck� the 4I1 r15 €� r'#t��1�f11..IF�CA'I'i��]V 5'1�A"i'G�IFN'� sec�ic��� attuc��ed to k�is adde��i��i��. Tl�� M�jur V�Jnr1c '1'y��es frav� been upc�:3E��i. S. '�'k7is Add�:t�4�uin T�u, l ft,rm� }}gt�t �af 1hc �gecilicntiens �i�td C'{,r�tr�c� �)+,�'i.iment� �'o�� tl�e r�l�c�we Feli;s�r�cecE pri�jc�i �Eksl m�cii�ie� ���e uri�in�l S�acrific�#i�,ns �d {;{,�t�r{tct l)o4�me�ti�s €�f �1�� s��1e. Acic�«�vledge y��ur re�cipt aF rl�lcicrtd��3�t �`!o. I by curnpl�ti�tg kltc i�cc�ues4ccl in�urmatEor� a# Ilte f�lluwittg luc�ti�ns: ( I 1 Ir� tfrr: �}�ace pro��id�cl iEt �ec14u�� �fU � a U{l. Bisi k=oem (2j I�f{iicate ii� up��r c�se le�tet� un il« �o-�itsid�: ��F}����i� w�'s�ed I�id er+velo}�c; "REC'�T1r��_D ��1�U AC'a�i�i(.IWL,F.UC'rC�� �1l�DC�VC�l�:1�S N�1, 6,� C��lude �� �i�Red �c��xv ot' ,��c�er�d��m hfo. I in rlti� sealc+i 1�ick e�tvcEo�� �� �fre t�GTr� �����1 tiEk�?�llltk'si�, F'�i�u�e fcti �c€cnt��{���d�e ��c�ti�,r a�` �1�[dend�Gf�� l�a. 1 bcl43w cc}�3� ta��se tl�� s�����ci �ni4C,�c�� r�� 1}e cansiciered "i�l{}h][�E.�f El�'S1VF,�. ��esul�in� �n disyi�ali�ic:��ia�3. C�GC'�:IPT A{_' �Wi. �DG�1] .,�,,� � , _ _ --}� 1[}$,fi�=+ ��'�� � }'�'�-'r��`k � � �� �:�v r� or s��'.r�-rtor� W111iam .�nitr�s�in Dire��ti�r. Trn���or�a�iotf �nd 1'�bi i c W �rEc� � � ���� I� � - �:�'�— -- �- - - — — J.T_ Auk�ridg�, 1'�;, P�IP �' it}� i'rc�,ject I��1���c� �ri v c��= r-c���r ��rk�Fk� WLSI 7n� �lltl=l=1 !MI`R(]i'E.}vi�bfT� � frl�i3tLlRI} f. f}T��7'i�l I�TI{}hl �I'l�f'1f�SL'�h77G}?v; [S�I�'�1��1N��'`� C'fl }` P�{�>JE:C' i' iwil, 1U1 }i� EieV i44'� .r�l}� I,? U I k �if1A' !J � I AL7!)i: N1)A PL�rr 1 ul�•I S�C"1`�Q� i}U U� �S ADL11; I�] 1)A �IT1' Cfl+ ���]!t'r �V�RTT�, i'L+:��S A[]al��_��iU11'� �2C}. 2 '1'u �Src Sperilica�io�� ��s�d Cunfrnct i]ucum�n�s l� or V4'csl 7'�� Sirec� PNYtl1��'a S�dew�lk, Illuntieiat�an, 1..���dseapin�, aerd 7'rn��'r� ��gual ]mpr����em�nts �.'fi�' Pa'�r�ec� ]�ic�, lil1.*�55 Is�uecl' O�t��cF 3[I, 2020 -I�k�i� addeTisiurrs farrus �i �;ar� 01' 133c S}�eciiic��i{ktks aitid C'VnCI'BC! Dacui�sc,its t41" I�iC sbrn� ���;er�r�ccd �'�+�jecl �n�i �ti�c�di�t�s Ili� c�ri�iE�al ��u�itic�lit3ns :�«rI Car�kr3cl I]ockt�n����c, E3i�der sF�s��k ncl���uwle��,4 CCL:t1j}I Ut j�iEi kl��$ilUl�llk 111 ��t2 *�7i3L'R' t�ra��tdecf hcit���� anc� acknowled�a icreil�t or� tl�e ��Etur c�ov�lope s�t'yt�e�r l�id, r=�ilure �c� a��hn��wi�d�,e rec�:ipE �f� �hi:� ar��f��dum c{xuld su�.�e�1 �i�e bitit��r t{� dtsqtiuEiftc�t��r�, 'f73is o,ider�duRri i�xcEudes Ihe #'o�Eow�in�; i, BidcicrQlaeslicr�u�Gamrn�:n[s �li1iT1�' CIl� }1]"C-FFl(J Ii'L����n�, k��C �Il�,11{��CS 85�4�[� ��C I�O�I044'lll� $tii4'SCi[]riS aACI �il[; Clt}+ Q� f=�ro�t �'�t}rtki rt:�}sa��d��! iiti [it� foi€t�wii�� m�nr��r; �]rrcF.sl���r �#�J ffr�r�r .�rfrfrrrr{ru�t #J: ""1���1� �.3� ��€ {3+�— C'�,1n��cc�Pr�4���+fe�r1 — Dr�,4�r7R� ���+�+r .s��t#c,s n,� firt- l.i+{t�' r!f �+rrr��r ��c�r.'flr�r� 1u ���' f�rrri rfrffv�� r�,�G�f r`�+c �1r��r�.} r1 s{3errjic• wv�3�lo,• ,1d[�c'��i��e ���r�r���'ec� fi� ir��• �fr�t���r f�r�' �1r�� /r��' l���� frr�res� ..� �#es{xn��s�e+ �9 f i'rr��� �lr�r1�'r�r#rr��r l�f: �I�e,ti'r• rfr'u�,w� r1x't' �'���'rrrrlg lu fdr�� c'r,lr��-�rr� �r�����e f,trs' sfc+�x4 ir��cf �r+J[{r ��f�trr�_ }'e�• ����' ��frrr7��� l,�fct• J������s is'f#i n�r�p+ bc� c'[,�rxo'�d r�1 c'u��l�r;'1 �rr�ir�f.�' s���;J! L�.4 iIl'J1'N44'Q1's� c���cf �1�fr.tr'.wf'c`r��rpf,s, Crr<<�rr s�'��t f}t' !15"Cfl,Jf}+' Il�i' hil[t� �rrx�a�s, r���c� x-��r1��+�• �frr £v�r.� ,sr+�r�x.k. TJ�a rr�r��e.r�i�rl *�f�v�rJr! �ic� A�f�{�f� {a����.{i�f�rr,se�� �•r�.w::r�. lrtc-#�r�r• c+ l�tg��.l+�rc��rr,i s��rr;f�rrr� �f-tr�f��rt'r�� �f_�•_ �tt���-s�ir�k ,sirr�l��c��l, ���c� b�' f'{'{�rt'e�i��r�. ?, �4ssd�fy the ��rc��in�ts i�[� �I? �13 PRC)I'�1S�1.L F�.if�� wect�oii t{, tnatc� the {}C� �I� 4� P���P{�511i� FOI�M sect�t�� attuct�ed to �1�i� �d�fe�c�uan, ��JL?7'f:'; Y71� uc�r{e�f r����f ���f'!,5•r'd ifrtrrr�frfia'�4 i�! dldrs ur�rlt'��c�r�rra r�exj��c'1 f���' �a�-u�Fn3�f# �f�f�rlr��rres x'('C���r���c� ��7+• r•�r�rti���-rt��l�ru�. f�r}c�rl�r.rp�[�f s1�c}t�� 1•�'�•1.srr�r�,s,��+f�+��ur�r,[,� Jl��,�` ��r���efi�rf��rr+ aF'i1� h� �ru��r�{�?�•rrfcr� r,��r� ��rr' 1.s,vrtt�rf fr}�' {.'r�rt.rl�'t�e'�inr� f�fuu.�, ��he �ol It}�vi���, L#idlts� t[e��� ]�n €�uairiities wertr �dded; . ��C�1 _1 S)��3 �-�ect Sa�,���1 Fieaei �ws�tlti�y -� I��A. • �1�41_O�JO{� R�Trsc�ve [�rlosc, � 't}�1C St1�4��rt. (Ret, W��I �t�Kl to 51[��Walk� —7{1 �-]_ . ;�'�13.C1��1 C'esnc Si��ewufk, l�rliacenl tu Re� W��lI —� l0 S�N f"17'Y [�I� I�I.kI+,`i 1'��CIR]"i� �'���-7rn STik1=E'I' IM�PI�f}V�ME�Y�I'S ST'A`JU14Ji111"Llhl��'I{LI(-��{�7Y 5]'Ei'll�lL'A I'Il7h1 OOCUh4FNTS { fT-'�' PR{}JL=C'T NC}, 1�7��"�� �iextiscd,luGv 1,=0�1 nn a� 1 � � �] A�]U1=NT]I� ik��.tl��fa • 32'�i,��lJ{Mf1 Ca�ic f��f 1'4fnll Ad,�t}�c:i�t 1� Si��ti���lk 19 SY `l7�� iu�3cetvi��: fi�d���� I�fr� �ia. yuH�iEiiie.� kv�rc modi�ied= + 02� l_{�i;��{� Tteints+re �ide�valJc - G(�{k43 �T + {}�� l. I l0� l�e�ncrtie F`u�rsl {�lspEt�ll1C't�E«.) - S30? S�' + �]�4 � , I 5{}C, �." ��«fi�ce �iilliE�g f 1�lttil 7��s h��i I1} ���4��Fi �1�' + :� ] 37,0� 10 Spcci;Gl i�.i�trr�p �{a" �ia�n�acrl �.'���c Dr�ck ft,r �1�1ed�anl �• �I� SY' • �212,{�1(12 7" r�s1�I.,aU �v��t�y�s� E];Wes� 7�� (�)verluy}-��3�{i 5�' } 321 ?.���10� h" ��l�a]� l'�r��r (��f.''v�A(' "1`r��nsi�ion j - �78'T�1 • 32� �_�,111 fl I 6" C�r�u f'vi�t {Bik� �.,ane�+ Curh} -�6�� S�' * 3Z! 3.��3��Z �" Con€: Sirl�:wal� (I'I�� t3�� i'�d} - 1��t�? �P + 32 t 3_f�d0 I 6" Conceete Dr�vetiv�y - 1 I�i� "�- * 3213_ii4�11 i��rrie� }�r�e i{�ti�}>, �['y�ae i�-! (Ty�,ical ]- I� L� + ���4.�1U0 F3rick �vuit (l��nr�ir�g�f'F'rv��c[j-�$ SY + 32 � fr,�] I{} I(i" C'c�Tac i'urb s�yd �±�ot�er - 9�1 � fl �Y • ?f�5.�0�� �" C'O�i3]i� PVC �CIi 84 {'I'� - 315, l.�l� • *�{}5_��25 3" C{iN3�]'f PVC ��'�i 80 �'!'j - ��� �,F • ��o�.�a�r, �{� c�r�i��G' �}vc s�i� �� ��� — ���.a_F • 3���,i�Jt}L ��;cc� Si�Ei�i I-lead Ass��.�b1y �I FA + 344 ! , I �1�}� �5ect Si�,rnnl !�[��,d �►r�s�mbly - � t=,� + 3�4f. €003 S���cci Sigr�al fie�d Assemb�Y -� E� • 3�}�#l_][lil PedSEgnall��udAusc�nhly-�7.�:� • 34�}].1�21 2" pcci P�,�I� E3"�'�! Sta�i�o» 1�1 5i�t- l� FA + 34� I� I i}3 C A�d�bi� Pec3 1'ushb�lk#nn �t�t«�n , I{� EA ■ ;���!_��17 1=uFn�sl3lln�t�1J ��yl�r:�f.L���ec��oii �'ah3e • �3��?0 lvl� i 3��Gl.l �,�� r�rni:3lx��aas#al! �'�c;�i3����iar� ��blc- ��55 I.fa " .� . 3�€4 ] , 3 � t �7 �1�C.' 14 AVI+�i M�l�i-C'kmck��c��r �`r�l�le ] 7C� �}: • �,���,1311 5!C 14 AVJCi Mu�li-C'ot�du�t�xrC'��ile-.i.�l� I�F . 3�41. l33 � 7!C C4 AV4�(i �rEulti-,C:c�nd��c#o� Gab�� �.b7{} i.�= • ;���# k_ I 31� �i}{�' I� �1WC� �ulr�-C���dt��:tar C'able -��3�0 LP • 3��11.13 k� 7t1{�' I4 �11�C.i h�IuC��-{'c�r�dvctor C:r�hlc -1{]+]S� i� • 34a 3,13�2 31[' 1� A1�� lVO�Iti-l:�to�lucs�r C'�lsJc -?li�� �,F ■ 34� I, I�I��i 1�[} ti ��tNu�s�te� F��.c �'�,n�r -ik(f I,E{ + 344E.1e3�19 �l[1 8 It�ulr�ied ���c, Cirr,cii �81{} !;� • 3-� �I I, I d I�:J!) fr i;s�rc �lec Ct�nd � 5LD -�C� �.F • ��41.� �4 C� fV() b Haru l.slc:c Coe�dr - 1735 LF + 3��1,Ibt�l ��r�rnishrJns�all 5' ��OC�$5i!'Ifill �11511 BU��LkFl q°csle -� �� • 3441_lb�l� ��urni�t�flnwt�all «'- ��1' x'ed �`oi�:.�1;��smhlY (]il'} ;.i EA • �441.�1t}f1] f'LiTTii��k1��L�i�iJII Ali,fifl Sl�,R tY+IISE }�i1�1 h��t�uns -� f�11. • 3�� I,.I{���7 Ins[a] I f11,�m S�gn k�:x E'c3�e [�it���ti1 - I'} E.l ~-- + �i'��7�.�1�?U�i ll�l[` 14 A1�4+f.�'vf��l�i�[�c�nc��3c��r �,�i�l� - �,4 i.f + �}+�4�;�,��(a{}y �'A"1�Se C'r��1e- 375 1fF • 3?93.0?02 3(i�1��. Slj}{I1R - ��r�t�} Fl1 i 3�9�.{���3 5 i;Al,. S���RIlf3 � a(�i EA • 3�� 7,�1{�Ill �" SLD �'��n1 h�larkin� �lll � (VJ) 1 ��89 �f' • 3� i 7,(�s}U� {�" �I ,I) �'v�rr� �vEr�rkii�� ! lA� (Y} - �7;lt]�_r.F + 3� 1�.U�{il 8'" �!�[� E',���al �fael:in�; N1�S { W'a ... 5[I�,S �,f� * .3�1�.�501 �4" SLD P�+�ai ���rkiog i�1�1� �V4'�a (5'i-��1f' BAR �� �'�€�SSWAl��GS) �- 308'}� r�trY uG- Fv�� wrs[tl f� 41+t����7�,s�kE-��� ���[ti�lrr-.Mf;rr�'� ti f�11N1lAFtE� Ct�NSFR4iC'T10� S�!?C�k�lC'�A3�1c�T: [a4C'[Jtvl� r�re1' PI�[ofiCr r�cs, 11r�ss� 11t���i3e�lluip C,:}3��! lF0 (1i �!� . 3 q[11JE-NI7�► e.���4 3 i7f d . 3'��17. ] C!f i� l.:�n�: I.ege�d �1.n-i �w — �S E�1 • a"'? 17_�{�Uf+L�s�ie I.��c�t�i Bike+ F�i�c ��cskv -�l L�A + 3� !�.� I s)� I�w._k' L�#�iserl �.u�ccr `T�' il-�1_�1 3A«� �11 r 3�41 ,�4(lt�� ru�nishl�ns�tnl l Alutn Sifi� (;rcrr�ii� h'Iai.mi C'iiV �td, � 7fi f.;ll . �c1'}c.M.{}0 i 3 C'crl{�rec� F'ave�r�c;r�� ( �3sk� C_�nes} �.I�+�l,� —�}8�3 Sa� ■ �'_'17,31i11 -l�ui� �farker'I`�' 1�4' —��� F..h 'l��c fixflov�'Ifl�' F�Ii��151 It�EII �o, fI[;bC'd'Cj1li0fl5 kVtf� CklO����@�: • Ir�l:1 I'li� fa]]sswin� �?1;.��y ;heet� h�vc �ie��� tipdat�d t�r a;lc€e�i, ;anrt� ��tt,l�:lre� I+� i13E� �+lrl�id��r��: • Slteefs b-7; R?pcIi3EL'[I �TYi}1GDI SE��1{7�1 IL) 1'Lf���� 1-l%�{i\4'$�' chang�,� • S]reeEs 1�3-17; (iJ�t�a�cd �'�ntc�lvfeda�ai }��acl�ly • �hce�� �5: 1�dded L'rc�s��w�llc ar�d adcE��i F��d i�,in}a� . �h�ets �I�-��; L��daterl e�a��{k��s�f us ��r Mcc€i��t width i �17eels 73-78; L�pd�atc�cl SU�ipis�g . 5hee� ] l�: !]prl;�lcc� s����m�r�ry c71'r���itifttic:.� • Sh�c�t�s 1 1 f�-I??: l�]]c��i�erl ��i��nct �[l��#itrn, j�ed l�ead�, �i�n�1 l�ead�. ;�ri�E �ior�r► . �k�ect:� 124-1y5, 3�7, 1��1-E�il: �l���la�c� si�,e�sal 1�cr�d� anci a���s . Shee#s � :��• � 33, 135, � :37-13�� �_f}xdatcc� si�;��al 13eads ancl �i�j�s • SE�c�e1a 1f1(1=]�!. 1��-��Fr� LTpd��e�ls���1a€ ]3�ads. �vdl�cads. �nr� �c4�s . �lie�.ts � �#S-] 54; l;pdate�i .9��m,�E l�cads, �c�1 1��ar��. at�d �Z�S • S�e�;� 156: Upd�Re�i ti��,r�l Et��.�s �inc3 si�os . ��Gcr:ts 15�i-1�{). ]6�. 1G}-ar,�: t;p��t�a sa��,�a1 kxe��sand �i��„� ■ Sheet� 1..�.�-[i. L-�{i-1.-1 E, i..r� 7-]_�l:i' L:pdate� ��l:�n�ti�s; pls.[r. • SF�r��� L-3-i.-G. ]..1{l�j_-1 !. �,-] 7-]..-1 �i: L��dat�e3 a�lu��tEu� �tl�n_ . 5lteet E.f?-{l; tJ�dnted �}���n1 w��iecEuie, 4. �l�is 11dct�3�r�un� �Jc}, � fcrrms }�ars c,f �f�e �,��ecif�c�Ricsr�h tr��d Cantr�ca Jluc�iiy�nls f�rr itrc �[,cax�e rr.ter4r�c.��i �aro��ct an� �trn�iftt.s tl�c �eri�itaul �}�eck#�icaticr�t� �tnd ('�;nlra�c� Dr�ct��tlenis ts� il�e s�mr_ A�:knu�vi�ecl�� ve��ir recei�t nf �s��ic3tid�z�ti [�?ce, 2� b� con�pl4�i�tg [F�e rec�u�le�3 i�fforn�aiion �t [!ie fi��1o�'i��e 1���:aticrns: .. ( I) Rit ii��. spr��� ��n�vic�ecl 3et Secdicrn OC� 4! �Q. �iid f��rr�� �?� Ini3�ca��e ��� u}�ger ��stie le�+ers an �F�c �xu�sid�. o#-y��lr s�u��:�i bi�i en�ei��e: "]t�CEll�'F,E? �1N�] AC'i4Ni.}V►+l_L.D�'i�I] ��f]U��DUM N[}_ ��� c'I rY {ri� r���+_l �5°i�x��r��i ��`fSF�'�'S1 icf-fl' 141PRt,1Y��h��f�fi`S ti�L'r1����1f#f]i"«N�'I'R[li'7'1{]:*i�l'�'CY1=1t'r�'I']Citi f1(?l�l.�h�1f'T+1T5 C'I I'S' I'hlrll]�i� Nl'.1. 111�5$i rc�,w��+ �L1C4' I. :i�F4 a�n ns � � , a A31[}F,3vfr� 3'ug��.� «i'� CnCGuae s s�g�iec3 cn�+y of Atici�.n�iu� Nr�_ � i�� 13ti� s;cF�C�r� ��Gd ��►v�[cr�� ;o� rr�e ti���� �,f f�i�� :�u�,����Ei�i, �=;E�lure t�� s�cf�nc,wlcsI�c r�cci��t af AdJ�:,�cJr�nw f�o, ?�iC�lklk 4{}iJIL� ti�LISC �I�e suE+jec� �oddc-r tn he cc���sidereil "�fC)h�E�F.SPOIVS�V�E;." r��5�l�iif�; �i:� �i�yu�iR�E�atio��. [�E�Fz�.�'-[' �1��{NOVkJ �_,1':17�i�'�J ■ _'� �i' �jl�pa v' I' i { �� `� � ��1�� i^ �� f :.� t;tvn or ��.�•r�c��r �%]��1�l177 �i?Eilt5tla� IliTec�ai�, T'r�ns�c��tati�-rn and i°uhl�� VJurk� � _ �,-�r�.��-' .��: 3.��. ��a��.�-;�,��, ��. ���� Cii}+ Prc31e�� h9��r ['fT��' Uk� 1•iS6lT �4'cxlt I-I G wr:,�T'rT" Si�R�r ��t�r�OVFMI=NTS �p�'AN3�AFk!] ['c)�5TR11{'i'I{�t�t �PE['�F1C'ATG�N Lil]Ci1ME�TS 1'l I'S' k'k[lklEiT NC}. IfJI SSi i•Ll'1'ICLI I71�V ��71�4� OO l l ] 3 i�fViTATION TO BIDD�RS Pagc 1 of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS 0�ue tt} ��3z �'f]1�ID!{1 Eme��c��cy declar�ck F�y tl�� C'itv t�f' F'or1 1�lc,r�li uis,� �nRil �h� ea,�to��;�.ncy �de41;Go�u�iun, as �kn�c�Gtic�l_ « rescinde�l, sealed bids for th� construction of West 7th StreeC Improvements; CITY AROJECT NO. 101555 ("Project") wi11 be.z-eeeived by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, Novernber Sth, 2020 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bid� �4'ill ��r acce�?rc`cM l�1'' 1. L�ti �vaa,: �ii tl�r add[�css :�l�nVf. � �, F3u rc�urtea�. i'��1=x �rr I�a�td deliv���� �'r�,��� �i:�l�-!-;IE �o-�ti I�Ettii�sil���s �s�3i} ��E t��r �c+uth Fi��f a.�1�L�� �,f (_'i�y 13it�1 1t�cafe�� FMf �[xsE j-�:�as �tl�Cl. 1=��rk V4'c,rlh_ Z-�xrw Jf+GLi�, r'� i}�lf{�o,itiillk� V���7.,r��n�n� s�al7�pc:r�s�i, ����EE lr� �Gvai]GG171� tc, acr��7t sl�e i,Fd u��� ���'srvscle �� �i1�tic �t�€�ip�.�B re�:eiF�t: +�r ?. I k`ila� E3i�,Jei� +Jesir�s t{F s�ilami� the bici c}�� n �fay or t�me � Hl�e� il�t�n khc [ie�i�ou�[cc.I 'flwt�s�l;�}, ll�r hitl��r ir�u�� c,�nt��c� �Eie Pur�lti{-�sii��* ]']epar�m�a�t chari�a� r�sar�ytai �vnrklt�i� hnMn�w ;�G R I 7-3�3'?..�.{r�� �cr ��ralc� �i� ap�����F� i�rei�< «� i�tiee� ;� I'���`cEi�s�n� f�����;iG��r��.i��o ini�la�y�ce ai �l�e `��5��1� F��i �,c,l�l�}� uFCiKy ��all I�rc,�tc.cl at }�Jf} l�cx��s ����e�t, I��rr� W«rtl�,, 'f���« 7t��1��"_. 4��heit ��U l�irl(s� }v�ll ta� recci��cel atid l"ome.'d��e s�amp��l �t� al3�,v� Bids will be apened publicly and read aloud at 2:00 PM CST �n tl�e �'�ty i:��un�rl Ck�amC�e�� and' h��s�:�C{C85t j}31'1?l1�'�k II\�� �ir�:�i�r ��t�,� C�Vti' �i�hli� ��I�v�si�}�r �+�a�i�lo �:u�� be s��:����r�� ul� �3�'',--f;���Luxrr[I�tc_�ar���t� 1�33�t4 � � I14 �{ I1�1'tlf j]11L;��1' k41I I��s�1 a7e �Iln}wetl i�� �hc Cir�� C'{,unci I C'I�aa���+ers Ih .,il�kiii[�i�, III Clti1w G,I"���.�IIL'L'flll�, ti'Lryl7llILI21J �4I�{�' Iirl'[�13 �;,r i1�41�titi�:�:t �+, iJar i'su�rlon5i�w� C.il��e, �pi�irlr�� tiI1�ICI L-I'I1141I I�1C` w4�lri���{'.iC�l i1�1�if; 1�r�rrns [r� rhr ('alv �'r��Jrcr f��1�,i�r����a' �w�� Ir�ttr rhF�rM .',:{}[I i4�_r��_ k,�f lTtir. ����,��n►t C`�l�` 1tk.E��11�5� �lil.y� Itt?c�' �art ii�+.l s����'i7in�c. ��rl�,��rvti t,f-rEi� I,i�! �:,Trr��k � �l��l�. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate} follawing: C�NIT I: Paving Tmprovements [1NI� TiI: Traffic Signals and Lighting UNIT IV: Landscape and Irrigation UNIT V: Signage and Pavement Markings PREQUAL[FICATiON The impro�ements included in this project must be performed 6y a cont��actor who is pre- qualified by �e C{ty at the time of bid opening. The procedures for qualificatian and pre- qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS CITY OF FORT WORTH West 7th Street Improvemcnts 5"1'ANF�ARD CONSTRUCTIQN SPF•,CIFICATiON DOCUMENI' Ciry Project No. l O15S5 Temporarily Revised April 6, 202D due to COV17719 Emergency � 0o i� t� INVITA7'ION TO BIDDERS Pagc 2 of 3 T�e Bidding and Contract Documents may be examined or obtained on-line by �isiting the City of Fort Worth's Purchasing Di�ision website at http://www.fortworthtexas.gov/purchasin�/ and clicking on the Ifnk to the advertised project folders on the City's electronic document management and coElaboration system site. The Contract Documents may be downloaded, viewed, and �rinted by interest�cf contractors and/or s�ppliers. Copies of the Bidding and Contract Documents may be purchased from: HDR 600 West Sixth Street Cantey Hanger P1aza Suite 200 Fort Wor�h, TX 76102-3b84 {817)333-280Q The cost of Bidding and Contract Docucnents is:Set oiBidding and Contract Documents with full size drawings: $75 Set of $iciding and Cantract Documents with ha]f size drawings: $50 PREBiD CQNFERENCE A prebid conference may be held as discussed in Section 00 21 13 - INSTRUC"FiONS TO BIDDERS at the following clate, and time u�;t :: w�ia �c}n��i�eri�i���:���plicz�i���M : DATE: October 06, 202Q TIME: 9:30 AM � It ti Er���fa�[I ccrntereotC� Will k�e ]�s:#�1 tF�ili��et via � wcti cs}a�Jco��ao�.iiG� ,�{,��l�ca��s,iE, ���wi�;��Ea}n� will E•c, .IRsfa-ib��tec� drrec�lv le lttcasc w�a{} I�;�v� �a�l�rrraEr�{l E=���res�ic,iiw t�F���l��et�� ii� Il�ic �,r�.�,let�� Et� �li� t'it�, �P�'oje�� hrl�rr�n�cr ;,i��l+c,r t€�e D�:si�:r� 1:���tne�i. J la� �����sento�i�ri� �i�r.at �st �iyc E��r�1,��� ct�nierr��ct r.�i�d �iyy qu�xti4���s �€��I stt�s��c��� i�i�u�de�i at ifa� Rr��id c�fi�l��-to«; wiil Ix� ;�w1ae€! as ;�i� A<�clenrl�ur ta tfi� c;wl I r;}G� lir�i� �If � Exrel,icl cni�Frr�e��e i� nu� E�ei�7� ��k�l. pru��sect�ve �+i��f�r�s ta�r �-rnail ques�itFn� cfr ei}mr�terr« i�� �,c���r�{an��� tivi�h 5�c�it�ii o.rf I�te fi�s[ri�c:�itFn� I�, Bicfders ��tererrce� aR�sav� kG� tC�e ��r�a���:c �riikJtl�,��'i�f ��1 ;y� a!« r•�n��ri I ik���f�`��ty Iis��cE E��C�,w �rnaii Icd t���es�is,�a5 wi I I s�ifti�e �s '`.��es�ions ir� wriaii��," .sr��.l Ilii� re4Tuirc�ri,fa�l �t, r�c;ra�tulk}� m.�il q�iesri��r�x 'r�;,r-Giw},e�,�eti. li {ti�x�:cssaev. .A�l�lc��<��� kvill ��r i�sur�i �+�rsEiun� t„ 113c �ns��uctitu�s r,� F�iti,��r� C[TY'S RIGHT TO ACCEPT OR REJECT BiDS City reserves the ri�ht to waive irregularities and ta accept or reject bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. . INQiIiRIES AlI inquiries relati�e to this procui-emen# should b� addressed ta the following: Attn: 1.T. Auldridge, PE, PMP, City of Fort Worth Ema11: JT.A�aldrid e fnrtworkhtexas. ov CITY OF FORT WORTI3 West 7th Street Improvemenis STANDARQ CONSTRUC'I'ION SPECIPICAI'lON DOCUMENT City Project No, l Ql S55 Tempararily Revised April 5, 2020 due tn COV1Dl9 Emergency OD I1 f3 INVITATIOIV '1'O BIDDEItS Page 3 of 3 Phone: 817-392-7252 AND/OR Attn: ]ordan E�erhart, HDR Email: Jordan.everhart hdrinc.com Phane: 972-960-4400 �l�:'.�LI'Et�S��(fl� {)!� E'�'1 GEtS1��`� � fa, ci+�nG�c fsiil4fers �iR�� kr��t t�}s ��> d�i�e s�l� ����;�' i����� i+�lurm��titti�� �,erlrnrir� t�� tl�is prr��e�R. ur �I�t �t�V�DI� ��n�,:;rn�} �4a;�l�,n���en..�; �n��n�le�k, ��� dk i�an�° rclatt tir �hi; Prs,.jc4�. I�iJ�let�� ai� u'wq�R�sic� t���E���sil f=�����cti5iiri�s �rFfi�t�:��cs� iri Il�o� ��Isrti411c'n"1211� l{i �I�� �.'it} f ivt�ec:l'+r1;MGrs��r��i�J� Vlie ��csi�n Fn�iii��k� ��:r �Ill.�il �ix�,nl�i in�ln�ie �h� l,i�if��o�'w ���Gii�ran}� nnmc. �4�ru.�ut per��3n, l��ai� �irci�vicl�iul� r�rt�il atiilres� aaid �rh�i,r nsG�ial}cr ;11� :�;�tirooal� will �� �IRa�r117��tc,� €Eir�c�ly ts� kliea�c 'll'�1CS �liiVC ��C�7Y"Ck4Ci� il3C 111R�i'�Sl in �I�� PI�l1C4�Itlli�llt 2iT1[� 4i'j�I ii�titii I�� ��s�ste�i on Glr� �'F�}' c1j �t�l'�` 1�r��rEi�"r� �urc���l��ii� �v��xsi�c ��b http://forEworthtexas.gov/purchasing/ PLAN HOGDERS To ensure you are kept up to date of any new infarmation pertir�ent to this project such as when an addenda is issued, download the Plan Holder Registration form to yaur computer, complete and email it to the City Project Manager or the C��so�;n E-:�w��n�e�'. The Ciiy Project Manager and design Engin�er are responsible to upioad the Plans Holder Registration form to the Plan Holders foldec in BIM360. Mail your completed Plan Holder Registration form to those listed in INQLTTRiES above. ADVERTISEMENT DATES Thursday, September 24, 2020 Thursday, Octaber 01, 2020 END OF SECTION CITY OF �ORT WORTH Wcst 7th Street Tmpravements STANDAAD COI�'STKUCTION SPECIF[CA`1'[ON DOCUMENT Ciry Project No. 101555 'fempnrarily Revised April 6, 2020 due to COV1D19 Emergency 00 21 ] 3 TIVSTAUCTION5 TO BID�ERS SECTION 00 21 13 INSTRUCT�ONS TO BIDDERS 1. Defined Terms Page l of 10 1.1.Terms used in these INS'TRUCTIONS TO BiDDBRS, which are de�ned in Section 00 72 00 - GENERAL CONDITIONS. 12. Certain addational terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any perrsan, firm, partnership, company, association,.or corporat'ion acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 12.2. Non��esident Bidder: Any person, firm, partnetship, company, associatio�, or corporation acting directiy Chrough a duly authorized repres�ntative, submitting a bid for performing the work contemplated under the Cantract Documents vvhase principal place of business is nat in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive $idder to whorn City (on the 6asis of City's evaluation as hereinafter provided) ma�Ces an award. 2. Copies af Bidding Documcnts 2. I. Neither City nor Enginee�• sha11 assume any responsibility for error-s or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of abtaining Bids for the Work and do r�ot authorize or confer a license or grant for any other use. 3. Prequalificatian of Bidders (Prime Contractars and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequali�ed for the work types requiring prequalificatio�n at the time of bidding. Bids r�ceived from contractors who are not prequalified shall not be opened and, even if inadverten#ly opened, shall not be considered. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: htt s:lla s.iartworthtexas. ov/P_ roiectResourcesl 3. l.1. Paving — Requirements docurx�ent located at; h�tp�.riapps fortwot-thtexa5. og v/ProjectResources/ResourcesP�ut;o20- %20Construction%20Documents/Contractor%20Pre ualification/TPW°;.�Uk�ari���, %20Contractor%20Prequalif cation%20Prn�ram/PREQUALIFICATiON%20REQ UIREMENTS%20�''OR%20AAVING%2000NTRACTORS. df C1TY OF FDRT WORTH Wesl 7th Stree! Improvemen[s S'IA�TDARD COiYSTRUCTION SPECIFICATION DOCi7MEN'f Ciry Project i�To. 1O1555 Temporaniy Revised April 24, 2020 due to COVIDI9 Emcrgency oaz� �3 INSTRUCTEONS TO HiDD�,RS 3.1.2. Roadway and Pedestrian Lighting — Requirements cEocument located at; �. Page 2 oF ] 0 htc�s:,:'apps.for[riarthtexas.�o�, t'rpjeckRe�ot�ecesrRGaourLtsP/02°io2U- %20Construction%o20Documents/Contractor%20Prec�ualificaEion/TPV4" io�UlZ:,dawa y%2�ancf%20Pedestrian%20Li ghiing%20Prequalification%20Pro�ram/STREET% 2pLIGHT%2oPltEOLrAL°/Q2oREQMt�TS pdf � 3.] .3. Water and Sanitary Sewer — Requirements document located at; htt s:l�a s.forkworthtexas. ovfPj-�'�ectR.-�c.ar���l�t�,�.�rce,l' "u2�:,��- %20Constz��ction%20Dacuments/Contractor%20Pre ualification/Water°ro20and"/o2 OSanitary°/a2QSewer%20Contractor°/a20Prec�ualification°/a2�Progc_am/WSS%20 re c�-s,al"'?Oreguire-nent. s.pdf 3.2. Each Bidder, unless currently prequalified, must subr►�it to City at ieast seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 1 l, BIDDERS PREQUALIFICATTONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph b.1. 3.2.2. f�a1�t3'[)E{,��{4' PC�I��'Ff�l�R�'S �il!k� �(>C'(iVltl�f�,+• �1 f3icic�fr u+E�ra�k p�r�s��kaoiili4;slir,n h��3 rxp�r��l ci�G��iMt�, �<<�� ���L �1'lf�C� 44f1��'C ;a a-.I��iC Criiri'�;el1CY UP�CIi �Is i�ti ��I ��k� � Eeclr���l. wt:l[�. IC1'L':��� i511{� #131' .SI� i.�:i�'S �]iiSC I�1C Y:{�711'1�E14131 C1� EEII' 'lll�r�k`�]C1' il]'i�Cf IYII�I ��lC ktirS�GeSt C��]�r�3C�cF�1 Si�ke— C�}•,1:Y�' 3FFi� Ilt4�J]Cil, SVIII J1i1� �4k tiE�cp17i�41fCt'�IIV C�15t��liLll�3�i� �1'f}!Zl I�av�n� s�i�. C�lL�4iCC'4 �}�� U}J�nCI�_ �I F�f4�li�.k' Iil I�Ik` ;i���a[ioi� wrlk h�v� i�s k�id c�p���e�� F�ir+J r��uE ,tl,fii4f satd 4ti'iil �rr ;�llntiwc�i 5 1,��xGnc;�; d�ys �cl�sr o��r���nexs s�i� �I�t 5��'ti.{�'i k{15i1��t7ilE ;� �b13147i�t4' ��['fl�LiillltiC:iC1iSR r���e�v�C a�rtck,t��r T't�iiurr t�r t�mefy sub�ni�, t��� ti�ibtirii�3l ��F��ft IIkl:4p31t�7E��[ �1i1CIi3�,[ �ti��III fi'11{���' ICIL' 3]i�itC�r'� �41� ��[jj��J'(,��7k713SIV�_ �G I�14 Flf�€��]JIIIiL':GClltil3 r�r1CV.'�� ���.]i!l`L3r1JtilCw tiI![F�4' ill� L�Lk�I���';j!3 11{k45' Clk)i'4'�l�a�����{�_ ��IC Fili� 14'1'� I.1i �i::L{�kl'K[E j��7t1�• �'cz3ac�nw�v��, ,� [3iJ,1�� m:r}' �u�k us;c ll�i,4 4x�e�+lit�ri I�� �Ee� � �a�'r{1��:MP�trc�tii�,n s�uhis ,�d`�`iliCf E�l�]II �Ilil4 L4'1![l'�k W:�� in pl�{�. ��i`th� �f��t� uF��c�,rr:��i����, A�ii�deT w��ro seck� �iu iE��r�flw� it, �x�'ccas�ala�ci�tictri ��aE�Gs ntus� follc,� t,he �r��itianRl ��E��nittal��-cvicvr ���i�:c��, � - 3.3. The City reser�es the right to require any pre-qualified contractor who is the apparent tow bidder(s) far a project to submit such additionai information as Che City, in its sole discretion may require, including but nat limited to manpower and equipment records, informat�an about [cey personne� to be assigned to the project, and construction scheduie, to assist the City in eva[uating and assessing the ability of the apparent ]ow bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upan the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the addiiional information, if requested, may be grounds for rejecting the appa��ent Iow bidder as non-responsive. Affected contractors wilI be ` notified in writing oFa recornmendation to the City Council. 3.4. In addition to prequalzfication, additiona] req�airements for qualification may be required within �ariaus sections of the Contract Documents. CITY OF FORT WORTH West 7th Street Tmprovemenls S`�AI�iE}ARD CONSTRUC7'lON SPECIFiCA"[�ION DOCUMENT Cf ly Project No. l0i 555 Tempurarily Re�ised April 24, 2020 due to COVIDI9 �;mergency 00 2i i3 iNSTRLFCTIONS TO SIDD�RS Page 3 of 10 4. Examinafion of Sidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: �t. l. l. Examine and carefully study the Contract Documents and other related daka identified in the $idding �ocuments (including "technical data" refe��red to in Paragt-aph 4.2. helow). No information given by City or any representative of the City other than that contained �n the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 1.2. Visit the site to become familiar with and satisfy Bidder as to the genei-a[, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Worlc. 4.1.4. OMiTTED 4.1.5. Study aIL (i} repor[s of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site {except Undei-ground Facilities) that have been identified in the Contract Documents as conta�ning reliable "technical data" and (ii) reports and dravvings of Hazardous Environmentak Conditions, ff any, ai the Site that have been identified in t17� Contract Documents as containing reliable "technical data." 1.6. Be advised that the Contract Documents on file vvith khe City shaii consiitute all of the information which the City wilf furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shal I be issued in the form of written addenda and shall become pai�t of the Conkract Dacuments just as though such addenda were actually written inta the originai Contract Documents. No inforrnation given by the City other than that contained in the Contract Documents and officially promulgated addenda the�-eto, shall be binciing upon the City. 4.1.7. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encounte►•ed during the construckinn af khe project. On requ�st, City may provide each Bidder access to the site to conduct such examix�atEons, investigations, explorations, tests and studies as each Bidder deems necessary for subrnission of a Bid. Bidder must fill aEl holes and clean up and ��estore the site to its former conditions upon completion of such explo�'ations, investigations, tests and studies. CI"l'Y OF FORT WOR7'H Wesl 7th Street Impro�emenis STANDARD CONS'CR[ICTiON SPECIFICATIOI+I DOCUMENT C1ty ProjectNa kD1555 Temporarily Kevised Aprii 24, 2020 cfue to COViDl9 Smergency oaai i3 11V5"CItUCT[Oi�15 TO R[DDERS Page 4 af ] 0 4.1.8. Determine the difficulties of ihe Work and a!1 attending circumstances affecting the cost of doing the Work, tiene required for its completion, and o6tain all information required to make a proposaL Bidders shal[ rely exe�usively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for fui� and complete information upon which the proposat is to be based. It is understood that the submission of a proposa] is prima-facie e�idence that the Bidder has made the in�estigation, exa3r►inations and tests herein requireci. Claims for additional coznpensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be a! 1 owed. 4.1.9. Promptly notify City of all conflicts, en•Qrs, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor sha11 not takE advantage ofany gc•oss er�-or or omission in the Contract Documents, and the City shall be permitted to make such corrections or inierpretations as may be deemed necessary for fuifiIIment of th� intent of the Contract Documents. 4.2. Reference is made to Section OQ 7; 00 —�upplementary Conditions for identification of: 4.2.1. those reports of exploeations and tests of subsurface conditiotts at or contiguous to the site which have been utilized by City in preparation ofthe Contract Documents. The logs of Soil Borings, if any, on the plaa�s are for general information on]y. Neither the City nor the Engineer guarantee that the data shown is representative oE conditions which actually exist. 4.2.2, those drawings of physical conditions in or relating to existing surface and subsut-face structures (except Underground Facilities) which are af or contiguous to the site that have been utilized by City in p�•eparation of ihe Contract Documents. 4.2.3. copies of such repo��ls and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technicaE data" contained therein upon which Bidder is entitled to rely as pro�ided in Paragraph 4.02. ofth� General Conditions t�as been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsi6le for any inteipeetation or conclusion drawn fi�om any "technical data" or any other data, interpretations, opinions or infarmation. 4.3. The submission of a Bid will constitute an incontrovec�tible representation by BiddEr (i) that BicEder l�as complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the WoE•[� required by the Contract Documents and applying the specific means, methods, iechniques, sequences or procedures of construction (if any) that may be shown or indicated oi• expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City a��e acceptable to Bidder, and when said conflicts, ete., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are gene��ally sufEcient to indicate and convey understanding of all terms and conditions for perfarming and furnishing the W ork. CITY Oi' POAT WOR"t'EI West 7t� Strecl Tmprovcments STAI�idARD CONS'fRUCTTON SPEC�PICAT[ON DOCUiv[EN'f City Project No. 1O1555 Teniporarily Reviscd April 24, 2020 duc to COVTi)19 Emergency oo?t �� !NS'1'RUCTTONS TO BIDDERS Page 5 of l0 4.�}. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioacti�e Material covered by Paragraph 4.06. ofthe General Conditions, unless specifically identifect in the Contract Documents. 5. Availability of Lands for Work, Etc. S.I . The lands upon which the Wor•k is to be perfoz-med, rights-of-way and easerr�ents fo�� access thereto and other (ands designated for use by Contractor in performing the Work are identifiied in the Contract Documents. A11 additional lands and access the�•eto required for temporary construction facilities, construction equipment or storage of materials and equipment to b� incorporated in the Work are to be obtained and paid �or by Cantractor. Easements for permanent structures or perrnanent changes in existing facilities are to be a6tained ar�d paid foi• by City unless otherwise provided in the Contract Docurnents. 5.2. Outstanding right-of-way, easements, and/ar permits to be acquii�ed by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. [n the event the necessary �•ight- af-way, easements, and/ot• permits are not obtained, ihe City reset�ves the right to cancel the award of contract at any time 6efore the Bidder begins any construction work on the proj ect. 5.3. The Bidder shall be p��epared to commence construction without all executed right-of- way, easements, andlor permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be dit�ected to City in writi�g on o►• b�fore 2 p.m., Y1�e Monday p�•ior to the Bid opening. Questions received after this day may not be responded to. inte�pretations or clarifications considered necessary Uy City in response to such questions wi11 be issued by AdcEenda delivered to aEl.par-ties recorded by City as having received the B'idding Documents. Only guestions answered by formal wi�itten Addenda will be binding. Oa�al and othej• interpretations or clarifications wili be without Ie�al effect. � Address questions to: City of Fort Worth 200 Texas Stre�t Fort Worth, TX 76102 Attn: JT Auldridge, Transpo�tation and Public Wot-ks Department, City of Fort Worth Email: JT.Auldridge(cr�,fortworthtexas.�ov Phane: S f 7-392-7252 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advis�ble by City. CITY OF FE7RT WDRTH West 7th Streel Tmpruvcments 51�ANDARD CONSTRUCTiON SPEClrTCAT10N DDCUM�IVT City Project Nu. 1015�5 l'emporari[y Revised Apnl24, 2020 due lu COV�D19 Emergency 0021 ]3 iNS'CAUCT[ONS TO BIQDERS Page b of l0 6.3. Addenda or clarifications may be posted via the City's electronic document management and callaboration system at hu_�- �or, ,��c.rtnt�;:a� �E��--p�;rr'�asing 6.4. A prebid conference may be held at the time and pIace indicated in the Advertisement or INVITATION TO BTDDERS. Representatives nf City wi11 be present to discuss the Project. Bidders are encouraged to attend and participate in the conferenca. City will transmit to all prospective Bicfders of record such Addenda as City considers necessary in response to questions arising at the conference. Ora] statements may not be refied upon and will not be binding or legally effecti�e. 7. Sid Security 7.I. Each Bid must be accompanied by Bid I3ond made payable to City in an amount of five (5) percent of Bidder's maximutr� Bid price on farm attached, issued 6y a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions nf the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder wi31 be forfeited. Such farfeiture shall be City's exclusi�e remedy if Bidder defaults. The Sid Bond of all other Bidders whom City believes to have a reasonable chanc� of receiving the awa�-d will be retained by City until fnal contract execution. �. Contract Times The nurnber of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be cnmpteted and ready for F'inal Acceptance is set forth in the Agreement or incnrporated therein by reference to the attached Bid Form. 9. Liquidated Damages Pro�isions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" items The Contract, if awarded, will be on the basis of matet•ials and equipment described in the Bidding Documents without consideration of possib{e substitute or "or-equal" items. Whene�er it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal° item of materiaE or equipment may be iurnishecf or used by Canfractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application 6y Contractor and consideration by C7ty is set forth in Paragraphs 6.OSA., 6.OSB, and 6.OSC. of the General Conditions and is supplemented in Sectian O 1 25 00 of the General Requirements. 11. Subcot�tractors, Suppfiers and Others CiTY ON FORT WORTI I West 7th Streel improvements 5TANDARD CONSTRUCTION SPECiP]CAT[ON DOCUMEN"P City Projcct No. l O1555 Temporarily Revised April 24, 2020 duc to COViDI 9 F.mergency 00 21 13 INSTItUCTiQNS 'CO RiDD�,C�S Page 7 of 10 11.1. In accor-dance with the City's Business Diver•sity Enterprise Ordinance Na. 20020- 12-201 1(as amended), the City has goals for the participation of minority business and/or small 6usiness enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secre#ary. The Bidder shail s�bmit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effo�t Form with documentation and/or Joint Venture Fvrm as appropriate. The Forms including documentatinn must be received by the City no later than 2:00 P.M. CS"C', on the secand business day after the bid opening date. The Bidder shal! abtain a receipt from the City as evidence the documentation was received. Failure to cor�ply shall render the bid as non- responsive. I 1.2. No Contractor shall be requireci to employ any Subcontractor, Supplier, ath�t- person or oi�ganization against whom Contracior has reasonable objection. 1�. Rid Form 12.1. The Bid �arm is included with the Bidding Documents; additional copies �nay be obtained from the City. 12.2. All blanks on the Bid For�n must be completed by printiing in ink and the Bid Fot�r► signed in ink Erasures or alterations shall be initialed in ink by the petson signing the Bid Form. A Bid price shall be indicated for each Bid item, alte��native, and ur�it price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidcfer shall state the prices, written in ink in both words and numerals, foi which the Bidder proposes to do the work contemplaied or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in w3�itten numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corpo�'ate add�'ess and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accor�ipanied by evidence of authority to sign. The official addcess of the partnership shall be shown below the s ignature. i2.5. Bids by lirriited liability companies shall be executed in the narne ofthe frm by a member and accompanied by evidence of authority to sign. The state of farmation of the firm and the offcial adciress af the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's nafne and officiai address. 12.7. Bids by joint ventures shall be executed by each joint venture in the mannei- indicated on the Sid Form. The official add�-ess oFthe joint venture shall be shown. �2.8. All names shall 6e typed or printed in ink below the signature. CITY OP FOR'P WORTH West 7lh Street Improvements STANBARD CONSTRUC'I'iON SP�CIFICATION DOCUMEN"1' Cily Project AIu. 101555 Temporanly Revised April 24, 2020 duc ta COViD19 Emcrgency 00 21 f 3 [NSTRUCTIONS `l'Q BTT)DERS Page R of 10 12.4. The Bid shall contain an acicr�owledgement of rec�ipt of all Addenda, the numbers of which sha[E be filled in on the Bid Form. 12. � 0. Postal and e-mail addresses and #elephone number for communications regat�ding the Bid sha11 be shown. i 2.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Aesident Bidder. - l3. Suhmission of Bids Bids si�all be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the tEme and pl�ce i�Tdicated in the �dvertisement or iNVITATION TO BiDDERS, addt-essed to Purchasing Managei- of the City, and shal] be enclosed in an opaque sealed envelope, marlced with the City Project Number, Project titie, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent tht�ou�h the mail or other de�ivery system, the sealed envelope shall be enclosed in a separate en�elope with the.notation "BiD ENCLOSED" on the face of it. 14. Modification ar�d Withdrawal of Sids 14.1. Bids addressed to the Purchasing Manager and filed with #he Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request far withdrawal must be made in writing by arrappro�riate document duly executed in the manner that a Bid must be executed and deli�ered to the place whei•e Bids are to be submitted at any time prior to the opening of Bids. After all Bids nat r•equested for withdrawal are opened and publicly read aloud, the Bids fot• which a withdrawa[ request has been proper[y filed may, at the optian of the City, be returned unopened. 14.2. Biddees may modify their Bid by eleci�•onic communication at any time prior to the time set for the closing of Bid receipG. 15. Opening of Bids Bids wil� be opened and read aloud publicly at the p[ace whet�e Bids are to be submitted. An absteact of ttte amounts of the base Bids and major alternates {if any} will be made availabte to $idders after the opening of Bids. 16. Bids to Remain Subject to �cceptance All Bids wii] remain subject to acceptance for the time period specified forNotice ofAward and execution and deiiveiy of a complete Agreement by Successful Bidder. City may, at Ciiy's sole discretion, release any Bid and nullify the Bid security prior to that date. 1i. Evaivation of Bids and Award of Contract CCfY OP FDRT WORTIi West 7th Street Impro�ements S'fANDAAD CONS'I�RiJGTTON SYi?CIPiCAT[ON DOCUMEN'i City Prnject No_ 1O155S '['emporariiy I2evised April 24, 2020 due to COV[D19 F;mergency 00 2l k 3 INSTAUCTiONS TO BiDDER5 Vage 9 of i R 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project ta rnake an award to that Bidder, whether because the Bid is not responsive or the Biddei• is unqualified or of doubtful finar�cial ability or fails to rneet any ather pertinent standard or criteria established by City. City also reserves th� right to waive informalities not involving price, contract time or changes in the Work with the Successfui Bidder. Discrepancies between the multiplication of uni.ts of Work and unit prices will be resolved in favor of the unik prices. Discrepancies between the indicated sum oiany column of figures and the correct sum thereof will be �esoived in favar of the correct sum. D�screpancies between words and figures will �e resol�ed in fa�or of the words. 17.1.1. Any or all bids will be rejected if City has i•eason to believe that callusion exists among the Bidders, Bidder is an interested party to any litigation against Gity,' City or Bidder may have a claim against the oCher or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidd�r has performed a prior contt�act in an unsatisfactory manner, or Bidder has uncompieted work which in the judgrnent of the City wi�l p�'event or hinder the prompt compfetion of additional work if awarded. 17.2. City may considei• the qualiFications and experience of Subcontractot�s, 5uppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers,.and other persans and organizations must be submitked as pz�ovided in the Conti�act Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of majo�• items of materials and equipment proposed for incorporalion in the Work when such data is required to be submitted prior to the Notice of Awa►•d. � 173. City may conduct such investigations as City deems necessary to assist in the evaluation af any Bid and to establish the respansibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other pert•sons and arganizations to perform and furnish the Work in accordance with the Cont�•act Documents to City's satisfaction within the prescribed time. 17.4, Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contrack, unless otherwise approved by the City. I7.5. if the Contrack is to be awarded, it wiil be awa.rded to lowest responsible and z•esponsive Bidder whose evaluatian by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to "�'exas Go�ernment Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresid�nt Sidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principa! place of business is located. CITY OF FORT WORTiE West 7th Stree[ Improvements STANDARD CONS"fRUCTION SPEGIPTCAT[ON DDCUMENT City Prnjeck C�fa. l O1555 Tcmporarily Revised April 24, 2020 due tu C4VlDl9 Emergency Ofl 2l 13 INSTRUCT]ONS 'FO $]DDERS Page l0 nf 10 17.7. A cantract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day af the Bfd opening un[ess extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon ti�e contractor award a Notice of Award will 6� issued by the City. I 7.7.1, The confractor is required to fill out and sign the Ccrti�cate of Interested Aarties Form I295 and the form must be snbtnitted to the Project Manager befare the contract will �e presented to the City Council. The form ca� 6e obtained at htt s:,'/www.ethics.state.tx.usidata/forms.�1�95/1295.�df t7.8. Pai[ure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 1 S.l. When City issues a Notice of Award to the Successful Bidcfer, it wiil be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shaIt sign and deli�er the required number of counterparts ofthe Agreement to City with the required Bonds, Certificates of Insurance, and all othe�� required documentation. 18.2. Failur� to execute a duly awarded contact may subject the Contractor to penalties. 18.3. City shall thet•eafYer deliver one fully signed counterpart to Contractor. END OF SECTION C1TY OF FQRT Wt�RTH Wcst 7th Strcct ]m�sravcments STqNDAR➢ COiVSTRUC'fION SPECIFiCATION DOCUMEIVT City Project No. 1D1555 Temporanly Revised April 24, 2020 due to COVIDI9 rmergency 003215-0 COIVSTRLSC'f[ON PROGRESS SCHCDUL� Pagc 1 nf 10 SECTION 00 32 i5 CONSTRUCT[ON PRO.iECT SCHEDULE PAAT1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparatior�, submittal, updating, status reporting and mana�ement of the Construction Project Schedule B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections includ�, but are not necessarily limited to: 1. Division 0-- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requireme�tts D. Purpose T�e City of Fort Worth (City} is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports eifective manitoring of progress and is i�nput to critical decision making by the project manager throughout Che life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the constructian contractor {Contractor} in preparing and submitting acceptable schedules for use by the City in project del�very. The expectation is the performance of the work follows the accepted schedule anci adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating tY�e schedule and preparing status i-eporting as required by the City. 1.� PRiCE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this ltem is considered su6sidiary to the various items 6id. No separate payment will be allowed for this item. 2. Non-compliance with this specification is grounds for City tQ witl�hold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFEA�NCES A. Project Schedules Each p�-oject is represented by City's master project schedule that encompasses the entire scope af activities envisioned by the City.to properly deliver the work. When the City contracts with a Contractor to perForm construction af the Work, the Contractor Cl'1'Y O� PORT WORTH West 7th Street lmprovemcnls STANDAE2D SP�.CIFICA'f[ON Cily Project No_ ]D1555 Revised JULY 20, 2018 0032 is-a CONS'fALICT[ON PROGRESS $Ci�C:�UL�; Page 2 of' I 0 will develop and maintain a schedule for their scope af work in alignment with the City's standard schedule requirements as defined herein, Tl�e data and information of each such schecEule will be le�eraged and become integral in the master projecf schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Mar�ager. 1. Master Project Schedule The master project schedule is a holistic representatipn of the sched�led acti�ities and mElestones for the total project and be Critica! Path Method (CPM) based. The City's Peoject Manager is accountable for oversight af the development and maintaining a nnaster project schedule for each project. When the City cantracts for the design andlar construction ofthe project, the master praject schedule will incorporate etements of the Design and Construction schedules as deemed appropriate by the City'"s Project Control Specialist. The assigned CEty Praject Contro[ Specialist creates and maintains the rr�aster project sched�le in Pb (City's scheduling software), Constructian Schedule The Contractor is responsib[e for developing and maintaining; a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue ar� initia[ schedule for review and acceptance by the City's Project Control Specialist and the City's P��oject Manager as a baseline schedule for Con.tracto�'s scope of wark. Contractor will issue current, accurate updates af their scheduie (Progress Schedule) to the City at the end of each month throughout the ]ife of their work. B. Schedule Tiers The City has a portfalio of projects that vary wide[y in size, complexity and content requiring different scheduGng to effectively deliver each project. The City uses a "tiered" appraach to align ihe praper schedule with the criteria fo�- each project. The City's Aroject Manager determines the appropriate schedule tier for each project, and includes �hat des�gnation and the associated requirements in the Contractor's scope of work. The following is a summary of Ehe "tiers". 1. Tier 1: Small Size and Short Dura#ion Project (dEsign not required) The City develops and maintairas a Master Praject SchedL►le for the project. No schedule submittal is required feom Contractor. CEty's Project Control Specialist acquires any necessary schedu�e status data or information through discussions with the respective party on an as-needed basis. 2. Tier 2: Scnall Size and Short ta Medium Duration Project The City develops ar�d maintains a Master Project Schedule for the project. Thc Contractor identifies "stark" and "finish" milestone dates on key elements of theit� worf� as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues ta the City, updates to the "stat-t" and "finish" dates foe sUch milestones at ttte end of each manth throughout the life af their work on the pz-oject. 3. T'ier 3: Mediurn and Large Size ancE/or Complex Projects Regardless of Duratian The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the �roject at a level of detaiE (generally Leve� 3) and in CITY OP FOA'1' WORTH West 7th Street impro�ements STANllARD SPF.CiP[CA'1�ION City Project No_ t01555 l2eviscd JULY 2Q 20 ] 8 0032l5-0 CONSTRUC'170N PROGRGSS SCHCDULE Page 3 of 10 alignment with the WBS structure in Section 1.4.H as agreed by th� Project Manager. The Contractor issues to the City, updates of their respective schedule {Progress Schedule) at the end of each month throughou# the fife oF their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted be3ow. The City develops and maintains a Master Project Schedule as a"baseline" schedule and issue monthly updates to the City Project Manager {end of each month) as a`°progress" schedule. The Contractor prepares and suhmits each schedule type to fulfill their contractual requirements. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scape of work in alignment with this specification. Once r�viewed and accepted by the City, it becomes the "Baseline" schedule and is the basis against which all progress is measured. The baseline schedu�e will be updated when there is a change or acldition to the scope of work impacting the duration of the wark, and only after receipt of a duly authorized change order issued by the City. In #he event progress is significantly behind schedule, t�e City's Project Manager may authorize an update to the baseline schedule to facilitate a more practica] evaluation of progress. �1n example of a Baseline Schedule is provided in Specification 00 32 15.1 Constructian Project Schedule Baseline Example. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is refer►•ed to as the "Progt•ess Schedule". The City's Project Manager and Pro3ect Contro� Specialist reviews and accepts each progress sc�edule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified hy the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 warking days af�er receipt of non-acceptance notification. �1n example of a Progress Schecfule is provided in Specification 00 32 15.2 Construction Project Schedule Progress Example. 1.4 CITY STANDARD SCHEOULE REQUIREMENTS The following is an overview of the mett�odology for developing and rnaintaining a schedule for delivery of a project. A. Schedule Framework The schedule will be based on the defined scope ofwor�C and follow the {Critical Path Methodology} CPM method. The Contractor's sched�le wili align with the requirements of this speciiication and will be cost loacled to reflect their plan for execution. Overall schedule duration will align with ihe contractual requirements for the respective scope of wock and be reflected in City's Master P►�oject Schedule. The Pt�oject Number and Narne of the Project is required an each scheduie and rnust match the City's project data. B. Schedule Fi1e Name CI'TY OP C'OR�1� WORTH West 7lh Street 6nprovemenls 5'PA�IDARD SPECIPICATION City Project No. 101555 Rc�ised JUI.Y 2D, 2a18 003215-0 CONS"fRiJCT10N PROGRESS SC}IEDUi�E Page 4 of 10 AII schedules submitted to the Cify for a project will have a file name that begins wi�h the CEty's project number followed by the.name of the project followed by baseline (if a baseline schedule) or the year and month {if a progress schedule), as shown below. a Baseline Schedule File Name Format: City Project Number_Project Name Baseline Example: 1O1376 North Montgomery Street HMAC Baseline • Progress Schedule Fiic Name Format: City Project Number_Project Name YYYY-MM Example: 1 Q l 376_North Montgomery 5treet HMAC 24I S O 1 � Project Schedule Progress Narrative File Name Format: City Project Number_Project Name PN YYYY-MM Example: 101376_North Montgomery Street HMAC PN 2Q18 Ql C. Schedule Templates The Contractor will utilize the re]evarzt sections fi•om the City's templates provided in the City's document management system as the basis for creating their respectiv� project schedule. Specifcally, th� Contractor's schedule will align with the layout of the Construction section. The templates are identified by type af project as noted below. � Arterials � A�iation • Neighborhood Streets o Sidewalks (later} o Quiet Zones (later} � Street Lights (later) � Intersection Impro�ements (later) � Parks � Storm water � Street Maintenance � Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development pur�oses is based an a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanlcsgiving, Christmas). The Contractar will esta6lish a schedule calendar as part of #he schedule de�elopment process and provicle to the Project Control 5pecialist as part of the basis for their scheduie. Variatians between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline pt•oject schedul�. E. WBS & Milestone Standards %r Schedule Development The scope of wark to be accotnplished 6y the Contractor is represented in the schedule in the form of a Work Breakdown 5tructure (WBS). The WBS is the basis for the deveiopment of the schedule activities and shall be imbedded and ciepicted in the schedule. CITY OF PORT WOR"1 H West 7Fh Street [mprovemenls S"CANDAItU SPP,CEFICAT[ON City Projcct No_ 1O1S55 Revised ]ULY 20, 2p I 8 0032 i5-0 CONSTIZUCTEON PROCiRESS SCHEDULE Page S of 10 The fo�Iowing is a summary ofthe siandards to be followed in pi-eparing and maintaining a schedule far project delivery. Coniractor is i-equired to utilize the City's WB5 structure and respective project type template foi� "Construction" as shown in Section 1.4.H below. Additional activities may be added to Levels 1- 4 to accommodate the needs of the organization executing the work. Specifically the Contractor wi]] add activities under WBS XXXXXX.80.83 "Construction �xecution" that delineates the activities associated with the various components of the work. 2. Contractor is rec�uired to adnere to the City's Standard Milestones as shown in Section 1.4.I below. Cor�tractor will include additional milestones representing intermediate deliverahles as required to accurately reflect their scope of worl�. F. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under. ihe umbrella oF the WBS. Activity descriptions should adequately describe t�e activity, and in some cases the extent of the activity. All activities are logically iied with a predecessor attd a successor. The only exception to this rule is for "project start" and "project finish" mi�estones. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 2Q working days. If the work for any one activity exceeds 20 days, break that activity down incrementaIly to achieve this duration constraint. Any exception to this requires review and acceptance by the CiTy's Project Control Specialist. G. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated base]ine schedule to the City for review and acceptance as described in Section t.5 below. Updated baseline schedules adhere to the following: 1. Tirne extensians associated with approved contract modifications are limited to the actual amo�.int of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted 6y the Contractar within ten workdays after the date of receipt of the approved Change Order. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding fpr a new activiiy(s) aclded to the schedule for the Change Order includes fhe Change Order number in the Activity ID. Use as mar�y activities as needed to accura�ely show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. H. City's Work Breakdown Structure CITY OF FOA"f WOR"fH West 7th Slrcel lmprovemcnts STANDARD SPECIFICATION City Praject No. 1Q1555 Revised ]ULY 20, 201$ 003215-0 COt�S'1�liUC"1"lON PRQURESS SCI-IEDUi.P. Page 6 of l0 WBS Code WBS Name XXXXXX Praject Name XXXXXX,30 Design XXXXXX.30.10 Design Contracfior Agreement XXXXXX.3Q.20 Conceptual Design (30°/a) � XXXXXX.3030 Freliminary Design (6�%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmenta] XXXXXX.30.60 Permits XXXXXX.30.b0.10 Permits - Identifcation XXXXXX.30.6Q.20 Permits - Review/Approve XXXXXX.44 ROW & Easements XXXXXX.40.10 ROW Negotia�ions XXXXXX.4020 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.14 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award . XXXXXX.80.83 Construction Execution XXXXXX.$0.85 Irtspection � XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.I0 Construction Contract Close-out XXXXXX.40.40 Design Contract Closure L City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical pocnts in time} are of particular interest to the City and must be reflected in the prnject schedule for all phases of work. Activi _ty ID Design 3020 3040 310p 3120 3150 3160 3170 3220 3250 3260 C[TY OP FOlt"C WOKfH S'L'ANDARD SPEGFICATIOT�' Rcvised JULY 20, 2018 Acti�ity Name Award Design Agreement Issue Notice T'o Proceed - Design Engineer Design Kick-off Meeting Submit Conceptua] Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & 5ewer Peer Rcview Meeting/Design Rev�ew �neeting (technical) Conduct Design Public Meeting # 1(required) Conceptual Design Camplete Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, I'arks, Storm Water, Water & Sewer Conduct Design Public Meeting �#2 (required} Freliminary Design Complete West 7th Street improvcmcnts Cily Project N o. l D] 555 003215-0 L'ONS'I�RUC'fION PROGRE55 SCHEDULE Pagc 7 of l0 3�ia 3330 3360 Submit Final Design to Lltilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Conduct Design Public Meeting #3 (if required) Final Design Comptete ROW & Easements 4000 Right of Way 5tart 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction $id and Award 8110 8150 8240 Start Advertisement Conduct Bid �pening Award Construction Contract Canstruction Execution 8330 Conduct Construction Public Meeting #4 Pre-Canstruction 8350 $370 8540 9130 9150 9420 1.5 SUI3MITTALS Construction Start Substantiat Completion Construction Completion Notice of Completion/Green Sheet Construction Contract Closed Design Contract Closed A. Schec�ule Sub�nittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contrac#or's sched�ie. The City's Pr•oject Control Specia]ist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master �roject Schedule as support to the City's Project Manager. The City ��eviews and accepts or rejects the schedule within ten workday.s of Contractor's submitta[. Schedufe Format The Contractor wi�l subm�t each schedule in two �lectronic forms, one in native �'ile format (..�r, .xml, .mpx) and the second in a pdf format, in the Ciky's docu�nnent management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purppses, the schedule infarmation �nust be submitted in .xls ar .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 Construction Project Schedule Baseline Example}, including activity predecessars, successors and total float. 2. �nitial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electranic form (in the file formats noted above), in the City's document management system in the iocatio� dedicated for this purpose withrn ten workdays of the Natice ofAward. CI']'Y �P �ORT WOR`1'H Wcst 7th Street Improvements STANDARD SYECff ICnT10tV Cily ProjcclNo. ]01555 [tevised JUI.Y 2D, 20 ] $ 003215-0 CONSTAUC770N PROGRP;SS SCHEDULE Page S of l0 The City's Project Manager and Project Control Specialist re�iew this initial schedule to determine alignment wEth the City's Master Praject Schedule, includi�g format & WBS structure. Following the City's review, feedbac[c is provided to the Contractor %r their use in finalizing thEir initiat schedule and issuEng {rvithin five workdays) their 8aseline Schedule for iinal review and acceptanc� by the City. 3. Progress Schedule ihe Contractor will update and issue their project schedule (Progress Schedule} 6y the last dny af each month thraughout the life of their work on the project. The Progress Schedule is submitted in eEectronic form as noted above, in the Ciry's document rnanagement system in the ]oca#ion dedicated for this purpose. The City's Project Control team re�iews each Pro�ress 5chedule for data and information that suppart the assessment of the update to the schedule. In the event data pr information is missing ar irtcomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for prov�ding same. The Contractar re-submits the corrected Progress Schedule within 5 warkdays, following the sub�nittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptartce and to monitor performance and progress. "I'he following list of items are required to ensure proper status information is containecf in the Progress Schedule. o Baseline Start date � Saseiine Fin�sh Date o % Comp[ete � Float � Activity Logic (dependenci�s) • Criticat PatE� o Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline �'inish Date B. Month�y Construction S#atus Report The Contractor sub�nits a written status report {referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard fnrmat provided in Specificatian 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Sch�dule Progress Narrative should be concise and complete to: � Reflect the current status of the work for the reporting period (�ncluding actual activities started and/or campleted during t�ae reporting period) • Explain variances from the baseline on critical path activities � Explain any potentia] schedule conflicts or detays o Describe recovery plans where appropriate � Providc a summary forecast of the work to be achieved in the next reporting periad. C. Submittal Process CITY OY' FC)RT WORTH Wcsl 7th Street [mprovcments S'fANDARD SPECIFiCAT�OT1 City Projccl No. 101555 Revised JULY 20, 2fl18 . D03215-U CONSTRUCTION PROGRI:SS SCHEDUi,E Page 4 of 10 � Schedu�es and Monthly Construction Status Reports are submitted in Buzzsaw following the steps out�ined in Specificatiqn QO 32 15.4 Construction Praject Schedule Submittal Process. � Once the project has been completed and Final Acceptance has been issued by the City, no further progress sch�dules or construction status reports are required from the Contractor. 1.6 ACTION SUBMITTALS/INFORMATIONAL.SUBMITTALS [NOT USEDj l.i CLOSEOUT SUBMITTALS jNOT USED� 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED� 1.9 QUALITY ASSURANCE A. The person preparing and revising the Contractor's Pr•oject ScheduIe shall be experienced in the preparation of scheduies of sirnilar complexity. B. Schedule and supparting documents addressed in this 5pecification shall be prepared, updated and revised to accurately reflect the performance of the Contraclor's scope of woric, C. 1'he Contractor is responsible for the quality of ai� subnriitials in this section meeting the standard of care for the consiruction industry for simiiar projects. i.10 DELIVERY, STORACE, AND HANDLING �NOT US�DJ 111 F'I�LD �S�TE� CONDITI�NS �NOT USED� I.1� WARRANTY [NOT USED� i.13 ATTACHMENTS Spec 00 32 15. l Construction Project Schedule Baseline Example Spec 00 32 15.2 Construct'ion Project Schedule Progress Example Spec 00 32 15.3 Co�struction Project Schedule Progress Nai-rative Spec 06 32 15.4 Construction Project Schedule Submitta] Process PART 2 - PRODUCTS �NOT iJSEDJ PART 3 - EXECUTION [NOT USEDJ END OF SECTION CITY OF POCZ'1� WOATH West 7th Street Improvemenls 5'fANDAItD SPECIFICATIO�V City Projcci No. 10] 55S Revised 3ULY 20, 2018 003215-0 COIVSTCZUCTION PROGR�.SS SCH�;llUL�, Pagc 10 of I 0 Revisia�t i.og DATE NAME SUMMARI' OF CHANGE July 20, 201$ M. 3arrel] Initia] Issue CiTY OP FORT WORTH West 7th 5treet Lmprovements S'1'ANDARll 51'�,C1r�lCA'L70N City Praject No_ 1U1555 Rcv�s�d IULY 20, 20l R OD 35 13 CONFI.ICT OF IlVTEREST AFFIDAVIT Page 1 of E SECTIOIi� 00 3§ 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror ar respondent ta a City of Fart Worth pzocwrement is required to oomplete a Conflict of Interest Ques#ionnaire or cez�ify t�a.t o�e is cuxxent and on fiIe with the City Secretary's Office pursuant ta state law. If a member af the Fort Worih City Council, any one or mora of the City Manager or Assistant City Managers, or an agent of the City who exercises discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your com�any, then a Local Government Officer Conflicts Disclosure Statement {CIS) may be required. Yau are �trged to consult with counsel regarding tt�e appticabiliiy of these forms and Local Government Code Chapter 176 to yQ�r company. The referenced forms may be downlaaded fro�n the links provided below. https:/Iwww. ethics. state.tx.us/data/forms/canffict/CIQ.� https://rvww.ethics.state.tx.usldatalforms/conflict/CIS.�df � CIQ Porm is on file with City Secreiary 0 CIQ �orm is being provided to the City Secretary Q✓ CIS Form does not apply 0 CIS Form is on File with City Secretazy 0 CTS �'orm is being provided to the City Secretary �; .l_�7�1� � t S �. By: �� w, c o S �� ��-e .� Q� Compa se Print � t S 2 U Q� r is < r �. Signature: Addxess . [�rc...a� �.a:r; �- �'k r(SA�u Tit1e: [/acs�c.1�' Ciiy/S#ate/Zip (Please Print) EI�TD OF SECTIOI+I C1TY OP FORT WOILTXT West 7th 5treet Improvements STANDARD CONSTRUC'I'1pN SPECIFICATION DOCUMENTS City Project Tlo. ]01555 Revised February 24, 2020 00 41 00 BID FOFZM Page 1 of 3 SECTIOP! 00 41 00 Bld FORM TO: The Purchasing Manager clo: The Purchasing Division 200 Texas Street City af Fort Worth, Texas 76102 FO�t: West 7th Street Improvements City Project No.: Ci#y Project Number 1Q1555 UnitslSections: UNIT I: Pa�ing Impro�ements UNIT III: Traffic Signals and Lighting UNlT IV: Landscape and Irrigation UNIT V: Signage and �avement Maricings 7. Enter Into Agreemeni �fhe undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in khe form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Con#ract Documents for the Bid f'rice and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting khis Bid, Bidder accepts all of the terms and conditions o# the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDC]ERS, including without limitation those dealing with the disposition o� Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, wEll do so pending contract award, and will pravide a valid insurance certificate meeting al! requirements within 14 days of notification of award. 2.3. Bidder eertifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed intiividual or entity and is no� submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or sQlicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has nat engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the �urposes of khis Paragraph: a. "corrupt prackice" means the offering, giving, receiving, or soliciting of any thing of �alue likely to influence the ackien of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding pracess to the detrirr�ent of City (b} to establish Bid prices at artificial non-compe�itive levels, or (c) to deprive City of the benefits of free and open campetition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of wE�ich is to establish Bid prices at arti�cial, non- CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOEUhAENTS West 7tB Street Improvemenfs Form Revised March 9, 2020 City Project No. 101555 00 47 OD BID FOP2M Page 2 of 3 competitive levels. d. "coercive practice means harming or threatening to harm, directly or int�irectly, persons or their �� property to influence their participation in the bidding process ar affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be per�ormed only by prequafified contractors and subcontraetors: a. Asphalt Paving ConstructianlReconstruction (greater ihan 15,000 square yards) b. Concrete Pa�ing ConskructionlReconstruction ({ess than 15,OOQ square yards) c. Roadway and Pedestrian Lighting G 4. Time of Completion 4.1. The Work will be complete for FinaE Acceptance within 300 days after the date wf�en the the Contract Time commences to run as pro�ided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the pravisions of the Agreement as to liquidated damages in the event of failure to complete the Work wiihin the times specified in the Agreement. 5. Attached to this Bid 7he following documents are attached to and made a part of khis Bid: a. This Bid Form, Section 04 41 00 b. Required Bid Bond, Section DD 43 13 issued by a sureky meeting fhe requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, 5ection DO 42 43 c�. Vencior Compliance �0 5tate �aw Non Resident Bidder, Section DO 43 37 e. MWBE Forms {optional at time of bid} f. Prequalification Statement, 5ection DO 45 12 g. Canflict of Interest �4#€'i�a�rit-Statement, Section 00 35 13 *If necessary, C!Q or CIS farms are to be provided dir�ctly to City Secretary h. Any additional documents kha# may be required by Section 12 of the Instructions to Bidders 6. 7otal Bid Amount 6.1. Bidder will complete the Work in accordance wikh the Contract Documents for the following bid amaunt. In the space provided below, please en#er the total bid amount for this project. Only this figure will be read pubficly by the City at the bid o{�aning. CITYOF FORT WORTFi STANDAR� COiVSTRUCiION SPECkFICATION DOCUMENTS West 7th Street lmprovements Form Revised March 9, 2U24 Ciiy Project No. 1D1555 00 41 00 BID FORM Page 3 of 3 g,2, It is understood and agreed by the Bidder in signing this proposal that the total 6id amount entered below is subject to verification andlor modification by multiplying the unit bid prices for each pay item i�y the respecti�e estimated quantities shown in this proposal and then kotaling all of the extended amounts. 6.3. Total Bid �41a3?� �Q3.OD �. Bid Submiital This Bid is submitted on Respeckf ed, ; r ' By: ,� Sig. tur ' Re es Grou Ltd. (Printed Name) by the en�ity named below. Title: President Company: Reyes Group Ltd. Carporate Seal: Address: 1520 Parker Road Grand Prairie, TX 75050 State of Incorporation: Illinois Email: �� � "- _ _ --�... �- Phone: 214-26R-3535 ER1D OF S�C�ION CIN OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS West 7th Street Improvemenls Form Revised March 9, 2020 City Project No. 104555 0o a2 a3 BID FOAM Paga ! ol 3 SECTION 00 42 43 PE20POSAI� 1 �ORM CITY OF FORT WORTH STANDARD CONSTRUCTION SP�CIFICRTION �OCUMEMTS Wes171h Streel Improvemenls Form Revised Mazch 9, 2020 Ciry Pfo�ecl No. 101555 Uli1IT PRICE BID Bidder's Application OD 42 43 BIP FOFtM Page 2 oF 3 SF,C7'ION Ikll 42 43 PROPOSAi., FORM UI�1IT PRICE BID Project Item informatio» Bidlist DescripuoEi Specificatio� Unit item No. Scclion No. Meas� 4R 3���3054 Fumish and Iustall LLD Lighdng I�ixlw'c 34 4! 2D EA Washin ton 49 3441.320i LEDLi htin F�ixture 34A1 20 EA 50 344133021ZDWY lllitm Foundation TY 3,S,G, and 8 33 41 20 �A 51 3441.3303RDWYIIIwnFoundatiw�T 7 344120 FA 52 3A41.3323 Furnish and [nstall 8' Woad Li �t Pole Arm 344i 20 EA 53 34413501 Salva e Slreet Li h[ Pofe 34 41 20 1:A 54 2605A l l I FurnishAnstall �lec Sery Pedestal 26 05 00 EA 55 26053015 2" CO�TDT PVC 5CW 80 (T) 26 OS 33 LF 56 2G053016 2" CO�ID'P PVC SCH 80 (I3} 26 OS 33 I.F 57 2605.3025 3" CONDT NVC SCH 80 f��) 26 OS 33 LF 5$ 2605302G 3" COIVi)T PVC SCH SO (A) 26 OS 33 LI� 59 3441.1001 3-Sect Si nal Head Assemhl 34 41 10 GA 60 3441.1p02 4-Sect Si nal Head Assembl 3441 ]0 EA 61 34411003 5-Sect Si Eial Head Assembl 34 A1 10 CA 62 3441.101 f Ped Si nal Head Assen�bi 34 41 10 EA 63 3441.1021 2"Ped I'ush f3TN Slalion W! Si i 34 41 10 EA G4 3A41.1031 Au�lible Ped I'nshbulton Slation 34 A1 10 �A 65 3441.1215 Fumish/Install H brid lleleclion S stem 34 41 10 APh 66 3441.1217 Farnisl�/Install H 6ricl Acicclion Ca61e 34 4i 10 LF 67 3441.1220 Fi�rnish/Install Model 71 1 Prcemptioii I]eteclor 34 4i 10 FA 68 3441.1224 Furnislallnstall Preem tio�� Cable 3441 ]0 LF G9 344i.1310 4!C 14 AWG ivlulti-Conductor Cable 3A 41 10 LF 70 344L1311 51C l4 AWG MuHi-Conduc[or Cahle 34 41 10 L� 71 344t.131271C14AWGMuMi-ConductorCable 344E 10 LF 72 344I.1314 1DIC 14 AWG Mul1i-Conductor Cable 3a 41 ]0 LF 73 344L1315 20lC 14 AWG Mul1i-Conc�uc[or Cablc 34 41 ]0 LP 74 3441.1322 3/C ] 4 AWG Mulli-Conductor Ca61e 34 4l ]0 ],� 7S 3441.1408 NO 6 Insulaled Llec Condr 34 41 ]0 LF 76 3441.1409 NO $ Insulaled F.lec Condr 34 41 10 L.F 77 3441.1413 NO 6 �are L'lec Condr SLD 34 4l ]0 L� i8 3441.1414 NO 8 Bare Elec Conclr 34 41 10 I F 79 3441.150] Gmund Box T e ll 34 �11 ]0 GA 80 3441.1601 F�irnisl�llnslall 5' Pedeslri�n Push Rul[on I'ole 34 41 ]0 PA 8l 344 L 1603 Fiirnisl�llnslall 10' - 14' E'cd Pole Assmbly (10� 34 4l 10 GA 82 3441.16ll Furnishllnslall T 41 Si ual Pole 34 4l 1D GA 83 3441. � 613 Purnishllnslall T' 43 Si nul Pole 34 4l ]0 EA 84 3941.1615 I�urnisl�llnslall7' 45 Si nal Polc 3441 ]d EA 85 3941.Ifi23 Furnish/13�s1�11 [vias[ Arm 16' - 36' (1-24', 1-28', 2- 34 41 ] 0 6A 32', 1-3Cr') R6 3441.1624 Furnisiillnstall Masl Arm 40' - 4S' (1-4-0', l�8') 34 4l ]0 F.,A 87 3441.1625 Fun�ishflnstltl Mast Ann 52' - 6D' (1-56') 34 41 ]0 EA 88 3�141.1701 7'Y 1 Si ual Foundalion 34 41 10 BA 89 3441. E703 TY 3 Si nal Foundalion 34 41 14 L.A 4D 3441. t 744 TY 4 Si na] 1'�ouudaFion 34 41 10 TA 91 3441.1705'1'Y 5 Si ua] Feim�3ation 34 41 ID EA 92 3441.1725 Fi�rnishllnstall ATC Si nal Controllcr 34 A1 10 EA 93 3441.17�41 T'vriiisEi/lnstal3 3S2i Controller Cahinet Assembiy 34 A1 10 EA J4 3441.2002 Dis osc Pull Traffic Si nal 34 41 13 �A 95 34413110 Instali I.i Ulin Fixlure 34 41 20 FA 96 3441.3201 LCD Li hlin I•ixture 34 41 20 EA 97 3441.A00! Fumislilluslall Alum Si n A�ast Arm Mo�iail 34 A1 30 LA 98 3441.4007 Install Aleuu Si u Ex Polc Mounl 34 41 30 GA 99 9999.0007 ]'1'Z Camera 00 00 00 . EA CITY OF FDRT WORTH STAN�ARO CONSTRUCTION SPEGIFICATION �OCUMENTS Form Revised March 9, 2020 B id Bidder's Application Biddc3's Proposal ity Unit Pricc 6id Vahic Sd $1,910.00 $152 5 $725.00 $3 28 $1,7SL50 $45 SO �1,265.00 �101 5 $411.00 $2 51 2 315 48fl 255 685 31 2 A 17 19 19 22 3890 12 2255 17a 1315 i $2,4{�1 44 $2 38i0 $z 24 $2 i735 $2 11 $1,087 4 $845 S $1,087 5 $8,223 2 �8,551 1 $11.841 5 �2,388 2 $3>370 1 $5,619 6 $1,265 5 $4,GS l 2 $6,37& ] $6,910 5 $5,362 5 $ I 8,586 1 $28,81 1 $8,70D $41,117 $17,102 $11,841 $11,942 $G,741 757 $12,805 $3,750 � ] 0,750 $31,372 �9,177 Wesi 7th Street Improvemen�s Ciry Pmjecl No. 701555 00 42 43 BID FORM Page 3 of 3 U1�1IT PRICE BID �*�* AS NOTF..11 CIFY OF FORT WOBTH STANDAR� CONSTflUGTION SPEGIFICA710N �OCUMENTS FOYm fleviSed Marth 9, 2020 SCCTION (10 42 43 PROPOSAL F�R1v1 Bidder's Application Wes1 71h $iree[ Improvemen[s Clty Project Dlo. 101555 NOTES: '# R�FF.R Tn SPECIFICAT10�1 E�OR A MOi)ULAR (MULTI OR SINGLC CAMFRA) VIDEO Dli'['GCTIOiV SYSTEM J6�i�11JY� ��l 4.'Z �3 g�� �d�� KI�OW AI�L �Y iH�S� PR�S�NYS: administrators, suecessors and assigns, jnir�tly and se�erally, firmly by these presents. ihat we, Reyes Group, LYd , knowr► as °Bidder" herein and Tra�elers Casualty and Surety Company of Arr�erica a aornorate surety �4u�r a�thflx�zecE to �� bs�si�e�� ir� ft�e ��ake r�€ Texas, Icnuuur► a� "�t��Ey" het�3n, are helct and fs�ly l��t�►�c3 c�r�to �h� City �f Fort Worth, a rnunicipa� corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of �idder's maximum bid price, in lawFul man�y of fh� United Staies, io he paid in Fort Warth, Tarrant Gounty, Texas far the payment of which sum well and truly to be made, we bind ourselves, �ur heirs, executors, vdi-iERCAS, iiie YPif1GIE7�I ha� �u'vtr�itieci a bia or propos�l to perform VIlOfI( .�6f ihe iollo�avin� proj�cf designaied as West 7th Street lmprovements NOW, TH�F2EFORE, the concfition of this abligat+on is such that if the City shall award the ��traet for the foreg�ing project t�r the Principal, and the PrEnc'tpa4 sha11 satisfy a!I reqt�irernents and conditions rPquire�+ for thp �X?CLltiOf? !i� f�!a �4!?�1'�Gt �!tCE S�?��I �ntaP i�!tn t�7� ('•r�tl�f?� It1 is�rritj�� �n�ifi� ��g rltji I!? �GCC�C�3i1Gp +Nl��i fha f�rrsss af suc�r sarrre, th�n �his tibT�c�a�ion shafi �ie arr� b��orne r[t�#} arrd votd. ff, Froweuer, ��� �'t+ncipafi faf#s to �e��te such Contract in accordance with th�; terms of same or fails to satisfy all requirements and canditions required for the execution of the Contract, this bond sY�all become the properky of the City, without recaurse af the Principal ancilor 5urety, not to excead the p�nalt� he€eof, anci�sl�ail�be u��d ta corrtpGnsate Gity �iar 4i�e diiference�bet+rJean �rincipai's iotai k�id amount anek the nexf selected bidder's fotai bid amaunt• FROVf�7ED FuRT�ieR, tnat if ar�y Eegai aoiio�t be iil�d on thE� nond, ve��ue snal[ lie ir� Tar�ant Caurtty, iexas or the United 5tates District Gourt for the Narthern pistrict of iexas, Fort Worth bivision. !N WITNESS WHEREOF, the Principal and the Surety ha�e SIGNED and SEALEb this instrum�nt by duly authorized agents and officers on this the 5th day af Navember , 2020. AT-('EST: ` i � i .,..a.d�~ . Witness as to F'rincipal P�INCIPA�.: Ftey�s �rQup Ltd. � n i ' �Y: 5ignatur in& c aS re1. (�C�4Ps, — i' re'S:dt..'� �me and ie Address: �1520 Par[cer Road Grand Prairie�_7X 7505D--- -- ._ SiJR�T`i : i ��veie�s C��uaity aiici ��l�e}y Comp�n oi AI_nerie3i _ BY: Signakure 'vVikness as io Sureiy Lucianne Bischoff, Attorne in Fact �e ��s�.T��_ Address: One Tawer Square �iartfoed, �T {16183 'Teiephone G�umoer: ��su0) 7v�7-3719__ Attach Power of Attorney (5urety} for Attorney-in-Fact ��J�te: 1f ,;gne� Uy ar� �fficer :,f th� ��rrety vor; �.�ny, .' �are r; u�t b� �n fi�a a cer#�£�d e;.�f; act fro�„ the b;� [aw� shawing ti�a4-ffi�s per�on has authsriiy to sign such ak�iigafia�. ff �urefy's pi�ys�c.af ac��fr�ss is �iffere�i-�rnrn ifs mail9ng address, both must be pravided. The date of the bnnd shal! not be prior to the date the Contract is awarded. END O.F SEC`IION 1 i ) ��������� irarvelers Cas�+al�p a�d ��r�ty �om�aHy af Am�rrca irareelers Cas��l�y �nef ��Nre� �omp�ny �i� �aul �ire and A9arine Insur�nc� ��mpan�p P(3WER OF ATTDRlVEY FEH1F?W k�L �9EN BY �HESE PR��E�TS: That �€ravelers C�sualfy and Furety Gampany of Rmerica, Travelers Gasaalfy anct 8urety EQrrrp�rfy, and &t. Paul Fire and Marine Insurance Com�ny are corporations duly orgahized under the laws of the State crf Connecticut (herein colfect'tvely call�d the "Companies"}, and that th� Companies da hareby make, cnnsti#ute and appoint LUCIANNE BISCHOFF of SCHALIMBURG � Illi�ols , their true and fa+xfut Attorney-ir�-Fact to sign, execute, seal and acknovutedge any and all_ bonds, recognizanaes, conditional undertak[ngs and other wriiings obligatory in the nature thereaf on behaff of the Companies in their �usiness af guaranteeing the fidefi[y of persons, .guaranteeing fhe performanae af contracts and executing or guarankeeing, bonds and undertakirtgs rea�uired or permitted in any aofions ar proceeciings aliowed by iaw. IN WITNESS 1NHER�OF, ihe Companies have caused this instrument to be signed, and their carporate seals to be hereto a�xecf, this 77th day of January, 2079. .p,.m. _ p�a�F7djp� vrtv aaa � s e�lb'� � �� �4� �� � � � �1��� �� Q "� � caas:�, {� �r�cri.iFt+�t��, C�i � �iJr's�� � e �� uu d� � r � � s ya � ,. • �' ¢t ' �" �iry ..�_ t 5tate af Connecticut Cty af Fla�tford ss. � / f F � By: �al�ert L. i�atr , enior t/'rce President On #his the 17th day of January, 2018, b�for� me personally appeared Robert L. Raney, +Mio acknowiedged himself tn be fhe Senior �ee President of Travelers Gasuafty and Surety Company of Amer[ca, Trav�lers Casuaky and Surety Company, ancE 5t. Paul Fire and Marine Ensurance Company, and that he, as sueh, being autharized so to da, executed the foregoing instrument ior the purposes therein cantained by signing an behalf af said Companies by Y�imseff a� a dufy authorized affieer. 1N MP�TN�SS WHEREDF, I hereunto set my hand and ofFicial seal. My Commission expires #he 88th �ay af June, ZD21 ��,�,i��x�k,�,� � : /+� R� ttaTA�Y sW u��' "� p�'�""� Anna P. Nowik, Notary Public �,kvHE��� This Power of Attorney is granted under and by the authoriry nf the following resolu#ions acfopted by the Boards of Directors of Travelers Casualty and 5urety Campany of America, Travelars CasuaRy and Surety Company, ancf St. Pau! Fi�-e and Marine Insurance Campany, which resolutians are now in fuA force and ef#ed, reading as follQws: RESDL.VEb, that the Chairman, lhe President, any Vice Chairrnan, any �xecutive �ce President, any Senior Vice Presideni, any Vice Rresid�ni, any Secnn� Uice Presiden#, the Treasurer, any Assistant 7reasurer, ihe Carporate Secretary or any Assistant Secreiary may appoint Attorneys-in-Faci and Agents ta ad for a�d on behalf of khe Eotnp�ny and may g�ve such app�9ntee such authors�y as his or her certifieate pf a€�thority m�y pr�seribe Eo sign wifh the Cotnpan�s name and seatwith the Company's seai bonds, recognizances, cnntracts of indemnity, and ntherwrifings obiigatory in the nature oF a bond, recogniz�c�, or coraditional �ndertalcing, and �ny af said office� 4r the �Q� czf �ir��la.rS af 2�ny tiine rn�y rsmave �ny such �ppointee and reuoks the power giVen him or her, and it is FtJFtTWEFt F2E50LVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice Presiden# may c�elegate all or any parl of the foregoing authnrity #p nne qr more officers or emplo.yees af this C4.mpany, -nroviefed that each s��ch deiegation is in writing and a copy thereof is filed in the office of the �ecretary; and it Es FUR�H�R RESqLVEE?, that any band, recegnizance, caniraet of iredemnity, or writing ahligatory in the nature o€ a bond, recogn'rzance, or eondifionaE undertaitinq shal! be valid antf 1�inding �pon the Com�an_y when {a) signed by tfie Presiden�, an_y i/ice Chairman, anY Executive Vice F�resi�ent, any S�nirzs Vice F'resident or any �ce Pres�tl�t, any SeEor�cE Vice Pres'sder�F, the TreasurEr, any Assis#ar+i Trea�urer, ihe C�r�torate �cretary ar any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary ar Assistant Secretary; or {b} duly executed (under seal, if requiredj by one or more llttorneys-in-Fact and Agents pursuant ta the pawer prescribed in his or her rertificate or their certificates ofi authority or 6y one or more Comparry officers pursuant to a written delegation af aukhority; and it is FURTFEER FiESOLVE�, that t�e signature of each pf the #ollowing officers: President, any Executive Vice Fresident, any Senior Wi�e President, any Vice President, any Ass+stant Vice President, any Secretary, any Assis#ant 5ecretary, and the seal of Ehe Company may be affixed by facsimile tn any Power nf Attorney or to any certificafe re�ati�g theretc� appointing Resident Vice Presidents, Resident Assistant 5ecretaries or Atknrneys-in-Fact for purpa,ses only of Bx�cuiiiig sr�d atfesii�ig Uoiids artd uil�eiiaiiiiigs ari�l oii�ei writing5 �i�iigaiaEy;ii the r�ature ti�e�eo�, and ar�y suef� i-owei of Attorney br ce�u��oat€� bearsng sucts faasi�riii� si�n�turr o�`fa����e se2t sh�tt %� vaii� and ksindi�ig upan it�e Curripany and �r�y sv`ei� �ow�v` so axe�d an� c�rt[f�e� �Sy srsr�s facs[m'ri� signatur� and facsimile seal shall be vatid and binding on the Ca�npany in the fukure with respect to any bond or undersfanding tfl which it is attached. E, Kevin E. Mugi�es, the undersigned, Assistani Secrekary of travefers Casualty and Surety Company af America, Tra�elers Casualty and Surety Gompany, and �t. Paui Fire ancf Marine Insurancs Comp�ny, do here6y_certiiy_that_ihe a6ov_e and fgregoir�c} is a tre�e and correcC copy of tne,Power of Attorney executed k�y said Campaniss, wi�ich remains in full force and effent. Dated ihis 5th day of Novemher , 25120 �yy�5� 9Jp iY aNp�4 ��;y jF� � ��� v� �� �� c NkAfF�� �, �i`�s'•.�'� � �'si+`. � � L0:�7. S � � � r {� : '�' '"}+ , ��'aa fS� ,��- � ��`�� Kevin E. Hughes, Assi ant Secretaey To verify the authenticity of this Pawer of�lltarney, please ca/1 us at 1•8OD-4x1 38�0 f'�/e�se refer to lhe ��vve �tamed.4l'lorney-ir�-�'�ct aftd ffie detai/s oftfre &nrrd L�v wHicl� lS�is Power oi`.9ftorr�y is at�aNied. Surefy Campany �tcknowledgement STATE �F �I.I.�NOIS COUNTY OF C(�OK 5�5: On this '�` , before me perso�aally appeared � S- ��� to me Irnown, wlaa, being by �e duly sworn, did depose and say: thai (s)�e resides at Sc�aumba��'g, Fact of 1 Y`���� ( I.��'lll�f corporation described in and vvhich executed the (s}he knows ihe corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so af%cec�. by ordex' af the Board af Directars of said corporation; that (s)he signed his/kier name thereto by 3i�Ce order; and that the liabilities of said corparation do not exceed its as�ets as ascertained in the rr�anner provided by law. �� -�� ��� Notary Public in and for the above Cou�nty and State My Commission Expires: 06/23/21 that (s}he i�,tiie At�a�r�eg� in ��y �,�,;�,- _ .�� ���� SA�v1A�THA B�tAJTKE �` ��li OFt=1CIAL. SEAL Nat�r3� f'ubl��r., 5tate of Iliinois r � iuiy:�ommission Expiras �� `� � � Jun� ?.3, 2021 ... _ -- ---�.� ��.���.�_y:, 04 43 37 BID FORM Page 1 af 1 S�CTfON 04 43 37 VENDOR C�MPLIANCE TO STATE LAW N�N RESIDENT BIDDER Texas Gavernment Code Chapter 2252 was adopked for the award of contracts to nonresident bidc4ers. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projecks for construction, improvements, supplies or services in Texas at an amaunt lower than the lowest 7exas resident bidder by the same amaunt that a Texas resident bidder would be required to undecbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's pri�cipal place of business The appropriate blanks in Section A musk be filled out by all nonresident bidders in order for yaur bid to meet specifications. The �ailure of nonresident bidclars to do so wifl automaticaily disqualify that bidder. Resident biddees must check the box in Section B. A. Nonresident bidders in the State of .tik�k- ���rr-_ r�f �I�s�,�. , our principal place of business, are required ko be c',� �a+�f: percent lower than resident 6idders by Stake Law. A copy of the statute is attached. Nonresident bidders in the S�ate of zS���� r-4era- ��r �lar�4, , our principal place of business, are not required ta underbid resident bidders. B. The principal place of business of our company or our parenk campany or majority owner is in the State of Texas. � BIDD�R: Reyes Group Ltd. 1520 Parker Road Grand Prairie, TX 75050 By: Reyes Group Ltd. , � � f I � ' (Si natu ) Title: President Date: 1� 0� ��i$d END OF SECTiON CITY OF fOR7 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised iVlarch 9, 202D Wesl7th Street Improvements City Project No. 107555 004511-1 B[DDGRS PREQUALiCTCATiONS Page I of 3 � SECTiON 00 4S 11 Z BiDDERS PREQUALiFICATIONS 3 4 1. Su�mary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Frequalification 6 Statement for the work type(s) listeci with their Bid. Any contractor or subcontt�actor who is 7 not prequalified for the work type(s} Iisted must submit Section 00 45 13, Bidder 8 Prequalification Applicatian in accordance with the cequirem�nts below. 9 10 The prequalification process wii! establish a bid limit based on a iechnical evaluation and 11 financial analysis of the cantractor. The infot�mation must be submitted seven (7) days prior 12 to the date of the ope�ing of bids. For exarople, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the.31 st day of March 14 in order ta bid on these projects. in order to expedite and facilitate the app��oval of a Bidder's 15 Prequalification Applicatian, the fallowing must accampany the submission. 16 a. A complete set of audited or reviewed financial statements. �� (1), Classified Balance 5heet � g (2) Income 5tatement �g � (3) State�nent of Cash Flows 2p (4) Statement of Retained �arnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizationa! documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certi�cate of Limited Partnership 1lgreement). 25 e. A corr►pleted Bidde►� Prequali�cation Application. 26 (1) The firm's Texas Taxpayer identification Nucnber as issued by the Texas 27 Comptroller of PubGc Accounts. To obtain a Texas Ta�payer identification 2g number visit the Texas Comptroller oFPublic Accounts online at the 29 following web addt�ess www.window.state.tx.us/taxpet'mit/ and fill out the 30 application to apply for your Texas tax ID, 31 (2} The firm's e-mail address and fa�: num6er. 32 {3} The firm's DUNS number as issued by Dun & Bracistreet. This number 33 is tised by the City for required reporting on Federal Aid prajects. The DLJNS 34 number may be obtained at www.dnb.corri. 35 d. ResEimes reflecting the construction expei�ience of the pt�inciples of the firm for firms 36 sabmitting their initial prequali�cation. These resumes shautd include the size and 37 scope of the wark performed. 38 e. Othe�� information as requested by the City. 39 40 2. Preyualiiicateon Requirements 41 a. Financial Statefnents. Financial statement submission enust be provided in 42 accordance with the following: 43 (] ) The City requires that the originaE Pinancial Statement or a certified copy 44 . be submitted for consideration, � CiTY OF FDRT WORTH N�est 7th Smeed ln�proves�enls STAt�iDARD CONSTRUCfION SPECIFiCATIQN DOCUMENTS Cily Projecl Na.101555 Reviscd July 1, 2011 OQA511-2 R1T�D�,RS PRT:QLtALIF[CATiQNS Page 2 oF3 1 (2) To be satisfactory, the financial statemenks must be audited or reviewed Z by an independent, certified public accounting firm registered and in 3 good standing in any state. Cun-�nt Texas sYatues afso require that 4 accounting firms perfor�ning audits or reviews on business entities within 5 the 5tate of Texas be properly licensed or t•egistered with the Texas State � Board of Pub[ic Accountar►cy. 7 (3) The accounting ftrm should state in the a�dit repori or review whether 8 th� contractor is an individual, corporation, or ]imited liability company. 9 (4) Financial Statements must be presented in U.S. dollai�s at the current rate 10 of exchange of the Balance Sheet date. � 1 (5) The City will not recognize any c�rtified pub[ic accauntant as 1 Z independent who is not, [n fact, independent. l3 {6) The accountan#'s opinion on the financial state�nents of #he contracting 14 company should state that the audit or re�iew has 6een conducted in 1� accordance with auditing standards generally accepted in the United 16 States of America. This muat be stated in the accounting firm's opinion. !7 It should: (1) express an unqualified opinion, or (2) expt�ess a nualified �g opinion on the statements taken as a whole. lg (7) The City reserves the right to require a new statement at any time. 20 {8) The frnancial statement cnust be prepared as of the last �day of any month, 2� not more than one year otd and must bc; on file with the C�ty 16 months 2z ihereafter, in accordance with Paragrap�t 1. 23 (9) The City will dctermine a contractor's bidding capacity for the purposes �4 of awarding eontracts. Bidding capacity is deterrriined by multiplying the 25 positive net working capital {warking capital = current assets — current 2� liabilities) by a factoi� of 10. Only those statefnents reflecting a positive 27 net working capital position will be cansidered satisfactory for 28 prequalificatinn purposes. 29 (10) In the case that a biddin� date fafEs within th� time a new financ�al �0 staterr�ent is bein� prepared, the pre�ious statement shall be updated with 31 propet• verification. 32 b. Bidder Prec�aralifrcation �4pplication. A Bidder Prequalification Appl ication must be 33 su6rriitted along with audited o�- re�iewed fnancial statements by firms wishing to be 34 eligible to bid on all classes of cottstruction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to repo�-t, the notation of �7 "None" or "N/A" should be inserted. 3& (2} 1� minimum of fi�e (5) references of t�elated work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment und�r 40 the contro] of the Contractor and which is related to the type of work for 4� which the Contactor is seeking prequaiiftcation. The schedule must �Z inciude the mai7ufacturer, model and general common description of 43 eac� piece of equipment. Abb�-eviations or means of describing 44 equipmenf ather than provided abo�e will not be accepted. ' 45 46 �. �>>��b�irfy to B�a 47 a. The City shall be th� sole jucEgc as to a contractor's pt-equalification. 48 b. The City may reject, suspend, or modify any prequaiiFcation for failure by the 49 contractot� to demonstrate acceptable finaticial ability or performance. 50 c. The City will issue a letter as Co the status of the prequalification appro�al. C[TY OP FOR"f WORTH YT'es1 71h S7reel In�provemenis STANDAKD CONSTRUC'l�i(1N SPL':CIF[CATi0I1 DpC[IMENT.S ' City Pt'ojecl No.lU1SS5 Re�ised July I, 201 i naasi�-3 T3iDDERS PREQUALI�'ICATiONS Pagc 3 of 3 d. If a contractor has a valid prequalification letter, the contractor wi11 be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION C1TY OF FOR1' WOR"�H E['est 711i Streel liupr-oven�ents STANDARD CONS'CRUCTION SPE;C1FiCATiQN DOCUM�NTS Cily Prajecl Nu.I01555 Rc�ised 7uly i, 20 [ 1 DO 45 12 BID FORIVI Page 1 of 1 S�CTIOI� 00 4v 1� PREQUALIFICATfON STATEMENi Each Bidder for a City procurement is required to complete the information laelow by icEentifying the prequalified contractors andlor subcontractors whom they intend to utilize for the major work type(s) lisied. Prequalification Major Work Type ContractarlSubcontractor Campany Name �xp�ration Date Asphait Paving ConstructionlReconstruction ���s �� �g.������ (greaier than 15,000 square yards) - Concrete Paving ConstructionlReconsiruction Q �.�, j'g� �o�� (less than 15,OOQ square '`��� ��uP �'�7 ( yards} Roadway and Pedesirian �— g� J�o�� Lighting �� ���Lia�tA�, .!•�G D� i The undersigned hereby certifies that the contractors andlor subcontractors described in the table abave are currently prequalified for the work types listed. BID��R: Reyes Group Ltd. 'f 520 Parker Road Grand Prairie, TX 75050 - yes Gro�p Ltd.,� 1� � � _. , ( gn re) Titie: President Date: I� ��� 12a�,� CITY OF FORT WORTH S7ANDARD CON57RUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 202D �Wp O�' S�C�IOW West 7th Street Improvements Cily Project No. 301555 ��������� � Date of Balance Sheet a�Qase see 1e�--+er d�� �-P��1 �� 2a2� .�� �,eH �es �roup's ��gva ����� R�or� s-�atvs -� r Can cre fe !�q u�em errf- ' onsfi+�v�'o►'� ��e con s'tr-urh or� — N� 1 im r� �ECT[ON (FO 4� 13 BIDDER PREQUALIFiCATI�N APPLtCAT10N Name undcr rvhich you wisll to qualify Post Offce Box City Mark only one: Individual Limited Partnership General �'artnership Corporation Limited Liahiiity Company State Zip Code Street Address (required) City State Zip Code ( i L—� Telephane Fax Email Texas Taxpayer ldentification No. �'ederal Employers Identification No. DUNS No. (if applicable) MAIL TH1S QUESTIONAI[�E A�.ONG WITH FINANCIAL STAT�MENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREBT FORT WORTH, TEXAS 761 02-63 1 1 AND MA[tK THE ENVELOPE: "BIDDER PREQUALIFFCATION APPLICATION" West 7th SYreel IEnprovemenis Cily Projecl tVo. I O1555 0045 13 I3iDllER PREQUALIFiCATION APPLiCA710N Pagc 2 of 8 BUSINESS CLASSIFICATION The following should be completed in ozder that we may proper[y classify your firm; (Check the bloc[�(s) which are applicable — B1ock 3 is to be left blank if Block 1 and/or Block 2 is checked} � Has fewer than 100 employees and/or � Has less than $6,000,000.00 in annual gross receipts OR � Daes not meet the criteria far being designated a smal] business as provided in Section 200&.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determiraing e]igibility to become prequaliiied. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and tess Augur Boring - Greater than 24-inch diameier casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 3��Inclles — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — G6" and g�-eater, 350 LF or Less Ca#hoclic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, llrban and Renewal, 8-inch diameter and sma�ler Water Distribution, Deveiop�nent, 12-inch diameier and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, Al] Sizes Sewer Bypass Pumping, i 8-inch�s and smaller Sewer Bypass Pumping, I S-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, S-inches and smaller CCTV, ]2-inches and smaller CCTV, 1 S-inches and smaller CCTV, 24anches ar�d smaller CCTV, 42-inches ar�d smaller CCTV, 48-inches and smaller CC1�Y OP FORT WOR1�I I Wesl 7th Strccl Improvements STANDARD CONSTRiJC7'lON SPCCIFICAT[ON DOCUMENTS City Project No. 1D1555 Revised March 9, 2020 ���� ������ Apri18, 2020 Reyes Group LTD 1520 Parker Rd Grar�d Prairie, Texas 75050 Attn: Mary Reyes RE: PREQUALIFICATION FOR PAVING PROJECTS City of Fori Worth RE�TEWAL EFFECTIVE DATE — A ril 1. 2020 C01�1CRETE PAVEMENT CONSTRUCTIOI�T/RECONSTRUCTION — NO LIMIT Dear Ms. Reyes: The City of Fort Worth Department of Transportation and Public Works has reviewed the materials you have submitied %r prequalificatian RENEWAL to perform s�reet paving in the City of Fort Worth. This letter is to advise you that you have been deemed qualified to bid upon and perforrr� the types of street pa�ing indicated above, up to the limits specified. This notice serves or�y to advise you of ihat prequalification as future project specifications may require and does not otherwise affect any other provisions of those same project specificaiions. This prequalification will remain in effect for two (2) years as Iang as yau remain in good sianding with the City of Fort Worth. Prior to the end of the two yeaxs you are required to submit a new financial statement for consideration. In the interim, if you have any questions or comments, please do not hesitat� to contact rrie. Sincerely, Roy L. Teal, Jr., P.E. Consh-uction Manager 0045 13 B1DD�:R PKtiQLFALIFiCA"rION AI'1'LICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-i�ches and smaller Sewer CIPP, 24-inches and smaller ,Sewer CIPP, 42-inches and smailer Sewer CIPP, All Sizes Sewer Collection Systenn, Development, 8-inches and srr�aller Sewer Collec#ion System, Urban/Renewal, 8-inches and smaller � Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, llrban/Renewal, 12-inches and smaller Sewer Interceptars, Development, 24-inches and smaller Sewer interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Dev�lppment, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlarg�ment l 2-inches and smaller Sewer Pipe Enlar�e�nent 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smalfer Sewer Cleaning , 42-inches and smalfer Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yarcis} Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER} Asphalt Paving Heavy Maintenance (UNDEIZ $1,000,000) Asphalt Paving Heavy Maintenance ($ i,000,000 and OVGR) Concrete Paving ConstructionlReconstruction (LESS THAN I 5,000 square yards} Concreie Paving Construction/Reconstruction (I5,000 square yards and GR�ATER) Raadway ancE Pedestrian Lighting CITY OF FORT WOR'fH Wcst 7th Streci Improvemcnts S1'ANDARD CONSTRUCTiON 5PECiP[CA"fION DOCUMEM"1�S City Projecl IVo. 101555 Reviscd March 9, 2020 D4 45 13 BIDDP,R PREQUALIF[CATION APP[,1CATiON Page 4 of 8 2. How mar�y years has your arganization been in business as a genera[ contractor under your present name? List previous business narnes: 3. How rnany years of experience in construciion wark has yo�r arganization had: (a) As a General Contractor: (b} As a Sub-Contractor: *What projects has your organization completed in Texas and elsewhere? CLASS � LOCATION NAMB AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show wark performed since last statement. 5. Have you ever faiied to complete any work awarded to you?_ If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to comptete a contract? If so, state the name af the individual, other organization anc! reason. 7.Has any oificer or own�r ofyour organization ever faiied to complete a contract execufed in his/her na►ne? If so, state the name of the indi�zd�a[, name of awner and reason. C[TY OF FORT WORTH West 7th Sireet [mprovements STANDAR� CONSTRUCriON SPECIP[CA77DN DpCUMENTS Ciky 1'roject No. 1U1555 Revised March 9, 2020 List equipmenf you do not own but which is available by rentin� 00 45 13 E31D�ER PFtEQUALIF[CATION APPLICATION Page 5 oF 8 8. in what other lines of business are you financially interested?. 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal ,,,atPr;alc rl�rrin� the last three vears. 12. What is the construc�ion experience of the principal individuals in your organization? PR�SENT MAGNITUDE P051TiON OR YEARS OF AND TYPE OF IN WHAT NAME O�`C'ICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stock�older of your firrr� is an employee of the City, or shares the same household with a City employee, please list the narrte af the City employee and the reiationship. In addition, �isi any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes %ster children or those related by adoption or marriage. CCl'Y OF FORT WORTI[ West 7th 5treet Improvements STANUAi2D CON31'RUCTION SPECIPICA"['[O%I DOCUMEN'PS City Project No. ] OI555 Revised March 9, 2020 11. Give the names of any affiliates or rela�ives currently debarred by the City. lndicate your relationship to th�s person or �rm. 00 4s t3 BIDpER PR�;QUAi,1HiCATIOIV APYLICATION Page b of S CORPQRATION BLOCK PARTNERSHIP SLOCK If a corporation: lf a partaership: Date of Incorparation State of Organizatian Charter/F'ile No. Date of arganization President Is partnership general, limited, ar registerec! limited liability partnership? Vice Presidents File No. (if Lirnited Partnership) Gcneral Partners/0fficers Secretary Li�nited Par�ners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK . If a carporation: State of Incorporation Date af azganization File No. Individuals authorized to sign for Partnership �fficers or Managers (with titles, if any} � 1G'., .,� €.,,. zc...;�.,.a _ ..�_.._._ �,- - - -'. ----r- -.._ _____,.��, r,„, .,,... �� ,,.� :,au,r.uuaea ii�ec� i�� �uG UIUI'KS ilpOVe RCQ I]1"QSLItI1Q[I LO r1aVe tllll signature authority for your firra unless otherwise advised. Shoulci you wish to grant signature authority far additional individuals, �lease attach a certified copy of the corporatc resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this anthority. CiTY OP PORr WOR'FiI Wesl 7th Strcet Im�,rovements S"1ANDARD CONSTRUC'1'ION Sk'ECIPTCA'i�ON llQCUMENTS City Arojecl No. 101555 Revised March 9, 2Q20 0o as i 3 I3IDDER PR�QUALC�'ICAT[ON APPL[CA"fION Page 7 oF 8 14. Equipmeni TO'I'AL SALANCESHEET ITEM QUANTITY ITEM DESCRIPTiON VALUE 1 2 3 4 5 b 7 8 9 10 1� 12 13 � 14 _ 15 16 17 18 19 20 � 21 zz 23 24 25 26 27 '" _ . , . 28 29 30 Various- TOTAL Similar types of equipment may be tumpea togetner. �z your rirm nas rr�ure �,�au »�yNa� �� ��u�N��E�II�, you may show #hese 30 types and show the remainder as "various". The City, by allowing you to show only 3Q types of equipment, reserves the right to request a cornplete, detailed list of all your equipment. The equipment list is a representation of equiprr�ent under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description af each. CL'PY OF FdKT W(3A'fH West 7th 5treet [mprovements STA1�llARD CONSTitUC'1`[ON Si'EC[�ICATION DOCUMENTS City Project No. 101555 lZevised March 9, 202U 00 45 l3 BIDD�;R PRrQi1AL[PTCA'C[ON Al'PLiCAT[ON Page R af 8 BIDDER PREQUALI�'ICATION AF�'IDAVIT STATE OF �C�X � COUN'i'Y OF �A�I� 1'he undersigned hereby deelares that the foreg�aing is a true statement of the f nanciai condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the s�ibrnitter a contract; and that the accountant who preparad the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is here6y authorized to supply each party with any information, while this statemEnt is in force, necessary ta verify said statement. u��� �' �� � , being duly sworn, deposes and says that he/she is the ���aiG�PyTt of �eU-e3' �rUV� LT�J , the entity described in and which executed thc foregoing statement that he/she fs familiar with the books of the said entity showing its fnancial condition; that the foregoing financia! statement taken from tfte books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequaaification �pplication are correct and true as of the date of this aifdavit. i Firm Name: e �S �f U[J � ��(� Signature: , Sworn to before me thi _._�_ day of C�I�� , o� � ;;'�� BRENl7ATR£JOS Notary 1p �:131319b60 (� _ � MyCammission Expires r�� r OCtpbE 1 7, 2021 Notary Publi Noiary Public musE not be an officer, director, or stockholder or reiative thereof. CiTY OF FOR"f WOR1'H West 7th Street Impravements S'CANDAEZI7 CONS'1'Rl1CTI0IV SPP,CIFICATION DOCUM�,NTS City Project Na_ 101555 Rcvised Marc;h 3, 2020 004526-1 COIVTAACTOR COMPLIANCE W9TEI WdRKrR`S COMPTiNSATION L,AW Pagc I of 1 1 5ECTION 00 �45 �6 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406A96(a), as amended, Contractnr certifies that it 5 provides wor�Cer's compensation i.nsurance coverage for all of its employees employed on City 6 Project No. 101555. Cantractar further certifies that, pursuant to Texas Labor Code, Sectian 7 406.096(b}, as amended, it will prouide to City iks subcontractot's certificates of compliance with 8 worker's compensation caverage. . 9 lfl CONTRACTOR: 11 12 Reves Group LTD 13 Company 14 15 16 17 18 19 2� - 2l 22 23 24 25 1520 Farker Rd. Address Grand Prairie, TX 75050 City/State/Zip THE S`I'ATE OF TEXAS COUNTY 4F TARRANT By: Marcos Re es � Pi se Prin ) Signature: � � Title: Fresident (Please Print) 26 BEFORE ME, the undersigned autharity, on this day personally appeared 27 (itY' 0� �.�,� LS , known to �ne to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 24 the act and deed of �ti� @S g�'�Vp _'��7 -, 4�i �s� ��� for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 33 34 35 36 37 38 39 40 G1VEN UNDER MY HAND AND SEAL OF OF�ICE this v✓ day af ..a �-n�..�.�.� � Zo�. BR[NDATR�J45 `��1 �fataryl�N13t319660 fti+ly C:amm}ssian ExAires �„�,p�� Qctat�e�t7',20�1 + Notary Public in and for the tate of Texas END OF SECTION CITY OF FORT WOR`fH Wcst 7ih Sireet Improvemenis STANDARIJ CONSTRUCTION SPECCFICATION DOCUMEN'1'S City Project No. 1p1555 Rcvised Iuly I, 2011 00 45 40 - 1 Minoriry Business Enterprise 5pecifications Page l of 2 1 SECTION 00 45 40 2� TEMPORARY REVISTON 416/�,020 ("COV1D la) 3 Minority Business Enterprise Specifications 4 5 If the tatal dollar �alue of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 8 9 POi I .Y STAT .M .NT � 10 It is the poficy of the City of Fort Worth to ensure the full and equitab�e participatian by Minority I1 Business Entarprises (MBE) in the procurement nF al1 goods and services. All requirements and 12 regulations stated in khe City's current Business Diversity Er�terprise Ordinance apply to thisbid. 13 14 IS ]6 17 18 19 20 MSE PROJECT GnALS The City's MBE goal on this project is l D% of the total bid value of the contract (Base bid applies Io Parks and CommunityServices). Note: If both M$E an� �BE subcontracting goals are establis�ed for this project, then an Offernr must submit both a MBE Utilization Form and a SBE Utilization �`orm to be deemed responsive. 21 COMFLTANCE TO SIII SPECiF�CATinNS 22 On City contracts $50,000 or more where a MBE subcontracting goal is appiied, Dfferors are required to 23 comply with the intent oithe City's 8usiness Diversity Enterprise Ordinance by one of thefollowing: 24 l. Meet or exceed the above stated MBE goal through MBE subcan#racting participation, or 25 2. Meet or exceed thc above stated MBE goal through MBE Joint Venture participation, or 26 3. Good Faith Effort documentation, or; 27 4. Prime Waiver documentation. 28 29 SUBMITTAL OF RE UiRED DOCUMENTATION 30 The appIicable dacuments must be received by Che assigned City of Fort Worth Project Manager or 31 Department Designee, within the following times al�ocated, in ord�r for the entire bid to be considered 32 responsive to the specifications. The Offeror shal] EMAIL the MBE docurr�entation to the assigned City 33 of Fort Worth Project Manager or Department Designee. A faxec! copv wi�i not be acceuted. � 34 35 ]. 5ubcontractor Utilization Form, if received no later than 2:00 p.rn., on the secand City business goal is met or exceeded: day after the bid opening date, exclusive of�the bid opening date. 2. Gndd �'ait� Eifort a�d received no later il�an 2:00 p.m., on the seconcf City business Subcontractor Utilizateon Form, if day after the bid opening�date, exclusive of the bid opening artici�ation is less than siated oal: date. 3. Gaod Faith Effort and recei�ed no later than 2:00 p.�n., on the second City business Subcontractor Ut'rI'rzation F'orrn, if no day after the bid opening date, exclusive of the bicE opening MBE participation: date. �4. Prime Contractar Waiver Form, received no later than 2:00 p.rn., nn the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contractin supplier work: date. CITY OF FORT WORTH Wcs[ 7lh Strcct Tmprovements STANDARD CONSTRUCT�ON SPECIF[CATIOiY DOCUMRNTS City Project No_ t 01555 Temporarily Revised April 6, 2020 due to COVIDl9 Emergency U04540-2 Minoriry Snsiness Enterprise Specificatians Pagc 2 o f 2 5. Joint Venture Form, if goal is met � received no later than 2:00 p.m., on the second City business or exceeded. day after- the bid opening date, exclusive of tl�e bid opening date. Z � FAiLURE TO COMPLY WITH THE CITY'S $USiNESS DiVE�25iTY E,N'�ERPRCS� ORDINANCE 3 WiLL I2ESlJLT IN THE BID B�iNG CONSCDERF�D 1VO�f-RESONSiVE TO SPEC[FICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTA'fION WILL RESULT iN 'FHE BID BEING CONSIUERED 1VOlY-RESPONSIVE. A SECOND FAILUI2E WILL RESUL'I' IN '1'H�: OFFEROR 5 BEING �iSQUALIFIED F�R A PEI2iOD OF ONE YEAR. "CHRE� FAIL'�7RES IN A F1VE YEAR PERiOD W�LL RESULT IN A DISQUALIF[CA['iON PEl7I0� OF I'HREE YEARS. 6 7 Any Questions, Please ContacY The BDE Office at (817) 392-26�4. 8 END OF SECT[ON 10 � CT"�'Y O� PORT WORTH West 7th Street Improvements 5'fANDARD CONS"CAUC"CION SPECIF3CA`fION DOCUMEN`f5 City Project No_ 1O1555 Temporanly Re�fsed Apnl 6, 2020 due to COViDl9 Emergency DO 52 43 - 1 Agreemeni Page 1 of 5 sECTroN oa s� a3 AGREEMENT THIS AGREEMENT, authorized on � IZ '�Zt is tnade by and between the City af Forth Worth, a Texas home rule municipality, acCing by and through its duly authorized City Manager, ("City"), and the Reyes Grou�, LTD, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Conlractor, in considerarion of khe mutual covenants hez-einafter set farth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified ar indicated in the Contract Documents �or the Project identified herein. Article 2. PROJECT . The project for which the Work under the Contract Documents may be the whole or only a part is generaliy described as follows: West 7th 5'treet Improvemenis Cit Pro'ect No. 101555 Article 3. CONTRACT PRICE City agrees to pay ConCractor for perfonmance of the Work in accordance with the Contract Docutnents an amount, in current funds, of Four Million Nsn� Hundred Thirt -Seven Thousand One Hundred Ninet -Three and 00/100 Dollars ($4,937,193.00). Article 4. CONTRACT TIME 4. i Final Acceptance. The Work will be complete for Final Acceptance wiChin 300 calendar days after the date vvhen the Contract Time commences to run, as pravided in Paragraph 2.03 of th� General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractar recognizes that time is of the essence for completion of Milestones, if any, and io achieve Final Acceptance of the Work and City will suffer fnancial loss if the Work is not campleted within the time(s) specified in Paragraph 4. E abov�. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not compleied on time. Accordingly, instead of requiring any such proof, Contractor agrees chat as liquidated damages for delay (but not as a penalty), Contractor shall pay City one thnusand iwo hundred and fifty � Dollars ($1,250.00} for each day that expires after the time specified in Paragraph 4.1 for Finai Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: . A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the follawing: C1TY OF FORT WORI'H West 7th Street [mprovemenis S'fAFVDARIJ CONSTRUCT[ON SPECIF[CA'CION DOCUIvIENTS City Project No. 101555 Revisc,d 04l06/2019 oosz43-z Agreemcnt Page 2 oC 5 1. "['his Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2} Vendor Compliance to State Law Non-Resident Bidder 3) Prequa2ification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage R.ate 'Fable c. Insurance ACORD Farm(s} d. Paymeni Bonci e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bands � h. Workee's Compensation Affidavit i. MBE and/or SBE Utilization Porm 3. General Conditions. 4. Supplementary Conditions. 5. Specificaiions specifically made a part of the Contract Dacuments by aCCachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Dncum�nts. 6. Drawings. 7. Addenda. � &. Documentation submitted by Contractor prior to Notice of Award. 9. The foflowing which may be deli�ered or issued after the Et'fecnve Date af the Agreernent and, if issucd, became an incorparated part of the Conh•act Documents: a. Notice to Proceed. b. PieId Orders, c. Changc Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees ta indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and alt claims arising out of, or al[eged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees nnder this contract. This indemni�cation provision is specificallv intended io o�erate and be effective even ii it is alle ed or roven that all or some of the dama es bein sou ht were caused in whote or in art b an act omission or ne li ence of the ci . This indemnity provision is intended to include, without limitatian, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CI'CY OF POK"f WOR7'H . Wes( 7th 5tree[ lmpro�ements S'1'ANDARD CONSTRUC'CIO%I SPEC;IPTCA'C3f3N DOCUMENTS City Project No. 101555 Re�ised 09/0 612 0 1 9 D05243-3 Agrecmcnt Page 3 of 5 6.2 Contractor covenants and agrees to indemnify and hald harmless, at its own expense, the ciiy, its o#'fcers, servants and employees, from and against any and all loss, damage or destruction of properfy oithe city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, iY� of�cers,. agents, employees, subcontractors, licensees or invitees under this cantract. Thzs indemnification provision is specificallv intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es bei�n�sought,were caused, in whole or in part, bv anv act, omission or ne�li�ence of the cit_y. Article 7. MISCELLANEOUS 7.I `I'erms. Terms used xn this Agreement which are defined in Article i of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This flgreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and lega� representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or uncnfoz-ceable 6y a court of campetent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contz-act Documents is perfonnable in the State of Texas. Ven�e shall be Tarrant County, Texas; or the United States District Court for khe Northern District.of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreennent if signed by someone other than the duly authorized signatory of the Contractar. 7.7 Frohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from eritering 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} wi11 not boycott Israel during the term of the contract. CITY OF FORT WORTI[ West 7th Slrect Improvements STAI�iDARD COIVSTRUCTIOi�i S�ECIFICAT[OI�I DDCCIMENTS City Project IVo. 101555 Revised 09/D6l2019 005243-4 Agreement Page 4 oP 5 The terms "boycott Israel" and "compar�y" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor ce�•tifaes that Contractor's signature p�avi�les written verification to the City that Contractor: (I) does not hoycott Israel; and (2) will not Gaycott Israel during the term of the canlract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment �ligibality of its employees who perform work under this Agreement, including campleting the Employment Eiigibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility docusnentation for each employee wha performs work under this Agreement. Contractor sha11 adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perfot�n such set-vices. CONTRACTOR SHALL IND�MNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF TH�S PA.RAGRAPH BY CQNTRACTOR, CONTRACTOR'S EMPLQYEES, SUBCONTRACTORS, ACENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right io immediately te�inate this Ag�reement for �iolations of this pravision by Contractor. 7.9 No Third-Party Beneiiciaries. This Agreement gives no rights ar benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppiiers on the PRO.TECT or their sureties, shall maintain no direct action against ihe Engineer, its ot�icers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only ihe City will be the bene�iciary of any undertaking by the Engineer. The presence or duties af the Engineer's persnnnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsibie for those duties that belong to the City and/or the City`s construction contractors or other entities, and do not relieve the construction contractors or any other entiYy of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction wark in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any constructian eontractor or other entiry or their employees in connection with their work or any health or safety precautions, SIGNATURE PAGE TO FOLLOW Cl'I'Y O�' FORT WOCtTII Wcst 7th Slrcct ]mprovc�ncnts `�'I'ANDNtD CONSTRUCTIDN SPECIF[CATIDN DOCUMENTS City Projcct No. 101555 " " ^ - Revised 09/0b/2019 oasz�3-s Agrecmenl Page 5 of S IN WITNESS WHEREOF, City and ConEractoi• have each executed this Agreainent to be effeciive as �of the date subscribed by the City's designated Assistant City Managet- ("�ffective Date"). . Gonti•actor: ���� � B� "" ,- i r Signa re - Marcos Reyes (Frinted Name) President Title i 520 .Parker Rd. Address Grand Prarie, TX 75050 - City/Stake/Zip Date C�1'FY OF �'ORT WOR FN 5TANDARD CONSTRUC'i'fOi+f SPECI�'ICATION DOCUiviENTS Revised U9/0612019 City of Fort Worth By; � 1 , � Dana Burghdoff - Assistant City Matn�ger r?�Y I Date Attest: ' � �� .�:°."' _ �r°:��;"y.�a ,�� ��' �� .,. (�,--�x £, 'L �s ��.�4�, —�... � .J ' f t ��.�.. e �� � ��. City 5ecreta�y - r �- ��`��"_, ��M �. �� ��r''� �� �� � � . ���, {Seal) � � � �„3 � � ' `� � ; M�c: �.l-�003,� F`�. _ �� -�y Date: 1 �1 x � " �`�' `� � � =�� � _� � � B �.- F �'� _''x,- _...,.., Form 1295 No.: ��"��'[e���� ��..__ _� � Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monito�ing and administration oi this contract, including ensur�ng all performance and reporting i��ir�ements. a�k-�`. Lopez Engineering Manager Approved as to Fonn a��d Legality: � Dqugias W. Black Assistant City Attorney APPROUAL RECOM E� illiam Johnson, Dire tor Trazisportation & Pu ic Works Deparhnent ' ��I�iu�S:e�n��x�p�•aernefi � � ['.iiv.Pr�S9at•1'+In #(���5`n I� �� � � ''�a ������u��ne�x 0 Bond No. 107262634 onal 13-1 PI:RI.OR:v1AV('k: L?ON€3 P�gc I of'_ � ? 3 4 5 G �1 THH �TATi�:O�'1'�XAS C'flti�l'1"Y OF'fAR�tA\"1' sH.ci�ro� o0 6t �3 1'Frltl�aKMANCI: BONI) � � K�fU1�V AI.i. BY "1'�TESE P��E���.N'l'g: § $ �I�El�I �i�e, Reyes Grpu�. I,TD, known as'�Principal" herein and g __ Travelers Casuaf#y and 5ureiy Company of America � a corparate surety(sureties, if �narc thau 10 one) du[y auihorized to do business in the State of Texas, kno�vn as "Surety" hcrcin (wl�ether one I t or �nore}, are 1�eEd �nci �E�r�ly bound �nto tl�e City of �'orc Worth, a m�nicipaf earporation creat�d L2 �ursua��t to the la«s pf'1'exas, known as "City'' hereita, in the pe��al s�i��t of, Four !17i1t':_on �iine 13 I�unc�red Thirru-Seven T�►onsanci, One Ilundred �inety-1 hrec and OQ/lOD Dol[ars 14 ($4.93%,193A0), iawful money of the U�vted States, ta bc paid in Fnrt Worth, Tai-�•ant County, 15 Texas for thc �ayment of r�rhich su�n ��eii and truEy to be rnade, we binc! oursetves, our heirs, tG executors, ad�ni�rtistrators, successors and assigns, join�ly and severally, finniy by these presents. 17 WFIi:Ii�'AS, tl�e Principal iias e�uercd into a ce�-tain tvritten contract with the City 18 awarded the WI2�'+ day of __ Januat' __ __, 2021 , ���hich Contract is hercby refe�red to an� ] 9 made a part hereof� for all purposc.s as if Cully set Corilt herein, to furnisi� alI materiafs, equipment 20 labor and other accessories de�ned by lativ, ii� tfze prnsecution of tl�e Woi•ic, i»ciuding any Chan�;e 21 Qrders, as provided for in said Cantract cf�;signated as West 7th Ste•eet Improvetnents, Cify 22 23 PYOjeCt ?YU. 1�I'J��� �iOW, 1'�IEliE:1�0ItE, the candition oCtkiis nbiigation is �ucl� that if th� said �'ri�tcipal 24 sh��ll faithfully perfnnn it ahligatians under tlie Cat�tract ��id shail in all respects duly and �5 fait3�lully perfor�n the 4Vork, inciudi��� Cha��gc Orclers, unc�cr tE�e C=o��tract, accordin�; ta the p�ans, 2G spscifications, and coniract cfocuments therei�t re;fer►'ec� to, and as wel] during �ny perifld o� 27 extension oithe Canlract tl3at �n�►y be grauted an ihe part o€�tlie City, the�� this abligation sh�l1 b� 28 and bc;eome t�ul! and void, otherwise ta remain iil #'ull force and �ffect. z� 30 �'RaVED�U �UI2'1'Nk R, that it'any le�al actinn E�e fited nn tizis I3ond, vcnue shall lie iEi "I�arranc Caunty, "I'exas at• the United Statcs District Court for the Northe�m District of T'exas, �or[ 31 Worth Div�sion. i'["I'1" OE� i'QRI� WOEtfll � 51 A�ftlARf) C`OtiS'I�EtGC'{lO\ SPliCll� IC�r\ f IC)N E�C7C'L��R IiV d�5 Etcriscd Is�ly 1,'_'011 Wcst 7tli Skrcc� [mpm� cn3cuts ('ity Prn�ect ;�o. Inl;i� O[163 l3 - 7 I'f.ltht)It�iA�CI= E3(lNl3 pg�.�°'_ ui 3 2 3 `�'his hond is n��cie and executed in cam�liance � itl� the �rouisions uf Chapter "L2S3 a!'the "f'cxas Go��rn�nent t'ode, as amecided, anc� all {iabilities a�i this bo��d shall bi dulcrcnined iz� accordanc�. with tl�e pravisinns Ul�said statue. 4 1:�' WF7':�ESS WIIE3iEOk, th� Pt�tx�cipa! ai�d the Surefy Itave SjCiN�� �tad Sf;AI.[�i� 5 il�is ir�strument by ciuly aurhoric�d agcEits and ai'licers or► this the _�,�� _ ERaY o��—_ W {, Januar�r.__ _, 20_21 , 7 8 9 l0 kl E2 � i 3 -i-.�_ �� - 15 �'i . -- ---- 1(3 r' cipai) S reta 17 18 '�' Ih A 20 ' 21 � --'t��'_----- 22 Witn� to Principa� 2s 24 25 a� 27 2R ,29 3[) 3{ 3? �� 3r� 35 3f� _ � . _ - --.. 37 Witncss a� to Si�E•e4y ;� 8 59 I'Ri'�CEPAI.: Reyes Grou���L �D_,��_ �_^ . � - - -- �%�` - _ 13Y: � - ��- Si�natt�r r' ,Utarcos t�eves, Presi�ient tVarne and'1'itle Acldress: 1520 Parker [Zct. C'eranc! Prairie, �f'X 750�0 Si;R�'1 Y: Tra�elers _Casualt� and Surety Campany_ af America ----- —..._ _- - ---. - . .- ��': _ .��-- - �-.��� ssgnurtire� Courtney A. Ffas�ca, Attorney fn Fact ---- ---'�ame and'['itle nddress: One Tawer Square _ . _ Martford, C7 Q6183 - -- ..... - - Telcphor�e':�umher: �80Q)7�k%-3799. __ 40 �;l *Uvte: lI'sigiicd by �n ol��eer oi'the Surety Conapany, there n�ust i�e o�� [iEe a certitieci ext�•�jet 4� fram the by-laws showiE7g tl�at this �aerson has autharity to sign such obligatiori. ff 43 St���ely's physical address i5 dilTe��ent f�r•am its n�ai[i�3g address, botlt iti�st be �E•avidcd. �}4 "I']te; datc of the bo�ci staall r�ot be prinr to ti�e date the Cc�ntract is awarded. as ('I'[ �' ()1' FOIt ]' 14'O�t"I'11 . Wcst �3h Strcc� I�npro�vwisnt; S I ��Vi)�112D CO?vSTRL'C'1 It)'� SP1:CIk-I(' 11 I(l� t)(�['U��t1-�I15 Ciq E'rnject N��. I{71 �ii Rc+cseJ 3ulp l. ?u! i Bond Plo. 1072$263�4 oo�t la- � PAY�1L•?v'E 13nN1) Pagc i of' 1 2 3 � S ( 7 R 9 l0 kl l2 i3 I �1 15 16 'I'ETi� �'fATF: Ol� 'I'F.XAS CUI.f �7'Y OF TAR�tAN'f' S�CTIO:� 00 61 �f�1 1'AYMi��NT L30NI) § � EG?iOW A1,L RX Tti�5E I'1tES�:?�`TS: � 1"hat tve, It,_eves Group, I�TD, kiio�vn as "I'ricicipal" hcrein, a�id Tra�elers Casuafty and Surety Campany of America ___ �__ ___�, a cor}�or��e surcty (sureties), duiy authorized to do business in tl�e State of Texas, known as "5urety" herein (whcthcr one oc more), are hefd a��d Fi�nly ba��nd unto the City of f'ort Worth, a�nunicipal c�orporatian ereated purstiant to tl�e laws �f the �late of '1'exas, Ecnown as '`City" 1�erein, in the penaE su3n of T�o�r l�li1[iona„\Tinc 1�undred Thirtv-�even 'fhousand, ()ne Hundred rinet�- 7'hree and 00/1(i{3 Dallars �4�93i.193.U{1), lawfui �t�o��ey of the United States, to be paid in rart Worth, Tarrant Co�anty, "I�exas, for the payment of whicli su�n well and truly bc made, we bi��d ou►•sefves, our heirs, exec�io�s, admi��istratnrs, successors and assigns, joi��tly a��d sevcraEly, Frmly hy these �resents: 17 WHN;RF.A�, Pri��cipal has entered into a eeriair� cr�ritten Contracc �vith City, aivardeci t}tie 14 !L*h�.day of January , 20,,,?'� , which Contract is here�y re£erred ta and 19 madc a part herco�t'ar alf purpuses as if fully set forth herein, to furnish afl �naterials, equipme�tl, 2p lahar and other accessorics as c�cfined hy la�v, a�i the prosecution af the Work as pro��idcd for in 2 t said Contract and desi�nated as West 'lth Streei Trnprovenraents, City Projeet �o. 1f115aa 22 �OW, THERE�nEiF, 7'iI1: CUNDC�'3C)iV OF 'C�IIS OBLitiA7�IC)�V is s�ch that if 23 1'R�inc'tpaf sha[l pay all manies o��i��� to ai�y (anc! a!l) payine��t �ond b�neticiary (�s de�ned i�� 24 Chlpter 2253 of the Texas Gavernment Code, as amended) in tltic prosecutian of the: Work u��der ?S the Contract, Ehen this ohli�atiar� shall be arid �r�co�nc r►uit and void; other�vise tn ren�ain i�ti iull 26 force and et'Fect. 27 zs 29 3� 'l'ltis bond is m�de and executed in complia�ice with the {���avisioi�s of Gliapter 225:3 o['the 't'exas fiovei�n�tcnt Code, as atncndcd, and ail liabilities ni� this band s��all be det�riniitEd in accarda►lce wiEh t�e provisians af said statute. CCf1' Ui' I-OR1' «'Oitl'ii ��'cst 7th Strcct Nnpro�anenls S'i'nV�ARI) C(�t�IS7'IiE;CI [U?� SE't:C��i�IC'i�'l'EON Il(]{'Uyl:?v'f5 City Projct N�. Iii15�� Itc� iscd Ju1� 1, ?0 € § 0 (]ii61 �s-' i'A1'41k'J"I' E�flh�D Pagc: ? n1' � l IV WI'1'VE:SS Wl��+:itt�:Ot<, the L'ri�icipai anci Surety h;�ve each SiGNi:t) and SI:AI..i:D 2 tltis instrucricnt i�y duly dutfionred agents and r�f�ccrs an this tltc� .�Zt�_� ��y ot' � January _ �_�..__• 20_ �� _ 4 r�T`CF:ST: ! �' � zncipa]) ecret�y��� � s , / 7 �� r i �"• ir7,�vt� Wiiness as to Princip�] �'[�INC:1P�[.: R�es Grcrup, [.Ti]_.�--� _.._ __ _, ___ ,r __�� i�._ - �'--- --t ----- BY: ��� _ ._ ' =nature �farcas [teves Presidcitt �, .�_ Name and `I'itle Address: 152U Parker Rd. Granc� Pt•airie. "C?C 75054 SU[2G7'Y: Tra�elers Cas�alty anr! Sure C�mpany of America _ __ ��r�r�� sr: NIA (5urety) Secretary -� �-- F3Y: �k�.��4 � !O� s����at��� Caurtne�yr A_Flaska, Attorney In Fact Name and �l�itle �� � Wit�iess as tn Surety� _�__ —.. _ � 6 7 x � 10 W 1�;Vll OI{ S�C'I'lO�i 12 (�I'I�Y OF i�0�21� 11r'Oft'I'i� S'l A.'I)Attll CO�iS'f!Z€,["I ION SP1=CIfiC:\"l li)\ DOC1:41E:� fS it"s�a �t:iy �. ?c�i � Address: One Tawer Square - ---- _ �_. __ __ _.._._� Hartfard, CT 06183 __ _ ____ 'L"ele�3yat�e Ntnnber: �80n�747-3719 _ Note: if sign�c� by an pfticer oF t3�e Surety, lhere ��u�st be nu �le a certi�ed extract frim� the bylaws showiiig that this p�rsa�� has ��utl7ority to sign such ohli�ati�»i. 11' Sw•ety's physical address is dift�ercnt fi'orn ils �r�aiiit�g ac�di-ess, bc�th tt�ust be provic�ed. Tl�e date ol the bond shaif ��ot be p�-ior ro tttc date tk�c Contract is awardici. Wcsi 7df 5lrcct Impec>vcmcnt> �it� E'rq�cf \n. I(115�si Surety Company Acknowledgemeni �TATE O� ILI,INO�S COUNTY OF COOK s�� On khis �� l� r.[1 �- �Int i�l�i� ���. , before �e personally a�peared _ j J , to m� known, who, being by me duly sworn, did depose and say: that {s)he resides at �cha�mbarg, Il��ois, that (s)he is the Attorne� in Fact of corporaiion described in and which execuied the annexed t�.e t�at (s)he kz�ows the co�porate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it wa� so affixed by order Qf the Board of Directors of said corporatian; that (s)he signed his/her name thereto by like ordex; and tl�at the liabilities of said carporation da not exceed its assets as ascertained in ihe tnanner pz'ovided by law. o ary Public in and for the above County and State My Comznission Expires: 05/23/21 ��.._��.�-�---�. , �� sa�;��a,u��a� a�a�rK� .. . O�r�ICIAL SEAL �1� �','. ;; �.:, Notary Public, Sfate of lliinois � h+ly Comm�ssion Expires � ���June ?.3, 2023 -�� _+ , , — �-.�����a�= __..._- --__..�._..__._— _- ,�___..� � _T - -- --�_s_ _ _ .. ip���l�r� ����I�jp �r�d ��r��t� Cor��r�� � �rr�rie� �'r��l��ss ����I� and �u�e�cy ��pa+��+ ����%��,��'� �t. R��I �ir� �n� Mari�e� E������� e��npa�rn� —_�. _...._._� -------���r� o� a���r KR1(7K+ t9F.L 1w�t� �Y TH�S� PRE��WTS: TMffi Travelers Casuailar and Surety Comparry af America, 'fravefers Cas�alty and Sursty Company, and St. Paul FEre and Madns Inaurance Cnmpany ate aorparaklons duly organize� under the Iavv, af ifie State af Connedi�ut (F�rein cadlectiuely callad ttr�2 "Campenies"j, �nd thai khe Cornpanfes dn hereby make, corost�fute end appoint Co�r4��y A. Fis�k� of Saf�u�6ur�, Iliinols, the�r true artd lawfuf Attomey-in-Fact to s9gn, execute, seal and adcnawledge any and all bonds, recognlzanees, condiliona! undartakings and aiher writiRgs obligatnry in the nature thereof nn behaff of the Compgn[es in their business ot guarante�ing ihe �delity of p�rso�ns, guarante�ng the pe�farmance of cantracts and execuling or guaranleeing bancls and undertakings required dr permt[ted in any ac9lons or proceedings allovu�d by law. ��1 �;�+�$� �Vff�LR�p�, the Campanies have CBusetE thts InsirumeRE to hesigned, and tftefr corporate seats io 6e herEto Sff'ixed, this 8rd day pf Fe�ruary, ?A9�. 1����5g,C'�iT� �Ft�Y�Hn' �"�"t... e3y� y4�..- r� �1 "+ � `w F° �l � �U�i� � c K�a�cd=:_. �' cas.ru� . � � � , 'S� G:UPd. �il �" _ ya�, , ��'' �� J ''� ! a+ �F��..�� �:.— State of Cnnn�cliCut City of Hariford ss, I� eJ• .....,,�tr-�r�_-��—±�" .�_''� `}"s��. � — Rof��rt L. Ransy, Se��r 1/Ece pr�esidenE Dn }his th� 3rd day of FebruarSv. �07T, befnre me person�Ely appeared �tol�rt l.. R�+ney, who ackno�nAedged himaeif ta t� ihe Senlar Vice Presitler�t nt' 7ravelers Casuaity and Suraty Co�npany of Ame�ica, Travelers C.�sualty and Surety Comparry, and St. Paul Fir� arwl Marine Ins�rance Campany, end that he, as suCh, beireg authorized so fo do, executed the foregc�ng instrumenl �'or th� purpose�s ther�e�n cnntained k�y signin� on �half of fhe r.orparalions by himself as a duly aukhorized officer. In Wikna�lOYFjereof, I hereunto set my hand and nfficial seal My Commissian expir�s the 3Dti� day o4 June, 20Zi , 4P �� �;h�t.• �, s� ��,;�i��y � --.�M�ra e G Tetreault, IVotary Pu6fic This �ower afAttom�r is gr�rrted under and by the authar3ty nf 1he fa1lawing resofutions eciapted by the Boarda of Dire�tvrs � 7ravelers Casu�4iy and Surery Campany of Americ�, Travelers Casualry and St�rery Company, an� St. Paul Fire and Marire� Insurance Company, �{hiah resolutions ar� now in full farce arxl effeCt, reading as fallaws: RESOLFf��, that the Chairman, the Presldent, any Vice Chalrman, any Executive Vlce President, ar�y Sarttar V�� PreBi�:rN, arry Vlca P3reesidenl, any Secotid Vi�e pre�ident, the 'Freasurer, ar�y AssistBM Treasurer, the Corporale S�cnetary ar any Assisiant Secretary may appalnt Attomeys-in-Fact and Agents to aCt for and on b�ha{f of the Company and may giue such appalnlee such authority as his nr her cerliticate of aulhority may preac�lbe to sign with ihe Company's name and se�l with the Company's seal bonds, recagnizanees, coMracts of ind�mrrliy, and Dther writ€ngs abfigatpry in the nature of a bond, recagnizanoe, or conrlitianal urrdertaking, 8nd 8�r of said oifipers or lh� 8nard of t]ir�ors ai arry time mgy r�,move arry suCh epp�intee end re+roke the pawer giv�n him or I�r; and it is FURTHER R�SOLVEQ, that the Chalrman, tt�e President, any Vir,e Chairman, any Executive Vice Fresident, any Senior Vice Pre�€��nt ar arry Vice Presidenl may delegafe �IE or any pert af t�e fo�ganp authority ta one or more off cers vr empfoyess of this Compariy, provaded Shat each euch delegatfon Is ln writir�g and 8 copy thereof is flled in the oflice of tf� Secretary; and it is �UR7HER f�ESOI,V��, lhat ar�y band, recognizance, conlrad of indemnityr, or writing abligatary in tt�� nature af a k�and, recognizanca. or condit�onal undertaking sh81! �oe vatid and 69nding upDn the Comparry +M��n {e} signed by the �'residsrst, any 1!�[ce Chairman, 8ny Exact�iive �ce Presklent, arry 5Bnior Vice President or 8ny Vlce Pres9d�ani, etty Secortd Yrx President, the Treasurer, any Assistant Treasurer, ihe Corporate �creiary or any Assistar�i Secretery and duly altested and se8led wilh lhe Company`s seal 6y a Seeretary or Assistarit $ecrefary; or (b) duly e3cecuied (under seal, ff required) by pne or more Atlomeys-tn-Fact �r� l�ge�ts pursuant to tho pc�vr�2r �rescribed In ttis ar hsr certif«ate ar their certiflcaiEs af authority ar by orte or �nore Cnmpany aificers pu€susnt to a wrllten deEeyatipn of authority; and it is Pt���'HER ��SOLV��, thai tl� sip�at�re ef each of tit� iallawing affiCers: President, any E�ueculive Vice Pr�s9dartt, any Ser�Eor �ce F'resldent, arty �Ce President, any Assfslanf Vice Presid�nt, any 8ecreiary, any ASSist�rri Secretary, ar� ttt� seal af Ihe Compa€ry may #�a affixed by facsimile ia any PowEr of Attorney ar to any cerlf�cate relaiing thereto appointing 12esident�ce Rres9cferits, ResitlerK Assistant Secretarfe8 or AUart�eys-In-Fac� fpr purposes only af e�cuting and altesilrtg bonds and andertakings and oth�r writings obtigatory in the nature ihereof, and any snch Power of Attorftey or oartiflcate b�Earing suah fBCslmile signature or facsimile se81 sh�[I he valid and binding upon the Company at�d arry such p�wer so exeeuted a�d cert�ied by such faCsimite signature and facsimlle seal shail be valld and binding an thE Camparry in the t�wre with respect 10 any bond oe underslanding to which it is aft$�hed. 1, F�evlr� �. HugFr�, the undersigned, Assistant Seeretary ofi rr�velers Casuatty and 5urety Campany of AmsriGa, Tra�elers Cesualty and Surety Company, and Sf, paul Fire and Madne Insurance Company, do hereby certify that the above ancf ivreg�ng is a tru� and correct aopy of ihe Power qf Aitarney e�:cuted 4y said Cnmpanies, which remains in fuli farce arsd effect. �ated thls 5th day at January , 2029 fi--� .w��h . *1iT aNO ���- �}�a�" +>r �� °�i � tiP ��la�y � � t ��F), � Of;if�l r y �` � � ( . � _.�� ie�, - }!a � �h � • ,, , : ' •� �` �.�� � K��e�n �. Hughes, Assi tant 5ebretary �� �a e+��fj� Rl� aa�C�f��'f�+ wf tlr� C�owrew o�,i[innr��+. ��:! rRs �t.��421 36tb�LR . f�ls�sa r�ell�� 1� Eire w6�u�-rx�n+�dG�ey�i�r-Fast �rr� dk� r�t�l� a�EAe 7�a�rir! Rn cYiri�r &r� �nw� is att�ocl�en►. s ; Band No. 1072�2634 nnr�i �y-t A9A1'�'['I:NAVCI• 13UNI) k'agc I c�F3 l 2 ; 4 5 G 7 R 9 i0 tl l2 13 IG 15 16 l7 lR 19 za zt 22 23 24 25 2G 27 28 29 30 31 32 33 34 THE STAT�. Ol� '1'i:XAS CO[iNTY n�� 'l'ARRAI\'1' S�C1'IOv �0 61 19 MAIN`E'1:NANCT: i3UND § § �NnW ALL 13Y'CII�:SE PHF;S�\`t'S: § That wc_Revcs Grau�, f_,i,n, known as "I'ri��cipal"' hcrc.i� �nd 7ra�elers Casual and Sure Campan�,af Arrter�ca ___, a corpnrate surety (sureties, if �nare tha�i one) duly authorir.ed to do business iFt #h� State of Tcxas, k�io�vn as "Surety" l3ercin (��hether o��e ar �r►are), are held and �nniy haund untc� thc City o��ort Wartl�, a�nunicipal cotporation created pursuant to tlje la�vs of t�ie State of 1'exas, knnwn as "Cit}�" fierein, i�� the su�n of f+our Millian, �Iine Hun�red Thirty-Se;en Thousand One Hundred �Iinetv-`1'�hree and Ofl/100 I)ollars �(� 4,93'�,193.0�, lawfui inoney of thc U��iEed States, to be paid i�� Furi Wnrt1�,1'arrant County, Texas, fvr }�ayment of which su��� weli ar�d truly be znade unt.o �he City and its successors, �ve l�ind aurselves, our heirs, executors, adininistrators, successors a��d assigns, jointiy anc! severally, �r�i�ly 3ay these prese��ts. WHER� A�, the 1'�'iEicipaf has enter�d i�tto a cer�ain written coniract witt3 the City awarded the� _ day of �^ �a���rY_ _______— ____--.---- -� �D, 21 , which Contract is izereby �-eferred to �ind a►nade part 1�ereof� far all pur�oses as if fully set forth l�e►'eii�, to fi�rnish a!1 inater�als, ec�uip�taent lahor and atlaer accessories �s defned by fa�v, in the prnsecution of tl�e Wo�•k, includi�l�; f�ny Work resultin� fr�in a cEuly authorized Cf��nge Order (colfecci�ely herei�l, the "Work'�) as pro�idecl for in said cotitract and desi��ated as WesY `1th Streef Impro�ements, City 1'roject No. tp1555; a�3d WHi�Rl�:A�, Principak hinds itself to use such inat�;rials and to so co��struct thc Wock i�� accordancc ��ith the ptans, sp�:ciftcatioi�s and Contract Dncu�neElts tiiat tl�e Work is anci will re�nai�� f'ree frc�m defects in i�ateriaEs or work�r�anship fur a�tid during tl�e ptriod of t�vo (2) years alter the datc ot�t=inal Acc�ptance ot`tf�e Wo��k by' tlle City f"M������»anCi I��i�IU{��'}; �nd W�{���`,AS, Princi�a) Uinds itseif to repair or reco��struct ihe Work in whoic or in part upo�� recciving notice froin the City of �he need therefor at asiy time within the N1ai�t�enance Period. C'I"i�Y ()f Fb€Z"f w'(1R f li 5"CA'.�I]ARI) C+)NS`CIiP(`CtCll� S1'[:('IPICn FEO�ti bOL'l;Vliiti i S f�i1'ISCt��li�) �..'��� �ti"cst 7th Strcc� 13n33ro��emcnta ('ity Pru�eet No. 101�?] i)f1Gi i9_"_ h�nit��� l:� �?�c�: 13c�tir� Pa�4 ? +,! � � Z �OW "t'�Ik ��:�''Olti:, tl�e cor�ditio�} of this oblig�►tic�il is such that if't'ri�ieip�l shall 3 rc�ncciy any cleEcetive Wc��k, For which tiincly ��c�ticc was prnvidet� by City, tn a eo�n�letion 4 satis��cto�y tn the City, tl�en this �61i��tion sl�All Ueco�ne i�ull and void; otltierwise ta rc�nain in j fUll fQi'C� ii11d effCGC. G � YI2.OVlI7� D, HOV4'EVER, il� Prineipsl sha�l fail so to rep�ir or reconstn.ict any tin�ely 8 noticed defecti�e Wack, it is a��'ced �hat thc City may cause a�iy and a11 sucl� cicfective Wark to 9 be repairecf �ndlar recorsstructed witl� all associaEed costs thereof f�eing bo►-ne by tf�e I'rincipai anci t p tl�e Surety under this Maint�na�ce t�ond; and il 1 Z 1'KOVIDED FL:IZ"1'II�;�2., thal if any legal action be filed on this �3and, ve�zue s�7all iie in 13 '['arrant County, "i'cxas or the Unitec� States District Caurt for the Nc��•them I�istrict of "fexas, Fort I� Worti� Division; and 95 ��, PROVIUh:I} FI:R.'l��:Ct, tl�at this obligatinc� shall be coi�tinupus irj nature and t'i successive recvve� ies x��ay be had hercan for successive �reaches. • 18 �4 2f1 14'cst 71h Sirc��� lmpruticmcnis ('1'I'1" Q]' I�i712 f W'Olt'CII ('ity PrAI�LS \o. 101)�i S'1 A�[)A[tU C'ONS"f Rt�('"I iOV Sl'l:('il-IC'.\ I IU;�i I1OCUi�it-\ E S itctiised Eu4y l.'_IFI I m O(�6] iN-3 �iAlti"I k:NA�('C: f30NU Pagc 3 of 3 t I:V WI'C��:�S WIIERkE)I�, rhe Pri��cipaf a�zd the Sur�ty have cach SIGNI:ll and S�?�f.E:D th�s 2 it�str�nnent by duiy autharized a�;cEits and a�fieers on tftis tiie __ iZ��. �, c�ay of',_�__�� _.�. 3 _� _Januar�+ ___r__ �__, 20_ 21, PRf\CIPA[�: [te c _ u�. L�f'i] . _ __ �._ � � 4 .. —.. _ ". r_ - -- - - - ---.. ��: --� _ r--- '-- Signai e VEarcos Re_Yes, PresicleE�t _ . ___ ?�iame a��d TitEe Address: 1520 Yarker l2d. Grand �'rairie, TX 7�05� SE�R€:"CY: iravelers Casuakty_and Suret�r Com�any_ _of America_� _ - -__ _ ----.-- --- — E3Y: (1C _ — - - - � ��t� Si�;n�turc Courtney A. Flaska, Altorn�y in Faet __ ;�ame and 'iitle Ad�3s•ess: One Tower Square _ _ _ _ Hartford, CT 06783 _ - - - Telephone 1 u��6�j : (800)747�3719-- - - - �6 37 *Note:: if si�c�ed by an �f'f cer oi' the S�ircty C�rnpany, tlieri ��aakst be o�� fiie a eerti�ed extract �8 fr�m the hy-laws sl�o�vi���; that this �erson has authority !o sigEi sticlz obligaEioi►. fi� 3� Surety's physicai address is diC[`cr�nt from its i��ailing address, bot1� must be pro�ided. �p "I'he date oE`t�ie bnnd s9�a11 not be prior ta thc date the CaT�tract is a���ard�d, 4 S 6 .� c� � 10 11 f�T'I� l= " J f 1 13 - -�� -- --- 1� ( r� cipak) 5e e ar l5 l6 �. 17 � t 8 �-' r'' i 19 �i_��. _ .� -- --_ _ - 20 Wititess as to Princi;�a! 2[ �� 23 �q 25 ? (� 27 Z£i ?.9 �i'C l'CS"f: 3b 31 NfA _ _ _ ._ _ __— _ �� - 32 (Surety) Secretary 33 � �+. � s•��.� 3� � (I��L�+�i _� �_ — — - -- 35 VVitness as ko 5urety 4l Cf I'Y Qk� !�i)IZ'I 1�'Olt'I I l SIA�!)ARDCCI\S'I'IZ�C'"fIOV SPI C'[F[C'A'flUti 910(�[;�1G`J'I'S ltc�iscxlJuiy l,?Ul4 1�+'�s1 7th Strea [inpres�cm�nts i'ii} Prujc4t'�`��. iUli7S Surety Company /�cknow�edgement sTAT� o� �inv��s COUNTY OF COOI� s�� On this_ k� � 1anl�� a� Z�� � , before me personal�y appeared � � .�'�QS�� ._, ta me knowzz, who, bEing by me duly swo�, ciid depose and say: tha� (s)he resides at �chaumbur�, Ill�nois, thai (s)he is the Attoruey in Fact af I S Gi � carporation described i� and rvh�c� executed the the that (s)he knows the corporate seal of said cozporation; that the seal affixed to said instrument is such carp4rate seal; that it was so af�ixed by ordez of the Board of Directors of said corporation; that (s}he sigtaed his/lier n:arne thereto by Iike arder; aud that the Iiabilities of said corparation da no� exceed its assets as ascertained in the rnanner provided by law. -- � Public in and for the above County and State My Comrnission Expires: p�/23/21 ��� �;��S�Pdil��IT'�A SRA�I K� `. E�li="riCIAL SEAL �-"" �l�tary i ublic. State o# iliinois `�� Prly Commission Expires � �� �: ��� Jurte 23, 2a21 . .-_—:�.��: �,����-�. _.. -----�,--- -._�. � �__� - - - ir��e�l�rr� ��u�l�,+ �nd ��rr�#�v �orn���rp of 11r��ric� 7°e�r��i�� ��s��l�y �r�d ��rr� �c�p��� �°�������� ------ _._ St. Pae�l �1� ar�� [�ar��� Irr�ur�ar�e� C��p��e�� �� �t�� �� �mirA�a��v ���� }a�,b �q�pp �y THES� pREg�WiS: T!►ai Travelers Casuaiiy and Surety Gompanyr of America, iravelers Casualty and Surety Company, an�# St. Paul Flre �nd Madne lnsuranr,e Company ar� corporatians duly organized �nder the laws of lhe Stafe oi ConneCf��ut (h�rein caJ�ectively called tha "Campanfe&"�, and ihai the Companiea do hereby rr�ake, ca�siltute and appaint Co��tnay A. F1�isa of ScF�aum�ur�, lllinois, thetr true and lawFu) Aifomey-irwFact fa sign, exeeute, se�l artd aCknowledgQ any and all bo�ds, re�ognizanr.es, condilional undertakings ar►d oiher writings obligatary in th� nature ihereof � hehalf of lha CompanEes In their business of guaraMeeing the f6defity of persar�s, guaranteeing the perforrttance ofi r.anir8cls and execxiting or gu�rante�ing hands and undertakings required as p�mitted in any actians or praCeedings allo+n�d by law. 1N 4�1PiTNES� �44E�0�, the ComAanles have caused th1s instrumert to 6e signed, and thefrcorporate seats to be hereto affixed, ttiis 3� day af Fe�rua�, ao��. ;�'aerr' :.,,�ae � a� �, h . � �", _ a> �. � +� ��t%�� ' � 9 x��,�e�. � �." E��t �,,, �,, ��e�° ' �+y _ _,��' � � . w `. .�• r.� E� w,s`__ 5tate of Connacticut City af H�rtfoM ss, � r' �- . .�- ,: : �, By: �-.�.�-:<•- = "= ' =:='�:;' _:,L _ � RoFistf L. Raney, 5effi'ar Vice Prasiden; Dn this t!'� 3rd day of Fabru�ry, 2A9p, hefar� rr�2 personapy appeared �o�R L. RaRsy, wi�a ackno►ni;edged hlmseEF to b� the 5�niar Vlce Ptesident af TraveEer9 Casuaity and Sur�1y Company af Arneric8, �'raveters Casual#y antl 5urety Company, and Sf. Psul Fire anq MarinE Insuranoe Company, and lhal h�, as such. bein5 authorized so to dcr, executed tite foregoing insirument far the purpase:s th�rein carztainetl by signing on hehalf of th� cnrporaiions !3y himself as a duly autharized officer• In 4�1[tness �*fMereoi, l hereunto set my harxl a�d off[cial sea1. My CammRssion expires �hs 3Dth day o1 dun�, 2��9 , `���� ---• ��J1�ui.. % :�l�R�.�_ __ �,, q�� � Man C Tetreault, NOtary €'ubfic 7his Povyer of Attomey is granfed unde€ and hy tha auihority oi the follq►ving resnlulians sdopted by ttse Baards of �iret�prs af Travelers Casuslfy and Surety Company of America, Travelers Casualty and Surety Compar�y, and SE- Paul Fire and Marine Insuraoce Canpa+�y, whicFe resolutions are naw in full force and Effect, reading as fpllows: R��OLV�D, that the Chairtnan, Ehe PresEdent, any �ce Chairm8n, any F�cecutive Vice f'resident, arry 5eniar Vioe Presidant. any �ce Preaid�nt, any Seoond Vice President, the Tne�surer, ar►y Assistant 7ressurer, trie Cnrporate S�cretary or any Assistant Secrefary may appnirn Aftomeys-in-�act and Agenis to act %r and on 6ehaif o# the Cam�any and may give such eppaintee such authnrity as his ar her cerlit'�cate of authoriiy may prescrlbe to sign with the CoEnpany's name and seat with ihe Company's seal bonds, r�et�nizances, r.antracts of ind�mnity and other writings Q51Egaiory in the nature of 8 6ond, racognizaf�ce, as condiGonal undertaking, and any of said t►fficers or ihe BaaM af �irEctars gt arsy time may rFxrta+r�: arti]I such appsainte2 and re�oke the power gl+rer� him or her; arsd it is f1i�THER RESOL.V�D, lhat the Chairman, the President, any Viae Chairman. any Executiue Vlr.e Pres9dent, any 5enior Vice PresEdent ar�t�r Vice PresicEent may deleyafe aA or arry par� a#the foreg�an� aut�ority to ane or more officers or emplayees of this Cnmpany, provl�ed ihak each such deiegativn is in writing and a capy th�reof is filed in the off� af the SEcretary; and it is �UI�Th1ER �ESOLV��, that any hfl�d, recognizance, oontra�E of ind�mnity, or writing abligatnry in #he nature of a band, reCagnizance. ar obrtdiGonal undeRSking shall be valid ar� 6inding upan the Company wh�n (a) signed by the President, any V'�ae Cheirman, ar�t ��oe�utivve �ce 1'rest�ent, any S�,nior V�ce Presid�nt or any Vfce Pr�sidenl, any Second Vice President, the Tre�surer, any Assistant Treasurer, the Carporate Secretary or any Assistam Secretary ersd du4y altested and sealed +nrith th� Enmpany's eeal by a Secretary or AssistaM Secretary; or (b) duly executed (uncler sea�, if required) by ane ar mare AttorRays-in-Fact and A�qsr�is pursuant fa th� prnr,ner prescribed in his or her r.ediTicate ar tt�ir cerlificates of suthndty ar hy ane nr mare Carrtparry offiCers purauanl tG a written dalagaiion oF auihorily; and it is pl�R'3pigR ��S{?�V��i, ihat 1Fna signature of each of lhe foilawing nffice[s: Pres�deni, any ExeCulivs Vlc:e Presider�t, a�r S�nior ViCe Presitl�nt, any Vlce President, any Assist�nt Vlce Presid�r�. arry Sscretary, arry Assistarn Sscretary, and tt� seal of tiie Comparry may b� affixed by #aCsirttfle to arty Powsr of Attamey or to any ceri[�icale relating ihereto appointing ReaideM Vice Presiderris, Res[�ierrt Assistant 5ecr�iariE� orqltorneys-in-F'8Ct for purAoses only of executing and attestlrtg honds and undertakings and other uuriUngs abl€gaiory in the nature tfirar�af, and any such Pawer qf Attomey ar certi#Ecate bearing such fia�slrr+�le sEgnaiure as tacsimile Seat shall t�a valid and binding upon tha Campany and ar�y auch povuer so ex�cuted and Cerfi�ed byr such FaCslmife sfgnature and Facsimfle seal shall be valld and binding nn the Company in the fulure with respect to any bond ot untl�rsianding io +mhioh it is aUached. E, Key�n E. �1�+ghs�, the undersigneci, Asststant Secretary of Travelars Casualky and Surely Ca+'a'Epany ai America, Travea�rs Casualty and Surety Company, and 5L Paul Fire and Marfna lnsurance Campany, da hareby �r#iiy thet the abov� �nd foregQiny is a trua and correcf eopy of the Power pf Attorney execubed by said Companies, whicti remains [n fu11 forae and u�ifect. Da�ed this �� day af J�nU�ry � 2q21 • - �7C �.� �� _- �t���� ti� ► �,49 SC� iC � �1�'A � �' � ���+�f� � � �� � ��? �w��FF� �, p� . �� Cy' - _ , - � �_ � �' � '" f��,J✓ � Kevin E. FEughes, /�s� lant Seaetary �a ��� a�r�r���n+�a� ��r:ar o�.ara��+. �� a�r� �ra,�� ��. �.sr� � t� dlra s�a� �nr��tteraey-lry-�t a�r� �e �el�rils a+�� b�rd ta uvk� 6Y� parrrer is atPs�� �I�r���t /4ddi�ional Ir�s�a��d � ��vners, ���sees or C�ntr���or�� � �i�h �r�du�fs-��rrr�ple��€� Op�ra#i�ar�s ��re�r�g� Er�dor��err��r�t This endarsement modifies insurance pro�ided under the following: COMMERCIAL GENERAL LIABILlTY COVERAGE PART It is understood and agreed as follows: I. Wb0 IS Ai� �N�U��D is amended to include as an Insure�l any person or organization whom you are required by wrritten contraet to add as an additional insured on this co�+erage par�, but only with respect to liability for F�odily in��ry, proper�y damage or �ersonal and addertisin� injury� caused in whole or in part by your acts or omissions, or tf�e acts or omissions of those acting on yaur behalf: A, in the performance of your ongoing operations subject to such written contract; or B. in the performance of y��r u+rark subject to suci� written contract, but only with respect to badily inj�ry or properfy c�ama�e included in the pr��luc#s�completed operations haaard, and only if: 1. the written co�tract requires you to pro�ide the additional insured such co�erage; and 2. #his coverage part provides such coverage. II. But if the v+. ritt�n contract requires: A. additional insured coverage under the 11-85 edition, 10-93 editi4n, or 10-01 edition of CG2010, ar under the 10-01 edition of CG2037; or �. additional insured coverage with "arising out of" language; or �. additional insured co�erage to the greatest extent permissible by law; then paragrap� I. above is cieleted in its entirety and replaced by the follawing: I,�IFiO IS Aid INSUR�i� is amended to include as an Insur��1 any person or organization whom you are required by written �ontract to add as an additional insured on this coverage par�, but only with respect to liabiiity for i�ociily injuwy, �raper�y c�arnage or �ersonal and adder�ising injury arising out of yaur� work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: k�. co�erage broader than required by the written �nntract; or �. a higher limit of insurance than required by the vieritten contrac#. IV. The insurance granted by this endorsement to ihe additional insured d4es not apply to Hotlify ir�jury, �wo�e�ty �lamage, or �ersonal and acJver�isin� injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: �. the preparing, approving, or failing ta prepare or approve rriaps, shop drawings, opinions, reports, surveys, #ield orders, change orders or drawings and specifications; and �. supervisory, inspection, architectural or engineering activities; or �. any premises or work for which the additional ir�s�red is specifically listed as an additional insure�d on another endarsement atiached to this cadera�e par�. V. Under CO�+iMERCIAl� ��NE�3�l, �IA�ILI�Y C9NDIYIOFdS, the Candition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coderage par�: �rimary and �oneontributory Insuranee CNA75079XX (14-16) Pol9cy No: 60�0362967 Page 1 of 2 Endorsement Na: 01 National Fire Insurance Co. of Hartford �ffective Date: 04101/2Q20 insured IVame: Reyes Group, Ltd. Copyright CNA Ai! Rights Reserved. Includes capyrigMed material of [nsurance Senriaes Office, Inc., wilh its permission. �I�n�s�t Additien�l Ir�s�r�d � Or�+n�r�, ��ss��� or �entr�c�ors � v�i�h �r�duct�-Corr�pi�t�d �perations ���e��g� �r�do�s�rr�e�� With respect to other insurance available to the additional insured under which the additinnal insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a writ#en cor�trract requires the ins�arance provided by this policy to be: 9, primary and non-contributing with other insurance available to the additional insured; or �. primary and to not seek contribution from any other ins�rance available to the additional insured. But except as specified abo�e, this insurance will be excess of all other insurance availabie to the additional insured. VI. Solely with respect #o the insurance granted by this endorsement, the section entitled CAfVIR+i��GIAL ��N���� LIA�I�IiY COW�ITI�F�S is amended as follows: The Condition entitled Duties In �'he ��ent of Occurr�nce, Offens�, Ciaim er Suit is amended with the addition af the foflowing: Any additianal insured pursuant ta this endorsement will as soon as practicable: 1. give the Insurer written notice o# any claim, or any occurrence or offense which may result in a claim; �. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the �laim; and 3. make a�ailabls any oiher insurance, and tender #he defense and indemnity of any claim to any other insurer or self-insurer, wi�ose policy or program applies to a loss that the lnsurer co�ers under this co�erage par�. However, if #he +.+vritten c�n#rraet requires this insurar�ce to be primary and non-contributory, this paragraph 3. does not apply to 9nsurance on which the additional insured is a named insured. The Insurer has no duty to defend or indernnify an additional insured under this endorsement until the Insurer receives written notice af a claim from the additional insured. VII. 5olely with respect to the insurance granted by this endorsement, the section entitled ���INI�i��S is amended to add the following definition: Wrritten contra�t means a written contract or written agreement that reguires yau to make a pe�son or organization an additional insured on this covera�e parrt, provided the contract or agr�ement: A. is currently in effect or becomes effective during the term of this policy; and �. was executed prior to: 1. the badily injury or �roperty r�amag�; or �. the offense ihat caused the personal and adr►ertising inj�fy; for which the additiona! insured seeks co�erage. Any coverage granted by this endorserr�ent shall apply solely to the extent permissible by law. AEI other terms and conditions of the Palicy remain unchangeci. This endorsement, which forms a part of and is for attachment to the Policy issued hy the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX �10-16) Palicy No: 60�0362967 Page 2 of 2 Endorsement No: U1 National Fire Insurance Co. of Martford Effective Date: d4/0112020 [nsured Name: Reyes Group, Ltd. Copyright CNA All Rights Reserved. Includes copyrighfed material of Insurance Services OHice, Inc., wiih its permissian. STAI�TI�ARIi GE�TERA,L CO1V�I��T�ONS 4F ��E CONSTRU�T�ON CONTRA►.�T CI3'Y OP POAT WOTtTH West 7Ch Street [mprovcmenls STANDARDCONS"fRUC'CION SPBCTF[CAT�OIV DOCUMI;NTS CftyProjectNo. 101555 Revision: March 9, 202� STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF COliTTEllTTS Article I— Definitions and Terminolagy ....:.......... ................................................ 1.01 Defineci Terms .................................................................................... j.02 Terminology ....................................................................................... Page ... . .................................... I ...........................................1 ........................................... 6 Article2— Prelimina�y Matters ......................................................................................................................... 7 2.01 Copies ofDocuments---�-----�-•--�---...------�----�----------�--�-------�----�-----��--�-��----�-----�-----�----�--------�-��-----�--.7 2.Q2 Commencement of Cont�•act Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work ..........................................................................................................................8 2.04 Before Starting Construction ........................................................................................................ S 2.05 Preconstruction Conference ...................................................--•--�---.......-�-----•--••--•�--�---.................8 2.06 PublicMeeting ........................................................................ ....8 .................................................. 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Art�cle 3— Contract DocEiments: Intent, Amending, Reuse ............................................................................ S 3.01 Intent .............................................................................................................................................. S 3.02 Referenee Standards--�----�--�•--�---.....--•----��----�-�--�-----��----�---��-----�-----��----�----------------�-�--.........---------�-9 3.U3 Reporking and Resol�ing Discrepancies .......................................................................................9 3.04 Amending and Supplementing Contract Documents .......................................................:.........10 3.05 Reuse of Documents ...................................................................................................................14 3.06 EIectronic Data-�-----��---�--�--�-----�----�-----------�---------�------�----��-�--�-----------�-----�----��---------��----�--------------1 1 Ariicle 4— Availability oiLands; Subsurface and Physical Conditians; Hazardous Environmental Conditians; Reference Points ...........................................................................................................11 4.01 Avaiiability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions .................................................. ...........12 ............................. 4.03 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Undergt•ound Facilities ....................................:........................................................................... 13 - 4.05 Refe�-ence Points ...................................................................................:.....................................14 4.06 Iiazardous Environmental Condition at Site ....................:......................................................... l4 Article 5— Bonds and Insurance .....................................................................................................................16 S.O1 Licensed Sureties and Insurers .-�-----�-�--�-----�-�--�--�---�----�----�-----�-----��-�-------•�--�--�----�------�----�----�-----16 5.02 Perfortnance, Payment, and Maintenance Bortds .......................................................................16 5.03 Certificates of Insut-ance .............................................:............................................................... I 6 5.04 Contt•actor's Insurance ................................................................................................................ ] 8 5.05 Acceptance of Bonds and Insurance; Optiot� to Replace ........................................................... 19 Az•ticle 6— Conteactoc's Responsibilities ........................................................................................................ 9 9 6.01 Supervision and Superintendence ...............................................................................................19 CITY OP FORT WORTH Wcst 7lh 5lrecl impruvemenEs STAIVDARD CONSTRUC7'[ON SPGC[FiCATiON DOCilivlElVTS City Project Na. I O1555 Rcvision: Man;h9,2020 b.02 La6or; Working Hours ................................................................................................................20 6.03 Services, Materials, and EqUipment ................................................:................................•-.----.--20 fi.04 Project Schedule ...................................................................................................•-�----�-------------..21 b.05 Substitutes and "Or-Equals" .................................�-----�---�-��----�-----��----�----�..................................21 b�.OG Concerning Su6contractors, Suppliers, and Others ....................................................................24 6.07 Wage Rates..----�-�-----�----�----�-----�--�--� .............................................................................................25 6.08 Patent Fees and Royalties ...........................................................................................................26 6.04 Permits and Utilities ...................................................................................................�-----�----�----.27 6. E 0 Laws and Regulatians ....................................................................� �---------� �----�---�-�----�-------......... 27 6.11 Taxes ...................................•--�--��-�----.....-�---�-----�-----............:...................................28 .. ............ ...... 6. f 2 Use of Site and Other Areas ......................................................................:................................28 6.13 Record Documents ......................................................................................................................29 6. l4 Safety and Protection .......................................................................................•---�-----�-----�----�---..29 6.15 Safety Representati�e ..................................................�-----..........................................................30 6.16 Hazard Communication Programs -�---�-�-� ...................................................................................30 6.17 Emergencies and/or Rectification ................................................................................................30 6.18 Submittals ..............................................................................................•-•--�-----�----------�-----�----�---.31 6.19 Continui�g the Work ..............................................................�------�---...---....................................32 6.20 Cor�tractor's General Warranty and G.uarantee ..........................................................................32 6.21 Indemnification ......................................................................................................................�--33 6.22 D�legation of Professia�al Design Services ..............................................................................34 6.23 Right to Audit ................................�--�----�---...--------...---��-----��----....................................................34 6.24 Nondiscrimination........---�-�--�----�---......-�----�-----�----� ......................................................................35 Art�cle 7- Other Work at the Site .............. 7.01 Related Work at Site .............. 7.02 Coordination ........................... ------�----�----�--�--�----�-----� ............................................... ......... 3 S ......... 35 --�------36 Article S - City's Responsibi[ities .....................................:........................................................................�----3� $.01 Coznmunications to Cantractar ......................................................�-----....-------�-----�---��-----�..........36 8.02 Furnish Data ...................................�----�---...---��----�-----�-----��-.........................................................36 8.03 Pay When Due .--�-----�� ......................�--�---....................................................................................36 8.04 Lands and Easements; Itepo��ts and Tests ...................................................................................36 8.05 Change Orders ........................................................................................��----�----�-----�-----�-----��-.....36 8.OG Ins�ections, Tests, and Approvals ...........:...................•-•-�-----�---....----�--�--�--........................... . .....36 8.07 Limitations on City's Responsibilities -----------------------------•-•.......................................................37 $.O8 Undisclosed Hazardous Environmentai Condition ....................................................................37 8.09 Complfance with Safety Pro�ram .......................................................................�----��----------��-----37 Article 9- City's Observation Status During Const�ctian ..........................................................................:37 9.01 City's Project Manager ...........................................�-----------�---------�-��-......................................37 9.02 Visits to Site ......................•-�--�----...---�---��----�--.....---�-----�.................................... ...37 ................ ....... 9.03 Authorized Var•iations in Woe[c .................................................................................................. 38 9.04 IZejecting Defective Work ................................................................... --...38 ---�--�-�--------�-----------•-� �- 9.05 Determinations #'or Work Performed ..........................................................................................38 9A6 Decisions on Requirements of Con.tract Documents and Acceptability of Work .....................3$ CT7'Y OF FQRT WORTE-T West 7lh Strccl improvcments STANDARDCOi*ISTRUC'C[ON SPEC[F[CA"1701V DOCUMENTS City Project No. 1UL555 Revision Marcli9,2020 Article 10-Changes it� the Work; Ciairns; Extr•a Wot•k ................................................................................38 10.01 Authorized Changes in the Work ...............................................................................................38 10.02 Unauthorized Changes in tl�e Work ............................�....................-�-----......................--�---........ 39 10.03 Execution ofChange Orders ...................................................:...................................................39 10.�4 Extra Wark .........................................................................................................�--......................39 10.05 Notification to Surety .......................................•-�--.....................................................---..............39 10.06 Contract Claims Process ...........................................................:.......................................�--.......40 Article I 1- Cost of the Work; Allorh+ances; Unit Price Work; PIans Quantity Measurement ......................41 1 ].Ol Cost ofthe Work ...........................�----......................................................-----.......................----�--41 11.02 �lllowanc�s ..........................................................................................................�--.....................43 11.03 Unit Price Work .............................................�----........................................................................44 l 1.04 Plans Quantiry Measurement ..............................................................�--....................--�----..........45 Article 12 - Change of Contract Price; Change of Cant�•act Time ........................ ............ 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 l3.01 Notice of Defecis ...................................................�---........................----........................---�---......48 13A2Accessto Work-� ............................�--............,......:....---�---.....................................................-----.48 13.03 Tests and Inspections ---� .............................................................................................................. �8 13.04 Uncovering Work ........................................................................................................................49 13.05 City May Stop the Work ....................................................................................................�--......49 13.06 Correction or Remaval of Defective Worl� ................................................................................50 13.07 � Cort�ection 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 14.0] Schedule ofValues ......................................................................................................................52 14.02 Progr•ess Payments ..................................................................................................................... S2 14.03 Contracior's Warranty of Title ..........................�---........................--�--........................................54 14.0�4 Partial Utilization .....................�-----.........................---..........................-----..................................55 14.05 Final rnspection.....---... ....................................................------......................----...................:........55 14.06 Final Acceptance..........--� ............................�----.......................--�----.....................--�---..................55 14.07 Final Payment ..............................................................................................................................56 14.08 Pinal Campletion Delayed and Fartial Retainage Release ........................................................ 14.09 Waiver of Claims ..................................�---......................---...........................--�--......................... 57 Article 15 - Suspension of Worlc and Termination ........................................................................................ 5'% 15.0� City May Suspend Warl� .............................:...............................................................................57 15.02 City May Terminate for Cause .......................................................................................�-�-�--..... 58 15.03 City May Terminate For Con�enience .......................................................................................60 Article16 - Dispute Resolutian ............................�--...................................................................................---- 61 16.01 Methods and Pracedures ...........................�--........................---........................-----.......................61 GI'CY OF FOR'C WORTI [ West 7th Strcc[ Tmprovemcnls STAN�ARDCQI�IS'fRUC"I�OI� SPLCIFICATiON �OCUMEN'fS CityProjectNu. t01555 Revisiun: Macch 9, 2020 Article l 7 — Misc�llaneous ......................................................... 17.01 Gi�ing Notice ......................................................... 17.02 Computation of Times ........................................... 17.03 Cum�lative Remedies ............................................ 17.04 Sur�ivaiofOb[igations .......................................... 17.05 Headings....----� ...................................:.................... c�Tv or r oaT waRT� � S'iAIVDARDCOi�15TR1JC"CIOPI SYT:'C[F[CAT1pN DOCSJMENTS Ke�ision March9,2U20 .......... ..... ..... . ...... .... ...... ..... ........... . ....... ..... ............... � .......................�-- .................. ......... ..................................... 62 ..................................... 62 ..................................... 62 .................�---................ 62 .............�--�--.................. 63 .....-•---�-� ....................�--- 63 West 7th 5trcet [mprovcments City Pmjecl Na_ 141555 00 72 00 - i GENERAL CONdITIONS Page 1 nf G3 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever useci in these General Conditions or in other Contract Documenls, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and wo�•ds denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or w�-itten in italics, but not always. When used in a context consistent with the definition of a listed-defned term, the term shall have a meaning as defined below whether capitalized or italicized or- othei�+ise. In addition to terms specifically deitned, terms with i�itial capital letters in the Contract Documents ir�clud� references ta identifted articles and paragraphs, and the titles of other documer�ts or fortns. 1. Addenda—Written or graphic insti-uments issued prior ta the opening of Bids which clarify, correct, or chat�ge the Bidding Requiretnents or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agi•eement between City and Contr-actor cover•ing the Work. 3. Application for Payment—The form accepiable to City which is to be used by Contractar dueing the course of the Work in requesting progress or finai paymertts and which is to be accompanied by such supporting docurnentation as is required by the Contract Docutnents. 4. Asbestos—Any material that contains tnore 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 ihe City to enter into an Agreement. 6. I3id The offer or praposal of a Bidder snbmitted an the prescribed far�-n setting forth t�e prices for the Work to be performed. 7. Bidder—Tl�e individual or entity who submits a Bid directfy to C�ry. 8. Bidding Docurraents—The Sidding ReQuirements and the proposed Contract Documents (including all Addenda). , Bidcling Requrrerraent.s The advertisement or Invitation to Bid, Instructions to Biddex•s, 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 6usiness, generally Monday thz•ough Friday, except for federal or state holidays obsetvec� by th� City. 11. Calendar Day --- A day.consisting of 24 hours measut-ed from midnight to the next midnighi. CITY OI� �ORT WORTH West 7th Strcet Tmprovements STAAIDARD CONSTRUCT�OM SPECIPiCAT[ON []OCUMENTS City Project No. I 0] 555 Revision:Ma�h9,2020 ' ao�zoo-i GENERAL CONDITIONS Page 2 of 63 !2. Change Order—A docUment, w�tich is prepaeed and approved by the City, which is signed by Contractor and City and authorizes an addition, deletian, or re�ision in the Work or an adjustment in the Contract Pri�e or the Contract Time, issued on or after t�e Effecti�e Date oi the Agreement. 13. Cit}� The City of Fort Worth, Texas, a home-rule municipa] corpot�ation, authorized and chartered under the Texas State Statutes, acting by its governing 6ody 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 invoi�ing the Ciry of Fork Worth is by Charter vested in the City Manager and is the entity with whom Contractoe has entered �nio the Agreement and for w�om the Work is ta be performed. 14. City Attorney — The officially appointed Ciry Attorney of the City of Fort Worth, Texas, or his duty authorized represer�tati�e. I5. City Council - The duly elected and q�alifed governing bocfy of the City of Fort Worth, Texas. 16. Cily Manc�ger — The officially appointed and authorized City Manager of tne City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claam A demand or assertion by City or Contractor seeking an ac�justment of Contract Price or Contract Time, or both, or othee reiief with respect to the terms of the Contract A demand for money or services by a third pariy is not a Contract Claim. 18. Cuntract 1"he entire and integratec! written docurt�ent between the City and Contractor concerning the Work. The Contract contains ihe Agreement and all Contract Documents and supersedes prior negotiatio�as, representations, or agreements, whether written or oral. 19. Contract Documenls—Those items so designated in the Agreement. Alf items ]istec� in thc Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the repo�-ts and d�-awings of subsurface and physical canditions. are not Cantract Documents. 20. Cantract Price—Thc rnoneys payable by City to Contractor for completion of the Work in accordance with the Con�ract Documents as stated in the Agreement (subj�ct to the provisions ofParagraph 11.03 in the case ofUnit Price Work). 21, Contract Trme—The nurnber of days or the dates stat�d ir� the Agi-eement to: {i} achieve Mileston�s, if any and (ii) complete t�e Woriz so that it is ready for Final Acceptance. 22. Contrc�ctor Th� individual or entity with whom City has entered into the Agreement. 23. C.'ast�oflhe Wr�rk—See Paragraph 1 I.01 ofthese General ConcEitions for� definition. CI7'Y O�' PORT WOR1�H West 7tli Strcet [mpro�ements STANDARD CON5'f RTSCT[0 N SPECTPICAT[QiV iaOCUMrl�FTS Ci ry Praj ccl No. i 01555 Revision: �Vlarch9,2020 00 �z oo - i GEN�RAL CON�ITiONS Pagc 3 uf 63 24. Damage Claims -- A demand for money or services arising fi-om the Project or Site from a third party, Ciry or Contractar exclusive af a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Di�ector of Avaation — The officially appointed Director of the Aviation Departtnent of the City of Fort Warth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parl�s and Cnmmuniry Serviees — The officially appointed Director of the Parks and Community Services Department of the City of Foi�t Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Develvprnent — The officially appointed Director of the Planning and Develapment Departtnent of the City of Fo��t Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Trc�nspo�tcxtion Publfe Wa�ks — The of�icially appointed Director of the Transportation �ublic Works Department of the City of Fort �North, Texas, or I�is duly appointed ,representative, assistant, or agents. 30. Director of Water Deparlment --- The officially appointed Director of the Water Department of the City of Fort Wo�-�h, Texas, or his duly appointed representative, assistant, or agents. 31. Drcrvvings That part af the Contract Documents prepared or approved by E�gineer which graphically shows the scope, extent, and character of the Work to be performed 6y Contractor. Submittals are not Drawings as so defined. 32. �ffective 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 �arties to sign and deliver. 33. Engineer The licensed prof�ssional engineer. ox engineering firm registered in the State oi Texas �erformin� prafessional services for the Ciry. 34. Extra Work — Additional woi•k made necessa�y by chan�es or alterations of the Contract Documents or of quantities or fot- other reasons for which no prices are provided in the Contract Documents. Extra work shal l be part of the Work. 35. Field Order — A written arder issued by Ciry which requit-es changes in tHe Work but which does not involve a change in the Contract Vrice, Contt�act Time, or the intent of the Engineet�. Field Ot�ders are paid fram Field Ordet• Allowances incorporated into the Contract by funded work type at the time of award. � 36. Final Acceptance — The written notice given by the City to the Contt-actnr that the Work specified in the Contract Documents has been completed to the satisfaction of the City. C3TY QF FORT WDR'FH � Wesl7th Street Improvements 5"fANDARD CONSTRUCTION SPEC[FTCATION DOCUMFNTS City Projcct 7+30_ 101555 Rcvision: Mnrch9,202U oa�zno-i GENERAL COI�DITIO�fS Pagc 4 of 63 37. Finql Inspection — inspection carried out by the City to verify that the Contractar has completed the Work, and each and e�ery part ar appuetenance thereof, fully, entirely, anc� in conformance with khe Contract Documents. 38. General Requirements Sections of Division 1 of the Contract Documents. 39. HazaNdou.s Envtroramental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities at• circumstances that may present a substantial danger to persons or property exposed thereto. �i0. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous chai�acteristics as defned in the federat waste regulations, as amended from ti�-ne to time. 41. Laws and Regulatlons Any and all applicable laws, rules, regulations, ordinat�ces, codes, and orders of any and all go�ernmental bodies, agencies, authorities, and cour-ts having jurisdiction. 42. Liens—Charges, security interests, or encumbrances upon Project funds, real properly, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5°/o of the original Cantract Price o�• $25,000 whichever is less. 44. Milestone—A principal event specifed in the Contract Documents relating to an intermediate Contf-act Time prior to Fina[ Acceptance of the Work, . 45. Notace of Award—The written nQtice by City to the Successful Bidder stafing that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City wil] sign and delir+er the Agt•eement. 45. Notace to P�^oceec�A written noiice given by City to Contractor fixing the date on which the Contract Time wiil comtnence to run and on which Contractor shail start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. 1'etroleum Petroleum, including crude oil or any fraction thereof which is liquid at standa�-d conditions of temperature and pressure (60 degi�ees Fahrenheit and 14.7 pounds per square inch absolute), such.as oil, petroleum, fuel oil, oiI slUclge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans— See definition ofDrawings. CiTY QF FORT WO[tTTi Wcst 7th Stn;ct [mprovemcnts STANDAItTI CU�TSTRUC'CION SYEC[F[CATIOI�i €70CiTM.ENTS Cfty Project Na. 141555 Revision: Mareh9,2020 ' oo7zoo-i GENERAL CONDITIONS Page 5 offi3 50. Praject Schedule—A schedule, prepared and maintained by Contractor, in accardance with the General Requirements, describing the sequence and duration of the activities comprising the Contractar's plan to accomplish the Work within the Contract Time. 51. P�oject—The Work to be perfo�•med uncfer the Contract Documents. 52. Project Manager The authorized representati�e of the City who wiil be assigned to the Site. 53. Public Meetfng — An annaunced meeting conducted by the City to facilitate public participation artd to assist the public in gaining an informed view of the Project. S4. Radaoactive Material—Sow-ce, special nuclear, or byproduct t�naterial as defined by the Atornic Energy Act oi 195� {42 USC Section 2011 et seq.) as amended from time to time. 55. Regaalar Working Hoacrs — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Priday (excluding legal holidays): 56. Sar�rple.s—Physical examples of materiais, equipment, or worktnanship that are rept-esentative of sorr�e pot-�ion of the Work and which establish the standards by which such portion af the Wark will be judged. � S7. Schedule of Submittals—A schedule, prepared and maintained by Contracto�-, of required su�mittals and the time ��equirements to support scheduled performance of t�elated constt-uction activities. 58. Schedatle of Valzies A schecfule, prepaced and maintained by Contractor, allocating portions of the Cantract Price to various portions of the Work and used as the basis for reviewing Contracto�'s Applications for Payment. 59. Siie—Lands or areas indicatcd in the Contract.Documents as being fi�rnished by City upon which the Work is to be perfo�med, including rights-of-way, permits, and easernents for access thereto, and such other lands fu�nis�ed by City which are designated for the use of Contt�actar. 60. Specifications—That par� of the Contract Documents eonsisting of v�n-itten requirements for materials, equipment, systems, standards and workmanship as applie� to the Work, and�certain adtninistrative requirements and procedural matters applicable thereto. SpeciCcations may be speciFcaliy made a pa�-t 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) ofeach Project. 61. Suhcont�actor An indi�idual or entity having a direct contract with Contractor- or with any other Subcontractor for the performance of a part of the Work at the S ite. CITY O� FOR"f WOTZTH West 7[h Street ImpruvcmenEs STAI�lDARDCOIYS"CRUCTTO�T 5PECIFICATION DOCUMEN'I�5 City PrnjectNo. 14i555 Revision: March 9, 2020 00 72 00 - I GENERAL CONDITIONS' E'age 6 nf 63 62. .4ubmittals—All drawings, diagrams, ilIustrations, schedu�es, and other data or information which are specifically prepared or assembled by or for Contractor and subrnitted by Contractor to illustrate some portion ofthe Work. 63. Success�ul Bidder The Biddet• submitting the lowest and most respansive Bid to who�n City ma[ces an Avvard. 64. Szrperinlendent — The representative of the Contractor who is available at alI times and able to recei�e instractions fronn the Ciry and to act for the Contractor. 65. Supplernentary Conditions That part of the Contract Documents which amends or supplements these Genera� Conditions. 66. Supplaer A manufact�irer, fabricator, supplier, distributor, materialman, or vendor ha�ing a direct contract with Contractor or with any Subcontractar to furnish materials or eqUipment to be incorpdrated in lhe Work by Contractor or Subcontractor. 67. Undergrvund Facilities—A11 underground pipeli�es, conduits, ducts, ca�les, wires, manholes, vaults, tanks, tunneIs„or othe�• such facilities or attachments, and any encasemenEs containing such facilities, including but not limited to, those that convey�electricity, gases, steam, liquid petroleum products, telephone or other cammunications, cabie television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 68 Unil Price Work--See Pacagraph 1 1 A3 af these General Conditions for definition. 69. Weekend Wvrkrng Hnurs — Hours beginning at 9:00 a.m. and endinb at 5:00 p.m., Saturday, 5unday or lega[ holiday, as approved in ad�ance by the City. 70. Work—The entire construction or �e various separately identifiable parts thereof required to be provided under the Contract Documenis. Work includes and is the result of perforrning or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorpora#ing all materials and equfpment into such ennstruct�on, a�l as required by the Cont��act Documents. 71. Working D�y — A working day is definec! as a day, not inc[uding Saturdays, Sundays, or legal holidays authorized by the Cfty for contract purposes, in which weather or other conditions not under the contral af the Contractor will permit the performance of the peincipal anit of work unde�-way for a continuous period of not less than 7 hours between 7 a.rri. and 6 p.m. � .02 Te�minology A. The words and terms discussed in Paragraph 1.02.B through E are not defned but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Term.s or Adjectives: CITY OC' FOR'C WqRTH West 7th 5trcct amprovemenls STANDARL3COTVS"i�IZUCT[ON SP�;C[FiCAT101V ElOCS7MFN7'S Ctty Prnjecl%To_ 101555 Revision: Ma�rh 9, 2020 00 72 0� - i GENERAL CONDITiONS Page 7 of 63 I. The Contract Docurnents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to autho�•ize an exercise of judgment by City. in addition, the, adjectives "reasonable," "suitable," "acceptable," "proper," "sat�sfactory," or adjectives of like eff�ct or impoirt are �ased to describe an action or determination of City as to the Wo�-k. It is intended that such exercise of professional judgment, action, or detet-mination will be solely to evaluate, in �ene�•al, the Work for compliance with the infot�mation in the Contract Documents and with the design concept of the Project as a functioning whoie as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise}. C. Defeetive: 1. The word "defective," when modifying the word "Work," refers to Work that is ur�satisfactoiy, faulty, or deficient in that it: a. does not conform to the Contract Documents; vr b. does not meet the req�irements of any applicable inspection, reference standa�•d, test, or approval referred to in the Contt•act Documents; ar c. has been damaged prior to City's written acceplance. D. Fitrnish, Install, Perforrn, Provide: The word "Furnish" or the word "Install" oj• the word "Perform" or the ward "Provide" ar the woi-d "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, tnaterials, equipment, and everything necessary to perform the Work indicated, «nless specifically limited in the contextused. E. LTnless stated otherwise in the Contract Documents, words or p�t•ases that have a well-known technical or construction industry or trade meaning are used in the Contract Docum�nts in accordance with such recognized meaning. ARTICLE 2 — PRELIlVIINARY MATTERS 2.01 Copies vf Documenta� City shall ftzrnish to Cont�-actor one ( I) original executed copy and one { I) electronic copy of the Contract Documents, and foui• (4) additional copies of the Drawings. Additional copies will be fizcnished upon request at the cost of reproduction. 2.02 Corazmencement of Contract �ime; 11%lace to P�oceed The Contract Time will commence to r-un on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless ag3•eed to by both pariies in writing. CITY OF FOR'C WORTi1 Wesl 7ih 5treet Improvements STAIdDARD CONS'1�RUCTiON SPECIFICATION DOCUMENTS City Pro�cct l�o. 101555 fievision: March4,2Q20 0072fl0-Y GENERAL CONdITIONS Page 8 nf b3 2.03 Starting fhe Work Contractor shall start to perfarm the Work on the date when the �ontract Time commences to run. No Work shaIl be done at the Siie prior to thc date on which the Contract Time commences to run. 2.04 Befor�e Starting Construclion Baseli�e Schedudes: Submit in accordance with the Cont�-act Documents, and prior to star-ting the Work. 2.45 Preconstructaon Conference Before any Work at the Site is start�d, the Contractor shafl a�tend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meetin� Cantractor may not mobilize any equipment, materiaEs or resoueces 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 tnade to Contractor u�til acceptable schedules are submitted to City in accordance with the Schedule Specification as pravided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING; REVSE 3.01 Intent A. The Cont�-act Documents are compiementary; 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 funetionally complete project (or part thereo� to be constructed in accordance with the Contract Dacuments. Any labor, documentation, services, materials, or equipment that reasonably may be inferred frorn the Contract Documents or from prevailing custom nr trad� usage as being required to �roduce the indicated result will be provided whether or not specitically called for, at no additional cost to City. C. Clarifications and interpretations oFthe Contract Documents shali be issued by City. D. The Specifcations may va►y in form, forrrzat and styl�. Some Specification sectians may be written in varying degrees of streamlined ot� declarati�e sty[e and some sections may be relatively narrative by comparison. Omission of such wo�-ds and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words ancE phrases shall be supplied 6y inFerence. Similar types of provisions may appear in vat�ious parts of a section or articEes within a part depending on the format of the C1TY OF FORT WO[i7 H West 7th Strccl [mprovemenis S'CANDART) CONSTRi7C"ITON SPECiFiCA`I'IDN E)OCUMGN'f5 City Project Na 1 Q 1555 Rc�ision: March 9, 2020 oa�2oo-i GENERAL CON�ITIpNS Page R of h3 section. The Cantractor shall not take ad�a.ntage of any variation of fiorm, format or style in Enaking Coniract Claims. E. The cross refe�•encing of specification sections under the subparagraph heading "Related Sections include but at�e not necessa�•ily limited to:" and elsewhere within eac� Specification section is provided as an aid and convenience to t�e Contractor. The Contractor shall not rely on the cross referencing pt-avided and shall be responsible to coordinate the entire Wark under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whethe�• oj• not the cross referencing is complete. 3.02 Reference Siandard.s A. Standax•ds, 5pecifications, Codes, Laws, and Regulations Reference to standards, specificat�ons, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, �n+hether such reference be specific or by implication, shall mean the standard, speciflcation, manual, code, or Larvs or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreernent if there were no Bids), e�ccept as may be otherwise specifcally stated in the Contract Docu�-r�ents. 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, Conti-actor, or any of their subcontractors, consultants, agents, or ert��loyees, from those set forth in the Contract Documents. No such provision oi• instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, cansultants, ar subcontractors, any duty or auihority to supervise or direct the performance of the Work or any duty or authority fo undertake responsibility inconsistent witi� the provisions of the Cantract Documents. 3.03 Repa�lrng and Resalvtng Dascrepancies A. Reporting Discrepancies: Conlraetor's IZeview of Cantract Documenis 13efoNe Starting Work: Befnre undertaf�ing each pat-t of the Work, Cantractor shall carefully stuciy and compaxe the Contract Documents and check and verify pertinent figures therein against al1 applicable field measurer�ents and conditions. Contt-actoz• shall prnmpt[y repor� in writing to City any conflict, error, atnbiguity, or disc3-epancy which Contractor discovers, or has actuat icnowledge of, and shall obtain a written intet-pretation or clarification from Ciry before proceeding with any Work affected thereby. 2. Contract�r's Review of Cnntract Documents Durrng Pe�formance of Work: If, during the performance of the Work, Contractor discovers any conflict, ert�or, ambiguity, or discrepancy within the Contract Docurnents, or between the Contract Documents and {a) any ap�licab�e Law ar Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly repart it to City in wi�iting. Contractor shall not proceed with the Work affected thereby (except in an eme�-gency as required by Paragraph CITY OF FORT WORTi1 Wesc 7Lh Streel impravemen[s 5"fANDIARDCONSTRUCTION SPGCIFTCAT101V DOCUMEN'f5 City Prc�jcctNo. 101555 Revfsfnn: Maich9,2fl2fl 00 72 UO - 1 GENERAL CONDITIONS Pagc 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one ofthe methods indicated in Para�ra�h 3.04. Cantractor shal� not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unEess Contractor had actuaf knowledge thereof, B. ResolvingDiscre�ancies•: l. Except as may be atherwise specifically stated in the Contract Dacuments, the pro�isions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy betw�en the provisions of the Contract Documents and the prov�sions of any standard, specifcation, manual, or the instructian of any Suppfier (whether or not specifically incorporated by reference in the Cont�•act Documents}. 2. [n case of discrepancies, tigured dimensions shall �;overn over scaied dimensions, Plans shali govern o�er Specifications, Supplementary Conditians shal! govern over General Conditions ar�d Specifcations, and quantities shown on the PIans shal� 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. �. The requirements af the Lontract Documents may be supplemented, and minor variations and deviations in the Work not invol�ving a change in Contract Price or Contract Time, may be autharized, by one or more of the f�l�owing ways: 1. A Field Orde�; 2. City's re�iew of a Submittal {subject to the provisions of Paragraph 6.1 S.C); or 3. City's written interpretation or clarification. 3.05 Reuse afDocuments A. Contractor and any Subcontractot• or SuppIier snal! not: have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other doc�aments (or copies of any thereof� prepared by or bearing the seal of Engineer, including elcctronic media editions; or 2. reuse any such Drawings, Specifications, other docurnents, or copies thereoF on extensions of the Project or any oth�r project wiihout written consent c�fCity and speci�c written verification or adaptation by Engineer. C[`fY Or rORT W(]ATH West 7th Streel [mprovements 5"iATVbARiI CO�ISTRUCTiOT1 SPECT['[CAT1pN DOCUMENTS City Project Na. 141555 Revisioh: Match 9, 2020 0072Q0-1 GENERAL CO1VdITIONS Page 1 I af 63 B. The prohibitions of this Paragraph 3.05 will suivive final payment, a�' termination of the Contract. Nothing herein shall preclude Cantractor from retaining copies of the Contract Documents for reco�•d purposes. 3.06 Electronic Data A. Unless otherwise siated in the Supplementary Conditions, the data fi�r-nished by City or Engineer to Contractor, or by Contractor ta 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 ot�er �pecifications re%renced and located on the City's on-Line electronic document management and collabaration system site. Files in electronic media format of text, data, graphics, or other types are funnished only for the convenience of the receiving party. Any conclusion or ir�formation obtained or• derived fram such elect�-onic 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 govet-n. B. When transferring documents in electronic media farmat, the transferring pat-ty makes no . representations as to long term compatibility, usability, or readability of documents resulting from the use of software appiication packages, operating systems, or computer hardware differing from those used by the data'� creator. . ARTICLE 4— AVAILABILITY OF LANDS; SUSSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITION5; REFERENCE POINTS 4.01 Avcrilability of Lands A. City shall furnish the 5ite. 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 rnanner and pay for easements for permanent structures or permaner�t changes in existing �acilities. l. The City has obtained or anticipates acquisition of andlor access to right-of-way, and/or easements. Any outstanding right-of-way at�d/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Cont�•actor in accnrdance with the Contract Documents must considet� any outstanding right-of-way, and/or easements. . 2. The City has or anticipates remaving 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 Suppfementaly Conditions. The Praject Schedule submitted by the Contractor in accardance with ihe Contract Docurr�ents 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 cw-tent statement of �•ecord legal title and legal descriptian of the lands upon which the Work is to be performed. CITY OF FORT WORTH Wesl 7th Street improvements STANDARD C01�5TRUC7�ION SPECTi'iCA'f10N DOCUMTNTS Cily Prnject No. ] 01555 Revision� March9,2020 00 �z oo - i GENERAL GONDiTIONS Page 12 ui63 C. Contractor shall pravid� for alI additiona] lands and access thereto that may be required for constt-uction faeilities or storage of materials and equipment. 4.02 Subsurface und Physical Conditians A. IZeports and Drcnvings: The Supplementary Conditions identify: 1. those reports [cnown to City of expiarations and tests of su6surface conditions at or contiguous to the Site; and 2. those clrawings known to City of physical conditions relating to existing s�rface or subsurface structures at the Site {except Unde�-ground Facilities). B. Limited Reliance by Contrttctor on Technical Data Autho�ized: Contractor may rely upon the accuracy of the "technical data" contained in such r�ports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is ic�entffied in the Supplernentary Conditions. Contractor rr�ay not make any Contract Claim against City, or any of their ofticers, dire�tors, members, partners, employees, agents, consultants, ot• subcontracto��s with respect to: ]. the compfeteness of such reports and drawings for Contracior's purposes, it�cluding, but not limited to, any as�ects oF the means, methods, t�chniques, sequences, and procedures of construction to be empioyed b� Cantractor, and saFery precautions and programs incident thereto; or 2. oth�r data, interpretations, opinions, and information cantained in such reports or shown or indicated in such drawings; or 3. any Contractor intet•pretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.43 Differing Subsurface or Pdtysical Conditiuns A. Notace: If Contractor believes that any subsurface or physical condition that is uncov�rec! or• revealed eit�e�-: I. is of such a nature as to estab[ish that any "technical data" on which Contracta- 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 Documenis; or 3. differs materially irom that shown or indicated in the Contract Documents; or 4. is af an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the chat•acier pt•ovided for in the Coniract Documents; CITY QP FOR'€ WORTT[ Wesl 7th Streel Tmprovemcnts STANDARDCOIVSTRUC"fION SYECIFICATION DOCUMENTS City Projectido. IOISSS Revision: Macch9,2U20 00 �z oo - i GENERAL CONDITIONS Page I 3 of 63 then Contractor shall, pramptly after becoming aware thereof and before further disturbing the subsurface or physical canditions or perfarming any Worl� in connection the�-ewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjuslments Cantr.actor shaIl not be entft�ed to any adjustment in the Contract Price or Contract Tinne if I. Contractor knew of the e�istence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Tirr�e by the submission of a Bid or becoming 6ound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examinatfon of the Contract Documents or ihe Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilitaes A. Shown or Indicated.� The information a�d data shown or indicated in the Contract Documents with respect to existing Undergt•ound Facilities at or contiguous to the Site is based or� 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 5upplcmentafy Canditions: i. City and Engineer shall not be t•esponsible for the accuracy or completeness oi any such infot-matian or data provided by others; and 2. the cost Qf alI of the foilowing will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such informatian and data; b. Iocating all Underground Facilities shown or ind�cated in the Cont�•act Documents; e. coordination an� adjustment of the Work with the owners of s�ch Underground Faciliti�s, including City, during const�uction; and d. the sa%ty and protection of alt such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown o� Indicated.� 1. if an Underground Facility which conflicts with the Work is uncovet-ec� or i�eveaied at or contiguous to the 5ite which was not shorrvn or indicated, or not shown oi- indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or perfocming any CITY OF FORi� WORTII West 7th Stree! [mprpvements STANDARD GONS'IRUCTION SPECiFICA'fION DOCUMENTS City Project No. 101555 Revision: Maich9, 2U20 � oa�zo�-t GENERAL COI�DITIONS Page 14 oFb3 Work in connection therewith {except in an emergency as required by Paragraph 6.17.A), identify the owner a� such Underground Facility and give notice to that owner and tQ City. City will review the discovered Under�roUnd Facility and determine the extent, if any, to which a change may be required in the Contract Docum�nts to reflect and document the consequences of the existence or location of the Undergraunc! Facility. Contractor shall be �•esponsible for the ,safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Cantract Documents is required, a Change Order may b� issued to reflect and document such consequences. 3. Verifcation of existing utilities, structures, and service lin�s sha.11 Ynclude notitication of all utility companies a minimum of 48 hours in advance of construction includi�g explorator•y exca�ation if necessary. 4.45 Reference Points A. City shal� provide engineering surueys to establish reference points for construction, which an City's judgment are necessary io enable Contractor to proceed with the Work. City will provide construction stakes or other customary rnethod o.f rriarking to establish• line and grades for roadway and utiiity construction, centerlines and benchmat•ks for bridgework, Contractoj• shal.l protect and preser�e the established re%rence points and property manuments, and shall make no char��es or relocations. Contracfor shall repori to Ciry whenever any t�efer-ence point ot• property monument is lost or destroyed or requires relocatian because. of necessary changes in grades or locations. The City shall be responsible for the replacement or t•elocation oi reference points or property monuments not carelessly or wi[lfuily destroyed by the Cantractor. The Contractor shall notify City in advance and with suffcient time to avoid delays. B. Whenever, in the opinion of the City, any reference point o�� manument has been carelessly or willfially destroyed, disturbed, o�� �-�mo�ed by tt�e Contractor or any oFhis �mployees, the ful� cost for replacing such points plus 25% wiil be charged against the Contractor, and the fuEl arnount will be deducted from payment due the Coniractor. 4.06 Haza�dous Environmental Condition at Site A. Reports and Dra�vings: The Supplementary Conditions identify those reports and drawings knawn to City relating to Hazardaus Environm�ntal Conditions that have been identified at th� Site. B. Lirrzited Reliance by CnnlYactor on Technical DRta.Authorized: Contractor may rely upon the accuracy of the "technicai data" contained in such repo�-ts and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identifed in the Supp[ementa�y Conditions. Contractar may not ma[ce any Contract Clafm against City, or any of their officers, directors, mem6ers, partners, ernployees, agents, consultants, oe subcontractors with respcct to: the completer�ess 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 C1TY OF FOR"l" WORTH Wcst 7th Strtct Improvemcnts 51'ANC3ARpCONSTRUCTiON SPECIFICA'1TON DOCCJMENTS Cily i'raject No. I01555 Kcvision. March 4, 202Q 00 �a oo - t GENERAL CON�ITIONS Page l5 of 63 construction to be emp�oyed by Contractor and safety preeautions 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 d�-awn from any "teci�nical 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 Drawin�s or Specifications or identified in the Contract Documents to be withi� the scope of the Work. Contractor shall be responsible fot• a Hazardous Environmental Cor�dition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Co�tractor is responsible. D. If Contracto�- encounters a Hazardous Enviranmer�tal 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 considet- the necessity to retain a yualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in cannection with such condition or in any affected area until afie�- City has obtained any required permits related thereto and delivered written notice to Contractor: {i) specifying that such candition and any affected area is or has been rendered suitable for the resumpt�on of Work; or (ii) specifying any special conditions under which such Wark 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, ot� does not agree to resume such Work under such special conditions, then City may order the portion o#� the Woric that is in. the area affected by such condition to be c�eleted from the Work. City may have such deleted portion of the Work performed by City's own forces or othe�•s. G. To the fudle.st exlent permrlted by Laws and Regulatians, Condractor shall indemnify and hvld harrraless Cidy, from and against all claims, cosls, Iosses, and damages {including but not limated io all fees and charges nf engineers, architects, ctttorneys, and other professionals and ull court or arbitratlon ar other dispute resolution costs) a�ising out of o� relating lo a Hazardous Environmental Cvrtdttion created by Contractor or by arryone_ for whom Contractor is responsible. Nothing in thas Paragraph 4. 06. G shall obligate Contractor io indemnify any individucrl or entity frvm and agaanst the cansequences of that indavidual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4A4 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FOR7� WORTFI West 7lh Street Impravements STANDARDCON5TRi1CTiON SPECiF[CATiON DO�UMEN"CS CityProjectNo. 1Ot555 Revisian: March9, 202� � oa �z oo - i GENERAL CONDi710NS Page 16 uf 63 ARTICLE 5— BONDS AND INSLTRANCE 5.01 Licensed Sureties and In.surers All bonds and insueance required by the Coniracl Documenis� to be purcnased and rr►aintained by Contractor shall be obtained from surety or insurance campanies thai are duly licensed or authorized in the State of Texas to issue bonds or insUrance policies t'or the limits and caverages so required. Such surety and insurance companies shal! also meet such additional requirements and qualificattans as may be provided in the SuppEementaty Conditions. . 5.02 PeYformance, Pcryment, and Maantenance Bonds A. Contractor shall furnish performance ar�d payment bonds, in accordance with Texas G�vernrnent Cade Chapter 2253 or successor statute, each in an amount equal to the Contraci Price as security for the faithful performance and payment of all of Contractor's obligations u�der the � Contract Documents. B. Contractor shall furnish maintenance bonds in ar� arr►ount equal to th� Contract Price as security to protect the City agai �st 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 �rescribed by the Contract Documents except as p�•o�ided otherwise by Laws or Regulations, and shall be executed by such sureties as are nanned in the list of "Companies Holding Cer�iftcates af Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as pu6lished in Circular 570 {amended) by the Financial Management Setviee, �urety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-iact must be accompanied by a seaIed and dated power of attorney which shall show tI�at it is effective on the date the agent a� attorney-in-fact signed each bond. D. if the surety on any 6ond furnished by Cantracto�- is declared bankt-upt or becomes insolvent or its right to do business is terminated in the Sta#e of Texas or it ceases to meet the reqUirements of Paragraph 5.�2.C, Contractor shall prompt�y notafy City and shall, within 30 days after the e�er�t giving rise to such notification, provide another bond and sueety, both of which shall comply with ihe requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deli�ver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certiticates of insurance {other evidence of insurance requested by City or any ather additional insured} in at least the minimum amount as speci�ed in the Supplementa�y Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementaty Conditions as "AdcEitional Insured" on all liability policies. CITY OF FORT WORT.E I Wcst 7th Strcct impro�emcnts STADlDARD CONSTRUCTiON SPECiPICAT[ON �]OCUMEIVTS Cily Praject Nu. �01555 Re�ision: March 9, 2020 oa�zoa-� GEIVERAL CONDITIDhES Pagc 17 of 63 2. The Contractor's general Eiability insurance shall include a, "per project" or "per location", endorsecnent, which shaIl be identified in the certificate of insurance provided to the City. 3. The cet-tificate shall be signed by an agent authorized to bind co�erage on behalfofthe insured, be camplete in its entiz•ety, and show complete insurance can•ier narraes as �isted in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed anci/or approved to do business in the State oi Texas. Except for workers' compensation, all insucers rr�ust have a minimum rating af A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial st�•ength and solvency to the satisfaction of Risk Management. If the rating is below that reguired, written approval of City is required. 5. All applicabie policies shall include a Waiver of 5ubrogat#on (Rights of Recovery) i.n favor of the City. in addition, the Contt�actor 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 ot- other evidence of fuil compliance with the insurance requirements or faiiure of the Ciry to identify a deficiency from evidence that is provided shall not be const�-ued as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance palicies are not writien fo�� specified coverage lirnits, an Umbrella or Exc�ss Liability insurance for any difCerences is required. Excess Liability shali follow form of the primary coverage. 8. Unless otherw�se stated, alt rec�uired insurat�ce shall be wr�tten on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to ihe date of the effective date of the agreement and the certificate of insurance shall state that the caverage 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 Fina1 Acceptance provided under th� Contract Documents or for the warranty period, whichever is ionger. An annual certi�cate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall ha�e no exclusions by endo�-sements, which, neither nullify or amend, the required lines of caverage, nor- decrease the limits of said coverage unless such endorsements are approved in v�n•iting by the City. In the event a Contract lias been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance co�erage, and the City desires the contractor/engineer to obtain such cov�ra�e, the contract price shall be adjusted by the cost ofthe premium for such addit�onal coverage plus 10%. 10. Any se�f-insured retention (SiR}, in excess of $25,000.00, affecting required insurance coverage shail be approved by the City in regards to asset vaIue and stocEcholders' equity. In CITY OP PORT WORTII West 7th Street Tmprnvements STANDARdCONS"fRL3CT[ON SPECIFICA"I�nN DOCUMENTS City ProjectNo. I�1555 Revision: March 9, 2020 , oo�zao-i GENERAL CONDITIONS Page l 8 of 63 lieu of traditional insurance, alt�rnative coverage maintained through insurance pools or risk retenti�n groups, must a�so i�e appro�ed by City. I 1. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dnllar basis, must be acceptable to and appro�ed by the Ciry. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to maIce reasona6le adjustments to insurance coverage's and their limits when deemed necessary and pnadent by the City based upon changes in statutoty law, court decision or the claims history ofthe industry as weli as ofthe contracting parry to the City. The Ciiy shalI be required to provide prior notice of 90 days, and the insuranc� adjustrnents sha[I be incorporated into the Work by Change Order. I3. City shall be entitled, upon written request and without expense, to. recEive copies of policies and endo�sernents thereto and may malce any reasonable requests for deletion or revision or modifications of pa�icular policy terms, conditions, limitations, or exclusions necessa�y to conform t�e policy attd endo�•sements to the requii-e�nents of the ContracE. Deletians, revisions, or modifications shall not be required where poficy 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 di�-ect payment of insurance premium costs for Contractor's insurance. 5.04 Conlractor's Insurance A. Wo�kers Compenscation and Employers' Li�ahilily. Contractor shall purchase and maintain sueh insurance cov�rage with lirnits consistet�t with statutory benefits ou€tlined in the Texas Workers' Compensation AcE {Texas Labor Code, Ch. 406, as atnended), and minimutti limits for F,mp[oyers' Liability as is apprapriate for the Work being performed and as will p�•ovide protection from ciaims set forth below which may arise out of or result from Contractor's performance oFthe Work and Contractor's athei- obligations ur�der the Contract Dacuments, whether it is to 6e �erformed by Cont�actor, any Subcontractor or Supplier, or by anyone directly or indirectly employecf by any of thern to perfor�n any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disabiiity benefits, and other similar employee benefit acts; clairrts %r damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Comrrrercial (ieneral Llability. Cover•age shall include 6ut not be limited to covering Eiability (bodily injury, or property damage) arising from: prernises/operations, independent contractors, products/comp�eted operations, personal injury, and iiability under an insured contract. �nsurance shall be pravided on an occurrence basis, and as camprehensi�e as the current Insurance Services Offtce {ISO) policy. This insurance sl�ail appty as primary insurance with respect to any other CiTY O� FORT WORTTT Wesl 7th Strect Imprc��cments STANDARD CONSTRLICT[C1N SP�.CiPICA'CION T�OCtIMF.iJ'CS City Project iQo. 101555 Revision: March9,2020 o��2ao-� GENERAL CONDITIONS Page 19 oF63 insurance or self-insurance programs at�orded to the City. The Cammercial General Liability policy, shall have no exclusions by endorsements that would alter of nul�ify premises/opet•ations, products/completed operations, contractual, pe�-sonal injury, or advertising injury, which are narmally contained with the policy, unless the City approves such exclusions in writing. For const�uction projects that present a substantial completed operation exposure, the City may require the contractor to maintain compieted operations coverage for a minimurr� of no �ess than three (3) yeat�s following the completion of the project (if identified in the Supplerrkentary Conditions). C. Aulorraobile Liability. A commercial bus�ness auto policy shall provide coverage nn "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims fot- damages beeause bodily inju�y or death of any pe�-son and or property damage arising oUt of the wor[c, maintenance or use of any motot- vehicle by the Contractor, any Subcontractor or Supplier, o�- by anyone directiy or inditectly employed by any of them to pet�form any of the Work, or by anyone for whose acts any of thern may be iia�le. D. Ratlroad Pt�oteclive Liability. Tf any af the work or any warranty wot-k is within the limits of railroad right-of-way, the Contractor shall comply with the requirerrients identified in the Supplernentary Conditions. E. Notfcalion of Policy Cancellation: Contractot- shall immediateiy notify City upon cancellaiion or othei- loss of insurance coverage. Contractor shall stop work until replacement insurance has been pracured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insura�ace; Option to Replace if City has any objection to the caverage afforded by or other provisions of t�e bonds or ins�arance required to be put-chased and maintained by the Contz•actor in accordance with Article 5 on the basis of non-conforrnance with the Contract Documents, the City shall so notify the Contractor• in writing within 10 Business Days af�er receipt ofthe certificates {or other e�idence rec�uested). Cantractor shall provide to the City such additinnal inFormation in respect of insurance provided as the City t�ay reasonably request. If Contractar daes 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 6.0 i Su�ervisf�n and Superintendence A. Contractor shall supervise, inspect, and direct the Work competentiy and efficiently, devoting such attention thereto and applying such skilis and expertise as may be necessaiy to perform the Work in accardance with the Contract Documents. Contractor shall be solely responsible for the means, Ynethods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH West 7th Sln:et [mpruvcments 5'CAllDARD C4NSTRUC7T03Y SPECIFICATiON DOCiJME1�TS City Praject Nn_ I O1555 Revision� March9,2020 00�200-� GENERAL CONDITIONS Page 2Q of 63 B. At alI times during the progress of ihe Work, Conh-actar shall assign a competent, English- speak�ng, 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 Cont�•actor. All communication given to or recei�ed from the Superintendent shafl be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence ofconstruction. 6.02 Labor; Working Hours A. Cantractor shall provide competent, suitably qua]ifiecE personnel to perform construction as required by the Contract Docutnents. Contractor shall at all times maintain good discipIine 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, al [ WorIc at the Site sha[I be performed during Regular Working Hours. Contractor w�ll not permit #he performance of Wo�'k beyond Regular Working Haurs or for Weekend Working Hours without City's written consent (which will not be ur�reasonably withheld). Written request {by letter or electronic co►nmunication) to perform Work: for beyond Regular Warkin� Hours request must 6e made 6y noon at least two (2) Rusiness Days prior 2. for Weeicend Wor[cing Hours request must be made by noon of the pr�eeding Thursday 3. foi� l�gal holidays t-equest must be made 6y noon two B�asiness Days prior to the legal holiday. 6.03 Services, Material.s, und Eguapment A. Unless othe�-wise specified in the Contract Documents, Contractor sha�1 prnvide and assume full responsibiliry for afl se�vices, materials, equipment, labor, transpartation, construction equipment and machinery, toals, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all othet• facilities and inciclentals necessary for the pet•formancc, Contr•actor required testir�g, start-up, and co�npletion of the Work. B. Ail materiaEs and equiptnent incarporated into the Worlc shall be as specified or, if not specifed, shall be of good quality and new, except as otherwise pro�ided in the Contract Documents. All special waf�ranties and guarantees reqUired by ihe Specifications shall expr�essly run to the benefit of City. if required by City, Contt•actor shall fi�rnish satisfactory evidence {incfuding reports of requi�•ed tests} as to the source, kind, and yuality of materials and equipment. Ci7 Y OF PQRT WOR7'[I West 7(h Street Tmprovements S`�ANT)ARDCONSTRtTC"170N SYL-CIFICATIOt�f DOCUMENTS City ProjectNo. 401555 Re�isian: Macch 9, 2(YZU oa �z ao - t GENERAL GONQITIONS pagc2l oF63 C. All materials and equipment to be incarporated 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 nnay be provided in ilie Contract Documents. D. Ali items of standard equipment to be incoiporated into the Wock shall be the latest model at the time of bid, unless otherrvise 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 frotn time to tirne as provided below. i. Contractor shall subt�nit to City for acceptance {to the extent indicated in Paragraph 2.07 and the General Requir�ments) proposed adjustments in the Project Schedule that will not resuit 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 ProjecC Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification O 1 32 16. 3. Proposed adjustments in the Project Schedule that wi11 change the Contract Tirrte shall be submitted in accordance with the requirements oi Article 12. Adjustments in Contract Time may oniy be made by a Change Order. 6.05 Suhsiitutes and "Or-Eguals " A. Whenever an item of material oj• equipment is specified or described in the Contract Documents by using the name of a proprieta�-y item or the name of a particular Supp�ier, the specification or description is intended to establish the type, functian, appearance, and quality required. Unless the specification or description contai�s ar is followed by words reading that no liEce, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppl�ers may be submitted to City far review under the circumstances describ�d below. 1. "Or-Equal " Ilems: If in City's sole disccetion an item of material or equipment proposed by Contractor is functionally ec�ual to that narned and sufficiently similar so that no change in related Work wili be i•equired, it may be considet�ed by City as an "or-equal" item, in which case review and appro�al of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements fot- approval of praposed substitute items. For the purposes of this Pacagraph 6.OS.A.1, a proposed itern of material ot� equipment will be considered �'unctionally equal to an item so named if a. the City deter�nines that: 1) it is at least equal in materials of consh•uction, quality, durability, appearance, strength, and design c�aracteristics; C[TY OF FORT WORTH West 7th Street imprc�vements STANDARDCOI�iS7iii�C7�[dN 5PP:CIFICATiON DOCUM6iV'I'S City ProjcctNo. IQ1555 Revision March9,2Q20 oa�zoo-� GENERAZ CONDITIONS Page 22 o F 63 2) it will reliably perform at least equally weli the function and achie�e the results imposed by the design concept of the completec! Project as a functioning whole; and 3) it has a proven record ofperformance ant! availability oirespotisive ser�vice; and b. Conteactor 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 substantiatly to the detailed requiremenis af the item named in the Contract Docurx�ents. 2. Suhstitute Iterns: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-ec�ual" item under Paragraph 6.OS.A.1, it may be subrnitted as a proposed substitute item. b. Contractor shall sui�mit sufficient information as provicled below to altow City to deteemine if the item of material or equipment proposed is essentia[!y equivalent to that namec� and an acceptable substitute therefor. Requests for re�iew 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 rev�ew of a proposed substitute iterr� ol� material or equipment that Cantractot- seeks to furnish or use. The application shalI compdy with �ection O 1 25 00 and: �) shalt certify that the proposed substitute it�m will: a) pef-form adequately the functions ana achieve the results called for by the genera! design; 6) be simiiar in substance to that speci�ed; c) be suifed to the same use as that specified; and 2) wiIl state: a} the extent, if any, to which the use of the proposed substitute item wi1l prejudice Contractor's achievement of final completion on time; b} whether use of the proposed substitute item in the Work wiI1 require a change in any of the Contract Dncuments (or in the pro�isions of any other direct contract with City for other work on the Pt�oject) to adapt the design to the proposed substitute item; CITY OF F(JRT WORTH SCANi]ARD CONSTRUCT[O�I SPF.CCF[CA'fI0%I DOCUMENTS West 7th Stree[ Tmprn�ements Rcvision: March9,2020 City ProjectNo. 101555 oa �z ao - � GENERAL CONDI710NS Page 23 of 63 c) whether incot-poration or use of the proposed substitute item in connection witi� ihe WorEc is subject to payment of any licens� fee or royalty; and 3) wili identify: a) all variations of the proposed substitute item t'rom that specified; b} available engineet-ing, sales, maintenance, repair, and replacetnent services; and 4) shall contain an it��nized estimate of all casts or credits that will result directly or indirectfy frotn use of such substitute item, including costs of redesign and Damage Claims oiother contractors affected by any resulting change. B. Substilute Construction Methods ar Procedu�es: If a specific means, method, technique, sequence, or pt�acedvre of eonstruction is expa�essly required by the Contract Documents, Contractc�i• may furnish or utilize a substitute means, method, technique, sequence, or procedut�e of consti�uction approved by City. Contractor shall submit sufticient infoi•mation to allow City, in Ciry's sole discretion, to determine that the substitute pr-oposed is equivalent to that expressly called for by the Contract Documents. Contt-actor shall make written application to City for review in the same manner as those provided in Paragraph 6AS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposai or submittal made purs�ani to Paragraphs G.05.A ar�d 6.OS.B. City may require Contractor to fiat�nish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, instailed or utilized until City's review is complete, which will be e�idenced by a Change Order in the case of a substitute and an accepted Subtnittal for an "or-equal." City wifl advise Contractor in writing of its determination. D. Specaal Gucrrantee_ City may r•equ�re Contracto�• to furnish at Contractor-'s expense a special perfoi•mance guarantee, war�-anty, or other surety with t•espect to any substitute. ContracloY shall irrdemn� and hold hcrrmless Caty and anyone darectly vr Indi�-ectly en�played by them,from and against any and all claims, damages, losa�es and expenses (including attarney.s fees% arising�aut of the use of substituted malertcrls or equipment. E. City's Cast Reimb�crsement: City will record City's costs in evaluating a substitute proposed ar submitted by Coniractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City appro�es a substitute so proposed or submitted by ContracYor, Contractor tnay be required to reinnburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Docutnents (or in th� provisions of any other direct contract with City) resulting from ihe acceptance of each proposed substitute. F. Contractnr's Ex�ense: Co�tractor shall provide aIl data in suppot-t of any proposed substitufe or "or-equai" at Contractor's expense. CiTY OF FORT WORTH West 7th Stree[ [mprovements 5TAN�]ARDCOIVSTRUC'f10W SPECIi'iCATION �IOCUMENTS CityProjectNo. 101555 Revlsinn: Ma�h9,2020 007200-I GENERAL CflNDITIONS Pagc 24 of 63 G. Caty Substitute Reambursement: Costs {savings or charges} aCtributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additEonal time will 6e granted for substitutions. 6.46 Concerning Suhcontractars, Suppliers, and Others A. Contractor shall perForm with his owre organizatior�, work of a value not Iess than 35% oF tE�e �alue embraced on the Conieact, 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 t•easonahle objection. Cor�tractor shall not be required to employ any Subcontractar, Supplier, or other indi�idual or entity to furnish or perform any of the Work against whom Contractor has reasanable objection (excluding those acceptable to City as indicated in �aragraph 6.06.C). C. The City may from iime to time require t�e use oi certain Subcontractors, Suppliers, or other ind�viduals or entities on the project, and wifl provide such requircments in the Supplementaty Conditions. D. rYlinorily Busaness Enterprise Compliance: It is City policy. ta ensure the ful] and equitable participation by Minority Busir►ess Enterprises (MBE) in the pi•ocurement of goods and se�vices on a contractual basis. if the Contract Documents pro�ide for a MBE goaE, Contractor is required to comply with the intent of the City's MBE Ordinance {as atri�nded) by the foilowing: �. Contractor shalE, upon eequesk by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor wil� not tnake additions, deletions, or substitutions af accepted .MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract ancE may r�sult in debarment in accordance with thc procedures outltned in the Ordinance. Contractor shall, upon request by City, allow at� audit and/or exarnination af any booics, records, or files in the possession of the Cantractor that wi ll substantiate the actual work performed by an MBE. Material misrepresentation of any natut-e wilI be grounds foe termination of the Contract in accordance with Paragraph 15.02.A. Any such misre�resentation may be grounds for disqualifcation of Contractor ta bid on future contracts with the City fot• a period of not less than three years. E. Contractor shaEl �e fully responsible to City for a�l acts and omissions of the Subcontractors, Suppliers, and other individuals or eniities pertorming or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and ornissions. Nothing in the Contract Documents: CT7'Y C)P i'OR'f WOR"CH West 7th Stmet [m�iroveinen#s S"I'hNDARD GOT�S"fRUCTiUN SPT:CIFICAT[OlV DOCUTVTENTS Ciry Projcct Na. 101555 Revision: Marcli 9, 2Q2U ' oo��ao-i GENERAL CONDITiONS �age 2S ot 63 shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, S�xpplier oe• other individual or entity; nor 2. shall create any obligation on the part of City to pay or ta see to the payment of any moneys due any such Subcontractar, Supplier, or other individual or entiry except as may otherwise be required by Laws and Regulations. F. C'ontractor shall be solely responsible for scheduling and coordinating the Work af Subcontractors, Suppiiers, and other indi�viduals 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 sha3l communicate with City tht�ough Contractor. H. All Woric performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Sup�lier which speeifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage lZades A. Duty to pay Prevailing Wage Rates. The Contractor shail comply with all requirements of Chapter 225&, Texas Government Code {as amended}, including the payment of not less than the rates determined by the City Council of the City of Fort Woi-th ta be the prevailing wage rates in accordance with Chapter 2258. Such prevailin� wage rates are included in these Contract Documents. B. Penalty for Violativn. A Contt�actor or any Subcontractor who does not pay the prevailing wage shall, u�on demand made by the City, pay to tf�e City $60 far each worker employed for each calendar day or part of the day that the worker is paid iess than the prevaiiing wage rates stipulateci in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Corriplainls of Violaiions and Cily Determination of Good Cause. On receipt of info�-mation, including a complaint by a worker, conceiming an a�leged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the Ciry shal! make an initial determination, befoi•e the 31st day after the date the City receives the information, as to whether good cause exisis to believe that the violation occur►•ed. The C�ty shall notify in writing the Contractor or Subcontractar and any affected worker af�its initial determination. Upon the City's determination that there is good cause to beiieve the Contractor or• 5ubcontractor has violated Chapter 2258, the City shall retain the fuli amoUnts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such att�ounts being subtracted from successive progress payments pending a final determinatian of the vio�atian. CITY O!' FORT WORTH West 7th Stree[ improvcments S'fANDARD CONSTRUCTTOIV SPECIi'ICATION DOCUMEN"I S City Project Na 101555 Rcvision: Match 9, 2fl20 . oo�zoo-i GENERAL CONDITIONS Pa�e 2fi of 63 D. Arbitralion Required if Vinlatia�a Not Resolved. An issue relating to an alleged violation of Section 225$.023, Te�as Governmer�t Code, including a penalty owed to the City or an afFected worker, shali be submitted to 6inding arbitration in acco�-dance with the Texas General Arb�tration Act (Artic�e 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affectecE w�rker does not r�solve the issue by agreement before the 1 Sth day after the date the City makes its initiai determinatian pursuant to Paragraph C above. If ti�e persons required to arbit�-ate under this section do not agree on an arbitrator before the 11tI� day after the date that arbitration is required, a district cout-t shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision ar�d award oithe arbitrator is fnal and binding on ali parties and may be enforcec! in any court af competent jurisdiction. E. Record.s to be Mcrintcrined. The Contractar and each Su6contractor shall, for a periocf of three (3) years following the date of acceptance of the work, maintain records that show {i} the name and occUpation of each �vorIcer- employed by the Contractor in the const��uction af the Work provided for in this Contract; and (ii) the actua] per diern wages paic! 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. Prog��ss Pay►nents. With each progress payment or. payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirerr�ents af Chapter 2258, Texas G.overnment Code. G. Posting of Wage Rates. The Contractor shaI1 post prevailing wage rates in a conspicuous ptace at alE times. H. Subcont�actor Compliance. The Contractor shall include in [ts subcontracts and/or shall othe�ise require all of its Subcantractors to comply with Paragraphs A through G abo�e. 6.08 Patent Fees and Royalties A. Contrac�or shall pay ali license fees and royalties and assume all costs incident to tHe use in the performance of the Work or the it�corporation in the Wor[� 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 perfor•mance ofthe Work and if, to the actual knowledge of City, its use is subject io patent rights or copyrights calling for th� 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 informatian does nat relieve thE Contractor from its o6ligations to pay for the use of said t'ees or royalties to others. B. To the.fullest extent pernxitted hy Laws and Re�elcrtaons, Cont�crctar shcrdl indemnif'y and hold harmles,s City, from and against a1I clal�ns, cnsls, losses, and darnages (including hut no1 limited to ull fees and char�es of engineers, architecls, attorneys, and other professivnal,s and all court or ��bitration or other daspute resolution co.sts) arising out of or relating to any infringement of patent raghts or capyrights incident to the use in the performance of�lhe Work or resulting frorr2 CI1�Y OP PORT WOR"1'H 5"fA7VDART)CO1VS7'RUCTIOI� SPHCiPICATTO�V DOCUMi;N'l:S West 7th Street impravements Revisioh: Muth 4, 2Q2q City Project Nu. l0 ] 555 00 �z oa - � GENERAL CONI7ITIONS Page �7 of b3 the incorporation ira 16�e Work of �any invention, design, process, product, ar device not specified in the Contract Dacumenls. G.09 Permils and Utilities A. Contraciar obtained pe�mits and licenses. Contractor shall obtain and pay for all constructfon permits and licenses except those provided foz• in the Supplementary Conditions or Contract Docurnents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmentai charges and inspection fees necessary for the prosecution of the Work which are appiicable 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 Ciry as specified in 6.D9.B. City shall pay al] charges oiutility owners for cont�ections for providing permanent s�rvice to the Work. B. City obtained permits and licenses. City will obtain and pay far ali permits and licenses as provided for in the Supplementat-y Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If ti�e Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate re�ulato�y agency. The City will not reimburse th� Contractor for any cost associated with these requirements oi any City acquit-ed permit. The following are pErmits the City wili obtain if required: � 1. Texas Depa�-tment of Transpo�-tation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Qua�ity Permits 4. Railroad Company Permits " C. Oxrtstanding permits and licenses. The City anticipates acquisition of and/oz' access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the 5upplementary Conditions. The Project Schedule submitted by the Cont3ractor in accot�dance with the ContracL Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulutions A. Contt-actor shall gi�e all notices required by and shali comply with ali Laws and Regulations appficable to the performance of the Work. Except where otherwise expressly required by applicabie Laws and Regulations, t�e City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor perforrns a�y Work [�nawing or ha�ing reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees anc# charges of engineers, architects, attot-neys, and o�her professionals and all CITY O� �'OR"1' WORTH West 7th Stree[ improvements STA7+IDARI] CONS'1�}tUCTION SPEC1FiCAT101V DOCUMENTS City Project No. 101555 Re�ision: March9, 2d20 ao �2 00 - i GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relati�ng to such Work. However, it shail not be Contractor's responsibility to make certain that the Specificafions and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's abligattons under Paragraph 3.02. C. Changes in �,aws or Regulations nat known at the time of openir�g of Bids having an effect on the cost or tirne of performance ofthe Worlc may be the subject of an adjustment in Contract Price or Contract Time. 6.�1 Taxes A. On a contract awarded by the City, an organization which qualifie� for exempfion pursuant to Texas Tax Cade,'Subchapter H, Sections 151.341-335 {as arnended), ihe Contracior may purchase, rent or lease all materials, supplies and equipmer�t used or consumed in the perfarmance of this contract by issuing to his supplier an exetnption certiflcate in lieu oi the tax, said exemption cert�ficate to compiy with State Comptroller's Ruling .007. Any such exemption certYficate issued ta the Contractor �n lieu of the tax shal[ be subject to and snatl comply with the provision o� State Comptroller's RuIing .Ot l, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may �e obtained from: 1. Comptrofler of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http:. P�-� Yvit��vi��.;�ti,.Cri�i15/4iIXIY11'1/La:{tO1.Il�/�1.��tC�rrt,s.html 6.12 Use of �Site and Other,4recas A. Limitation on Use of Site and Other Areas: 1. Contractor shaEl confine constr-�action equipment, the storage of materials and eqUipment, and ti�e operatians of workers io the Site and other areas pez-�nitted by Lar�vs and Regulations, and shall not unreasonably encumber the Site and other areas with constxuction equipment ar other materials or equipment. Contractor shaIl assume fuIl responsibility for any damage to any such Iand or area, or to the owner or occupant thereof, or of any adjacent land or areas resufting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or clased ar 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 f nish the section on vvhich operations are in progress before work is commenced an any additional area of the Site. CITY OP FORT WORTI T West 7th Street improvemenfs STqNDARD COT�TSTRUCTIO�T SPT:C[FICATION UOCUMI;N'1�S City Project No. 1 fl L 555 Revision Man;h9,2020 00 �z oo - t GENERAL CQNDITIONS Page 29 of G3 3. Shauld any Da�nage Claim be made by any such owner or accupant because of the performance of the Work, Contractar shall prompt9y atterript to resoive the Damage Claim. 4. Pu�suant lo Paragrapl� b.21, Contractor shall indemn� and hald ha�mles.s City, from and againsi all clairtz.s, costs, losses, rxnd da�nages arising out of �or relating to any clarm or action, legal �or equitable, brought by any such owner or occupant against City. B. Removal of Dehris During. Performance of the Work: During the progress of the Work Contractor shall keep the Site and othe�- areas free from accurnulatior�s of waste rnaterials, rubbish, and other debris. Rernoval and disposal of such waste materials, rubbish, and other debris sha[I confo�•m to �ppiicable Laws and Regulations. C. Site Mcaintencrnce 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, ifthe Contractor fails to correct the unsatisfactory procedure, ihe City may take such direct action as the City deems appropriate to correct the clean-t�p deficiencies cited to the Contractor in the vv�•itten notice (by ietter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall he deducted from the monies due or to becorne due to the Contractoi•. D. Final Site Cleaning.� Prior to Final Acceptance of the Worf� Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent propeY-ty owner. At the completion of the Wot-k Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and sut�pl�as materials and shall restore to original conditian or better all property disturbed by the Work. E. Lvading Slructures: Contractor shall r�ot load nor permit any part of any structure to be loaded in any manner that will endanger the struciure, nar shall Contractot• sub�ect any part af the Work or adjacent property to stresses or pressures that r�+ill endanger it. 6.13 Record Dncuments A. Contractor shali 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 af all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written intetpretations and clat•ifications in good order and annotated to show changes made during construction. These r•ecord docurnents to�ether with all approved Samples and a countecpart of ali accepted Subr►-iittals wifl be available to City for reference. Upon completion af the Wdrk, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate Iocations for huried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supetvising alf safety precautions and progz•ams in connectian with the Wor•k. Such responsibility does not relieve 5ubcontractor•s of their responsibility for the safery of persons or proper-ty in t�e performance of their work, nor for compliance with applicable safety Laws and Regulations. Contt•actor shall CITY OF FORT WOATH West 7th Streel [mprovcments 5"CANDARDCONSTRUCTiON SPECIPiCATIDN DOClJ1NEE1�iTS City ProjectNo_ 1O1555 Rcvfsinn: Ma;ch9,2fl20 00 �z oo - � GENERAL CONDI710NS Page 3Q of 63 take all necessary precautioris for the safery of, and shalf provide the necessary protect�on to prevent damage, injury a=loss to: i. all persons on the Site or who may be affected by the Work; 2, all the Wor[c and materia[s and equipment to be incorporated therein, whether in storage on or offthe Site; and ather property at ihe Site or adjacent thereto, inciuding trees, shrubs, lawns, wa[ks, pavements, roadways, structures, utilities, and Undergrour�d Facilities not designated for removal, relocation, ar replacement in the course of construction. B. Contractor shalI comply with all applicable Laws and Regu[atians relating to the safety of persons or property, or to the protection of persons or properly from cEatnage, injury, or toss; and shall erect and maintain al! necessary safeguards for such safety and protectian. Contractor shall notify owners of adjacent praperty and o#'Underground Facilities and ather uti[ity owners when prasecutioh of the Work may aff�ct them, and shall coaperate with them in the protection, �-emo�al, relocation, ar�d rep]acement of their propet-ty. C. Contractor shall comply with the applica�le requirements of City's safety programs, if any. D. Contractor shal[ info�-m City of the specifc requirements of Coniractor's safety program, if any, with which City's empioyees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.14.A.2 or 6.14.A.3 caused, clirectly or indirectly, in whole or in part, by Contractor, any 5ubcontractor, Supplier, or any other individual or entity directly or fndirectly employed by any ofthem to perforcn any ofthe Work, or anyone for whose acts any of them may be liabie, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and fot• protection of the Work shal! continue until such time as all the Work is cornpleted and City has acc�pted the Woric. 6. ] 5 .Scrfety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. b.16 Hazard Communicataon Pra�rams Contractor shalI be responsible far coordinating any exchange of material safery data sheets o.r other hazard communication information required to be made available to or exchan�ed between ar among employers in accordance with Laws or Regulations: 6.17 Emergencies and/or Recttfacation A. In emergencies affecting the safety or protection of`p�rsons or the Work or property at the Site or adjacent ther�to, Contractor is obligated to act to prev�nt threatened damag�, injury, or loss. Contractor shal[ give City prompt written notice if Contt•actor believes tl�at any significant C[TY OF FORT WORTH Wesl 7th Streel improvements STANQA[tp CONSTRUCTION SPECIPiCA'fIOT�T DQCUMENTS City Project i�Ta. I O1555 Rcvision: March9,2020 00 72 00 - l GEIVERAL CONnITIONS Page 3 ] of 63 changes in the Work or variations ft-otn the Contract Documents have been caused thereby oi• are required as a result thereof. [f City determines that a change irt the Contract Documents is required because ofthe action taken by Contractor in response to such an emer�ency, a Change Order may be issued. B. Should the Contractot• 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 shail give the Contractor written notice that such work or changes are to be performed. The written notice shali direct attentian to the discrepant condiiion and request the Contractor to take remedial act�on to carrect the condition. In the event th� Contractar does not take positive steps to fulfill this written request, oi- does not show just cause for noi taking the pt-oper action, within 24 hout•s, the City may take such remedial action witi� City forces or by cor�tract. The City shall deduct an amount equal to the entire costs fox such rernedial action, plus 25%, from any funds due o�� become due the Conti-actor on the Projeci. 6.18 Sacbmiltal.s A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted 5chedule of Submittals (as required by Paragraph 2A7). Each submittal wiil be identified as City zriay requit•e. T. Submit numbet� of copies specified �n the General Requirements. 2. Data shown on the Submittais wiIl be complete with respect to quantities, dimensions, specified perforrnance and design criteria, materials, and similar data to show City the services, materials, and equiprr�ent Contractor proposes to provide and to enable City to review the information for the Eimited purposes required by Paragraph 6.i$.C. Submittals submitted as �herein provided conformance with the design concept sha�l Documents uniess otherwise required by City. by Conti•actor and x•eviewed by City for be executed in conformity with the Contract When Sub�nittals are submitted fot� the purpose of showing the installation in greater detail, theit- review shall not excuse Contractor from requirements $hown on the Drawings and Specifications. � 5. �'or-Inforrnation-Only submittals upon which the City is not expecied to conduct review or take responsive action may be so identified in the Con�-act Documents. 6. Submit required number of Samples specifiecl in the Specifications. 7. Cleat•ly identify each Sample as to materiai, Supplier, pet-tinent data such as catalog numbers, the use �or which intended and othei• data as City nnay requit-e to enable Ci�y to review the st�bmittal For the limited purposes req�tired by Paragraph 6.3 B.C. CI'1'Y OF FORT WOR1�[i Wesl 7th Street Tmprovemenls STAMDARDCONST[iiJC'f10N SPECiPTCA7'ION DOCUMENTS City P%{ectNa. 101555 Revision: Macch9, 2020 00 �z aa - i GENERAL CDNDITIONS Page 32 of fi3 B. Where a Su6mitta[ is required by the Contract Documents or the 5checfule of Submittals, any related Work pet•formed prior to City's review and acceptance of the periinent submittal will be at the so�e expense and responsibility of Contractor. C. City's.Review: City will provide timely review of required Submittais in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items co�ered by the s�abmit�als wiIi, after instaIlation or incorporation in the Work, conform to the inforrnation given in the Contract Documents and be compatible with the design concept of the completed Project as a funetioning whole as indicated by the Contract Documents. City's review and acceptance will not extend to means, methods, techniques, seyuences, or procedures of constrUction (except whet•e a particular rneans, method, technique, sequence, or procedure af construction is specifcafly 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 indicat� approval of the assembly in which the item functions. , City's review and acceptance sha(1 not relieve Contractor frorri respansibility for any variakion fi•ott� the requiretnents of the Cantract Dacutr�ents unless Cont�actoi� has complied with the ��equirements of Section Qi 33 00 and Ciry has given written acceptance oi each such variation by specific writken notation thereof incorpora�ec! in or accompanying the Su6mittaE. City's review and acceptance shall not r�iieve Contractor from responsibility far cornplying with ihe requirements of the Contract Documents. 6.19 Continuing ihe Work Except as otherwise pt•ovided, Contractor shalI car•ry on the Wori� 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 atid Cont�-actar may otherwise agree zn writing. 6.20 Contractor .s General Warranry And Uuaruntee A. Contractor warrants ancE guarantees to City that aIl Work wi[1 be in accordance with the Contract Documents and will �ot be defecti�e. City . and its officers, directors, znembers, pa�tne�-s, �mpEoyees, agents, consultants, and sUbcontractors shall be entitied to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty anc! guarantee hereunder excludes defects or damage caused by: abuse, modYfication, or itnproper maintenance or operation 6y persons other than Contractor, SUbcontractors, Sup�liers, or any other individual or entity for whom Contractor is responsible; or CITY QP F02T WORTFI West 7th Slreet Improvemeuts STANDt1RD CONSTR{7C'I'ION SE'ECIFTCAI']UN i]OCUMENTS City �'rq]ccl No_ I01555 Revisi�n. March 9, 2U2fl . 00 �z oo - � GENERAL CONDITIONS Pagc 33 nf b3 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance wit� the Contract Documents shal I be absolute. None of the following will canstitute an acceptance of Wark that is not in accorckance with the Cont�•act Documents ac a release of Contractar's obligatiot� to perform the Work in accordance with the Contract Documents: l. observations by City; 2. recommendation or payment by City of any progr�ess 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 acce�tance of a 5ubmittal by City; b. any inspection, test, or approval by others; ot- 7, any correciian of defective Work by City. D. The Contractot• shal3 remedy any defects or damages in the Wark and pay for any damage to other work or property resulting thereft-om which shall appear within a period of two (2) years fro�n the date of Final Acceptance ofthe Work unless a longer period is specified and shall fus-nish a good and sufficient maintenance bond, complying with the requirements of Ar�icle 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.2� Indert�nification A. Contractor covenants anci agrees to indemnify, hold harmless and defend, at its own exper�se, the City, its of�cers, servants and employees, from and against any and all daims arisir�g out of, or alleged to arise out of, the work and services to be performed by t�e Contractor, its officers, agents, empioyees, subcontractors, licenses or invitees undex this Cantract. T IS INDEMNIFICATION PROVISION IS SPECI ICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN iF IT IS ALLEGED OR R�VEN THAT ALL �R SO F OF THE ANLAC�E BEIN T SOUGHT WFRE CAU En. WHOLE OR IN P RT, SY ANY A.T. O S�,�nN QR NECYLIGENCE OF TH_F_�I_'�Y'. This indemnity provisior� is intended to enclude, without lirnitation, indemnity for costs, expenses and legai fees incurred by the City in defending against such claims and causes of actions. B. Con#ractor covenants and agrees to indemnify and hald harmless, at its own expense, the City, its of�'icers, servants and empioyees, 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 perfarmed by the Contractor, its officcrs, agents, employees, subcontractors, licensees or inv�tees under this Contract. �� ]NDF,MNIFICATION PROVi�nN TS CiTY OP FORT WORTH West 7th S[reet Tmpro�ements STANDAR�CONSTIZUGTION SPECIPICATION DOCUMP.NTS Cfty �'mjcc[No_ i01555 Revision: Manch 9, 2020 00 �z ao - t GENERAL CONDITIONS Page 34 of 63 SPECI�Lr.v INTE�vDFD T OPFRA E A1vD 8 EFFE IVE Fy_EL�L IF iT IS 9��ED nR PRO ,N T�T ALL O S{)MF�ETHi' DAMAGFS BF_IN SnU T T WERE ['�T�ED. i�0 ,F�( R IN PA T RV�Ny ACT OMY55ION QR �'E(:Li(:F,NC'F. (lF TNF. CT'TV 6.22 Delegalion of Professional Design Setvices A. Contractor will not be required to pro�ide professional design services un�ess sUcn services are specifically required by the Contract Documents fo�- a portion of the Work or unless such ser�ices are required to carry out Contractor's responsibilities for const��uction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professiona! related to syslerns, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all perfo�rzance and design critet-ia that such servic�s must satisfy. Contractor shall cause such ser�ices ot• certifications to be provicEed by a p�-operly (icensed pt-ofessional, whose signature and seal shalI appear on all drawings, calculations, specifications, certifications, and 5ubmittals prepared hy such professional. Submittals related to the Wor[c designed or certii-ied by suct� professional, if prepared by others, shafl beat• such professiona�'s written approval when submitted to City. C. City shall be entitfed to rely upon the adequacy, accuracy and completeness of the setvices, certifications or ap�rovals performed by such design professionals, provided City has specified to Contractor performance and design criteria ihat such se�vices must satisfy. D. PursUant to this Paragraph 6.22, City's review and acceptance of design calcula�ions and design drawings will be only for the limited purpose of checking for conformance with perfor�nance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Subrnittals (except design calcuIations and design drawings} will be only %r• the purpose stated in Paragraph 6.18.C. � 6.23 Right to Audit A. The Cant�acto�- agrees t�at the City shall, untri the expiration of three (3) years after final payment under this Contract, have ac.cess to and the right to exa�nine and photocopy any directly pertinent books, documents, papers, and records of the Contr-actot� invoiving transaciions t�elating to this Contraet. Contractor agre�s that the City shall have access during Regular Working Hours to a!I necessary Contractor facilities and shal! be provided adequate ancE appropriate woric space in order to conduct aucEits in compliance witlz the provisions of this Paragraph, The City shall give Contractor reasonable advancc notice of intended audits. B. Contractor further agrees to include in all its subcantracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expieation of thf�ee {3) yea�s after fina� payrnent under this Contract, have access to and the right to examine and photocopy any directly pertinent booEcs, docu�nents, papers, and records of such Subcontractor, involving transactions to the subcontract, and fu�ther, that City shal[ have access during Regular Working Hours to all CITY Oi� �ORT WORTH West 7th Street Tmpro�emcnts STANDART3CUNSTRCICT[ON SPECiPICATTON DOCUMENTS CiryProject3Vo, i01555 Revislon March9,2020 ao�zoa-� GENERAL COiVdITIONS Page �5 nf G3 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 reasor�abl� advance notice of intended audits. C. Contractor and Su6contractor 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 foIlows at the rate pvblished in the Texas Administrative Code in effect as of the ti�ne capying is performed. 6.24 Nondiscrrmination A. The City is responsible for operating Public Transportation Progra�ns and implementing transit- related projects, which are funded in part with FederaE financial assistance awa��ded by the U.S. Department of Transportation and the Federal Transit Administration {FTA}, witl�out discriminating against any perso� in the United States on the basis ofj•ace, color, or national o�-igin. B. Title VI, Cival Right.s Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defned in the Supp[ementary Canditians for any project recei�ing Federal assistance. ARTYCLE 7— OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may pe�•form other work related to the Project at the Site with City's ernployees, or othet• City contractors, or through oiher direct contracts therefor, or have ather worl� perfortned by utility owners. Tf such other work is not noted in t�ae Contract Dacuments, then written notice thereof will be given ta Contractor prior to star-�ing any such other wark; and B. Contractor shatl affard each other contractot• �who is a party to sueh a dit�ect contract, each utility owner, and City, if City is performing other work with City's emplayees or other City contractors, proper and safe access to the Site, provide a reasonable oppot-tunity 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 alI cutting, fitting, and patching of the Work that may be required io properly conneci or otherwise maice its several parts come together and properly integrate with such othet• �uvork. Contractor shali not endanger any work of others by cutting, excavating, ot• otherwis� altering such work; provided, however, that Contractor may cut oj• alter others' work with the wt•itten co�sent oi Ciry and the others wi�ose wark will be affected. C. If the proper execution ot• results oFany part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such ather work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitabie for the proper execut�on and results of Contractor's Work. Contracto�•'s failure ia so repo�-t wil! constitute an acceptance of such other work as fii and proper for integt-ation with Contractor's Work except for latent defects in the work provided by others. CITY OF FOAT WOR7'H West 7th Street Improvements STANT)ARDCONSTRI7CTION St'ECIFICAT�ON DQCUM8NT5 Ciry ProjectNo. 1O1555 Revision' March9,2020 no�zao-t GENERAL CON�ITfONS Page 36 of 63 7.02 Coordanataan A. if City intends to contract with athers for the performance of other worlc on the Project at the Site, the following wili be set fa�th in Supplctnentary Conditions: 1. the indir�idUaE or entity who wiEl have authority and responsibility for coordination of the activi#ies among the �arious contractors will be identEficd; 2. the specitic matt�rs to be co�ered by such authority and responsibiliry will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless othe�-wise pro�ided in the Supplementary Conditions, City s�all ha�e authority for such coordination. ARTICLE S — CITY'S RESPONSIBILITIES 8.01 Cvrramunications to Contractor Except as otherwise pro�ided in the Supplementary Conditions, Ciry shalI issue all communications to Contractor. 8.02 Furnish Data City shall timely fu�-nish the data requi►•ed under the Contract Documents. 8.03 Pay When Due City shall rnake payments to Contractor in accardance with Article 14. $.04 Lcrnds and E�serfzents; Reporis and Tests City's duties with respeci to pro�iding lands and easements and pro�iding engineering sut-veys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refe�•s to City's identifying and making available to Contracior copies of reports of explorations and tests af subsurface conditions and drawings of physical conditions relating to existing sur#�ace or subsurface structures at or contiguous to the Site that have been utiiized by City in pr•eparing the Contract Documents. $.OS Change Orders City shal l execute Ci�artge Ol-ders in accordance with Paragraph 10.03. 8.06 Inspectlons, Tests, and Approval.s City's responsibility with respeci to certain inspections, tests, and approvals is set forth in Paragraph ] 3.�3. CITY pF i'ORT WOR"fH West 7ih Street €anpro�cmcnts STANi]AR� CONSTRitCT[ON SPP:Cf%ICA'rlON DOCUMEMTS Ciry Pr�ject No. 10] 555 Re�isian: M;uch9,202U 00 �2 00 - � GENERAL CONDITIONS Page 37 of 63 $.07 Limatations on City's Responsibilities A. The City shall not supervise, direcY, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, ot- procedui•es of construction, or the safety precautians and programs incident thereto, or for any failure of Contractor to cotnply with Laws and Regulations applicable to the performance of the Work. City will nat be responsible for Cont�-actor's failure ia perform the Work ir� accordance with the Contracl Documents. B. City will notify the Contractor of appjicable safety plans pursuant to Paragraph 6.14. 8A8 Undisclosed Hazcrrdous Environmenlal 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 Whilc at the Site, City's em�loyees and representatives shall comply with the specifc applicable requirements oi Contractor's safety programs of which City has been inforrned pursuant to Paragraph 6_14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING C�NSTRUCTION 9.01 Cily's Projeet Mcrncager City will provide one oc more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager du�•ing construction are s�t forth in the Contract Documents. The Ciiy's P��oject Manager for• this Contract is identified in the Supplementary Conditions. 9A2 Vfsits 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 ta 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 obser�ations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Projec� Manager wiEl not be required to make exhaustive or continuous inspections on the Site to checic the quality or c�uantity of the Work. City's Pcoject Manager's efFo�ts wili be directed toward providing City a greater degree of con�dence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subjeci to all the limitations on authority and responsibiliry in the Contract Documents including those set forth in Paragraph 8.Q7. CI'I'Y OF FORT WORTH West 7th Sireet ImprovemcnLs STANDARD COIV57RUC"CION SPECIFICATION DOCi7ME�TTS City Projecl No. ] 61555 Revision' March 9, 2Q20 oa �2 aa - � GENERAL CONDITIOiVS Page 38 of 63 9.03 Authorizecl Varialions in Work City's Project Manager rnay authorize minor variations in the Work from the requirements of the Cantract Documents which do not involve an adjustment rtn the Contract Price or the Cont�act Time and are compatible with the design concept of the cotnpleted Project as a functioning who[e as indicated by the Contract Documents. These may be accomplished by a Field Order anc! will be binding on City and also on Contractor, who shall perform the Wo�-k involved promptly. 9.�4 Rejecting Defective Work City wi[i have authority to reject Work which City's Project Manager belie�es ta be defectivc, or will not produce a completed Project that confarms to the Contract Dacuments or that will prejudice the inCegrity of the design concept of the corn�leted Project as a functioning vvhole as rtndicated by the Contract Documents. City wil[ ha�e authority to condtict special inspection or testing of the Work as provideci in ArticIe � 3, whether or not the Wot•Ec is fabricated, installed, ar compI�eted. 9.05 Determinatio�as. for Work Perfornzed Contractar vvill determine the actual quantities and classifcations of Work �erformed. City's Project Manager will review with Cont��actor the preliminary determinations on such matters before rendering a written recommendation. City's written decision wil! be fnal (except as modifed to reflect changed factual conditions or more accurate data). , 9.06 Decisaons on Requirements of �Contrc�ct Docu�nents and Acceptability of Work A. City will be the initial int�rpreter ofthe requirements af the Con�ract Documents and judge of the acceptabilxty of the Work thereunder, B. City will render a written decision on any issue referred. C. City's wriiten c�ecision on the issue referred wil� be final and binding on the Contractor, subjeci to ihe p��ovisions of Paz•agraph 10.06. ARTICLE l0 — 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 a�y time or trom time to.time, order Extra Wark. Upon notice of such Extra Work, Contractor shall prompt[y proceed with the Wor�C in�olved which will be performed under the applicabl� conditions ofthe Contract Documents (except as otherwise speci�caIly provided). Extra Work shalI be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Woric not r•equiring changes to Contract Time or Contract Price, a Field Order may be issue.d by the City. CiTY OF FQRT WORTH WesL 7th Strecl Tmpravcments S"fANDnRT�C:ONSTRUCT[QN SPECIPICA'C[ON TIOCUMIiN'1'S City ProjectNu ]01555 Rcvision: Marc;h9,2020 007200-1 GENERAL CONdITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price ot� an extension of the Contract Time with respect to any wot�k performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragt-aph 3A4, except in the case of an emergency as provided in Paragraph 6.17. � 10.03 Execution of Change Orders A. Ciry and Contractor shall execute appropriate Change Orders covering: changes in the Work which are: (i) ordered by City pursuant to Paragraph l 0.O1.A, {ii) required because of acceptance of defective Work under Paragraph 13.0$ or City's carrection of defective Work under Paragraph 13.09, or (iit) agreed tv 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 Wnrk A. Should a diffei•ence arise as to what does or does not constitute Extra Work, or as to the pay�nent thereof, and the City insists upon its per%rmance, the Contractor shall proceed with the work after making written request for written arders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be rnade pursuant to Paragraph 10.06. B. The Contt�actor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary tn enable the City to prepare for permanent record a corrected set of plans show�ng the actual instaltation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a fiall, complete and finai payment for all costs Contractor incurs as a result or E•elating to the change or Extra Work, whether said costs are knawn, unknown, foreseen oc �anfareseen at that time, including without limitation, any costs for deiay, 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 lo Surety If the pr4visions of any band require notice to be given to a surety of any c�ange afFecting the general scope of the Wot-k or the provisions of the Contt•act Documents (including, but not limited to, Contract Price ot• Cor�tract Time), the giving of any such notice will be Contractor's E-esponsibility. The amount of each applicable bond will be adjusted by ihe Contracto�- to ref�ect the effect of any such change. CETY OF FOR7' WORTII West 7th Street lmprovemenls 5`]'ANDARDCON51'RUCTION SPECi�ICA'CIOIV DOCUMrNTS Ciry ProjectNo. 10i555 Revislon: Match9, 202fl oonoo-i GENERAL CONDI710N5 Page 4Q of 53 I 0.06 Cant�act Claim.s Process A. Caty's Decision Required: All Contract C[aims, except those waived pursuant to Paragraph 14.09, shall be referred ta the City for decision. A decision by City sha[I be required as a condition precedent to any exercise by Contractor of ariy rights ar retnedies he may otherwise have under the Contract Documents or by l,aws and Re�ulations in respect af such Contract Claims. B. Notice. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than I S days after the start of the event giving rise thereta. The responsibility to substantiate a Contract Claim shalI rest with the party �naking the Contract . Claim. 2. Notice of ihe amount oe extent of the Cont��act Ciaim, with suppnrting data shali be delivered to the City on or before 45 days from the stat=t of the event giving rise thereto (unless the City ailows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustrrtent in Contraet Price shal] be pre�ared in accor•danee with the p�•ovisions of Paragraph 12.01. 4. A Contract Claim for an adjustmeni in Contraet Time shalt be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Clain� shall be accompanied by Contractar's written staterr�ent 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 shaI! submit any response to the Contractor within 30 days after receipt of the claimant's last submitta( (unless Contract allows additionat time}. C. City's Action: City wi�l review each Contract Claim and, within 3Q days after receipt of the last submittal af the Contractor, if any, take one of the foIlowing actions in �writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or � 3. noiify the Contractor that the City is unable to resolve the Coniract C[aim if, in the City's sole cliscretion, it would be inappropriate for the City to do so. For purposes of iurther resolution ofthe Contract Claim, such natice shall be deemed a denial. CI'fY QP PO[ZT WOR7'EI West 7th Slrcet [mpravements STAI�IDARDCONS'fRUCTTON SPECIFTCA`fIUN DOCUMENTS CityProjeciNa_ 1Q1555 Re�fsfan: Ma�h9, 2Q20 007200-E GENERAL CQN�ITIONS Page 41 of 63 D. City's written action under Pat-agraph I0.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set foi-�h in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Conti•act Time wil� be valid.if not submitted in accardance with this Paragraph 10.06. ARTICLE I1— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMEllTT 11.0 I Cost of the Work A. Cost.s Included.• The term Cost of ih� War[c means the sum of al I costs, except those excluded in Paragraph I].O 1.B, necessarily incurred and paid by Cantractor 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 wifl be only those additional or ineremental costs required because ofthe change in the Work. Such costs shall not include any of th� costs itemized in Paragraph � 1.01.8, and shall include but not be Iimited to the following items: Payroll costs fot• employees in the direct employ oi Contractor in the performance of the Wor-k under schedules of job classifications agreed upon by City ar�d Contt•actor. Such employees shall incl�ade, without limitation, superintendents,. forennen, and other per•sonnel employed full time on the Work. Payroll costs for employees not employed full titne dn ihe Work shall b� a�portionecf on the basis of their time spent on the Work. Payroll costs shall incl�ade; a. salaries with a 55% marlcup, or b. salai-ies and wages plus the cosi of fringe benefits, which shatl include social sec�rity contributions, unempEoy�nent, excise, and payroIl t�es, workers' campensation, health and retir�ment benefits, bonuses, sick leave, vacation and holiday pay applica6[e thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Worlcing Hours, or [egal holidays, shall be incIuded in the above to the extent authorized by City. Cost of all matet�ials and equipment furnished and incorporaied in the Work, incl�iding costs of #ranspo��tation and storrage thereof, and Suppliers' feld services required in connection therewith. 3_ Rentals of al{ construction equipment and machinery, and the parts thereof whether rented frorx� Contractor or others in accordance with rental agreements approved by City, and the costs of transpot�tation, loading, unloading, assembly, dismantling, and i-emoval thereof. Afl such costs shal l be in accordance with the terms of said rental agreements. The rental of any such eq�aipment, machineiy, or parts shall cease when the use thereof is no longer necessary for the Work. CITY O� FORT WORTH West 7th Street [mprovements STANDARD CONS`CRUC'CTON SPGCiPTCA7'IQN DOCUMENTS City Project No_ 101555 Revision March9,2020 UO720{1-1 GENERAL CONDITIONS E'age 42 of 63 4. Payments mac�e by Contractor to Subcontractors for Work performed by Subconkractors. If required by City, ,Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shalE deliver such �ids to City, who will then determine, which bids, if any, will be acceptable. If any subcont�act provides that the Subcontractor is to be paid on ihe 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 Wor�C and fee as pro�ided in this Paragraph l 1.0 [ . 5. Costs of special consultants (including but not limited to �ngineers, architects, testing labot•atories, surveyors, attorneys, and accountar�ts) employed %r services specifically related ta the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, tra�el, and subsistcnce 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, machinety, appliances, office, and temporaty facilities at the Site, and hand tools not owned by the workers, �vhich are consumed in the performance of the Wot�k, and cost,less market �alue, of such items used but not consumed which r�emain the property of Contractor. c. Sales, consumer, use, and oti�er similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as impasecf by Laws and Regulations. d. Deposits lost for eauses other than neg]igence of Contractor, any 5ubcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be �iab[e, and royalty payments and fees fot• permits and licenses. e. Losses and damages {and related expenses} caused by damage to the Work, not corr�pe�sateci by insurance ar otherwise, sustained by Contractor in connection with th� performance of the Work, provided such iosses and damages have resulted from causes other thatt tk�e negligence nf Contractor, any Subcontractor, or anyone di�•ectly or indir•ectly emptoyed by any of them or far whose acts any of them rnay be iiable. 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 %r the purpose of determzning Contractor's fee. f. The cost of utilities, fi.teE, and sanitary facilities at the 5ite. g. Minor expenses such as tel�grains, long distance telephone calls, telephone and communication services at the 5ite, express and courier ser�ices, and similar petty cash items in connection with the Work. CTTY O�' FOR"f WORT] I West 7th Stree[ TmpruvcmenLs 5"CAiYDARDCONSTRUC7TON SPI:C[P[CA'I'ION DOCUMENTS � CiryProjecCNo. 10}555 Revision Mareh9,2020 oo�zoo-i GENERAL GONDI710NS Page 43 of 63 h. The costs of pj•emiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and tnaintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: l. Payroll costs and ather compensation of Conta-actor's officers, executives, principals (of partnerships and sole proprietorships}, genera! managers, saf�ty managers, engineers, architects, estimatoz-s, attorneys, avditors, accountan�s, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contrackor, whether at the Szte or in Contractor's principal or branch office for general administration of the Work and not specifcally included in the agreed upan schedule of job classificatEans referred to in Paragraph 1�.O1.A.1 or specifically covered by Paragraph 11.�1.A.4, all of which are to be considered administrative costs covered by the Cantractor's fee. 2. Expenses of Contractor's principal and branch of�ces 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. C�sts dUe to the negligence of Contractor, any Subcor�tractor, or anyone direct�y oc indirectly employed by any of thern or for vvhose acts any of the�n may be Eiable, 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. Contr�ctor .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 A�reeanent. Wlzen the value af any Work covered by a Change Order for an adjustment in Contract Price is detern�ined on the basis of Cost of the Work, Cantractor's fee shall be determined as set forth in Para�raph i 2.O 1.C. D. Documentation: Whenever the Cast of tHe Work for any purpose is to be deter•mined pursuant to Paragraphs 11.01.A and 11 A LB, 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 brea[�down together with supporting data. � I i .02 Allowances A. Specified �1llo�vance: It is understood that Cont�actor• �as includ�ed in the Contract P�•ice a�l 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 Alloyvances: l. Contractor a�rees that: CITY OP PORT WORTH Wesl 7th Street Impruvemeots S"�ANDARD CONSTRUCTION SPECTPICAT[ON DOCUMI:NTS Ciry ProjectNa. 1 D9555 Itevision. March 9, 202U oa�zao-� GENERAL CONDITIONS Yage 44 of b3 a. the pre-bid aIl�wances include the cost to Contractor of materials and equ�pment required by the allowances to 6e delivered at the Site, and all applicable taxes; and b. Cantractor's costs far unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been includec! in the a�lawances, and no demand far additional pay�nent on account of any of the %regoing wil[ be valid. C. Contingency Allowance: Contractar agrees that a contingency allowance, if any, is for the sole use of Ciry. D. Prior to tinal paymeni, an appro�riate Change Order wil] be issued to reflect actuaE amounts due Contractor on account of Work covered by ailowances, and the Contract Price shaIl be correspor�dingly adjusted. I 1.03 Unit Price Wark A. Where the Contract Documents provide that ail or part of the Work is to be Unit Price Work, initially the Contract Price will be deetned to include.for all Unit Price Work an�amount equat to the sum ofthe unit price for eac� separately identified item of Unit Frice Work times the estimxted 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 comparisan of Bids ar�cE determining an initiaf Contract Frice. Determinations of the actual quantities and classifications of Unit Price Woric 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 cansidered by Contractor to be adequate to � cove�- Conteactor's overhead and profit for each separately identifted item. Work clescribed in the Contract Documents, vr reasonably infereed as re�uired for a functionally complete instaliation, but not identifed in the listing of unit price items shal l be cansidered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City znay make an adjustment in the Contract Price in accardance with Paragraph 12.01 iF: 1. the quantity of any item of Unit Price Work performed by Cont�•actor difFers materially and significa.ntly frorn the estimated quantity of such item indicated in the Agreement; ar�d 2. lhere is no corresponding adjustment with respect to any othet• item of Work. E. Increused o� Decrecr.sed Quantities: The City reser�es the right to order Extra Work in accordance with Paragraph 10.41. if the changes in quantities or the a[terations do nat significantly ck�ange the character of work under ihe Contract Docur►-�ents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTF[ Wesl 7th Street improvements STANDARDC(JNSTRUC'170N SP�,CIFICATIOIV DqCUM�,IVTS C�ry Projectl�Io. 1p1555 Rcvision: Man;h 9, 2020 oo�zao-i GENERAL CONDiTIONS C'agc 45 qf 63 2. If the changes in quatitities or alterations significantly change the character of work, the Cantract will be amended by a Cl�ange Order. If no unit prices exist, this will be considered Extra Work and the Contract will 6e amended by a Change O��det� in accot-dance with Ai�ticle 12. 4. A significant change in the character ofwork occtzrs when: a. the character of work for any Ttem as altered differs materially in kind or nature from that in the Contract ar b. a Majoi• Item ofwork varies by more than 25% from the original Contract quantity. 5. Wi�en the quantity of work to be done under any Major Item of the ContE•act is more than 125% of the original quantify stated in the Cantract, then either party ta tt�e Contract may request an adj�stment to the unit }�rice on the portion of the work that is above 125°/a. 6. When the quantity of work to be done under any Major item of the Contract is less than 75% of the original quantity stated in the Contract, tlaen either �arLy to the Contract may request an adjustment to the unit pric�. I 1.04 Plans Quaniity Measurement A. Plans quantities may or may not represent the exact quantity af work performed or material m.oved, handied, or placed dur€ng the execution of the Contract. The estimated bid quantiYies are designated as final payment quantities, unless revised by the governing Section or this Article. B. Tf the quantity measured as autlined 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 Cont�•act Documents, an adjustrnent may be made to the quantity o#'autharized work done for payment putposes. The pacty to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payrrient will be made. Paymer�t for re�ised quantity wili he made at the unit price bid for that Item, except as pravided for in Article 10. C. Wh�n quantities are revised by a change in design approved by the City, by Chan�e Orde�-, or to coz-�-ect an error, or to correct an error on the plans, the plans quantity will be increased ot� decreasecf by the amount involved in the change, and the 25% variance will apply to the new pIans quant�ty. D. If the total Contract quantity multiplied by the ur�it price bid for an individual Item is less than $250 and the Item is not originakly a plans quantity Item, then the Item tnay be paid as a plans quantity itern ifthe City and Contractor agree in writing to fx the final quantity as a pians quantity. C9TY QF FO[iT WORTH Wes[ 7th Streel improvements STANDARD CON517tUCTION SPECIF[CATIdrI DOCUMEi�ITS City Project No. 101555 Revision: March9, 2020 oa�zoo-t GEN�RAL CONDITIONS Pagc 45 of 63 E. For calfout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE I2 �- CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Cvntracl P�ice A. The Contract Price may only be changed by a Changc Order. B, The value ofany Work covered by a Change Order will be determined as folIows: where the Work invol�ed is covered by t�nit prices contained in the Contract Documents, by app[ication of such unit prices to the quantities ofthe items involved (subject to the provisions of Paragraph 1 I,03); or 2. where the Work itt�alved is not co�+e�-ed by unit prices contained in the Can�ract Documents, by a mutually agt-eed lump sum or unit price (which may include an allowance for overhead and profit nat necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cast of any secondary impacts that are foreseeable at the tltrie 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 �•eachcd under Paragraph 12.O1.B.2, on the basis of the Cost of the Worfc {determined as pro�ided in Paragraph 11.01) plus a Contractor's fee for a�erhead and profit (determined as provided in Paragraph 12,O1.C). C. Cvntractor's Fee: 1'he Co�tractor's additional tee for overl�ead and p��ofit shal l be detetmined as follows: 1. a mutually acceptable fixed fee; oe� 2, if a fixed fee is not agreed u�on, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragra�hs 1 1.O1.A.l, t 1.Oi.A.2, and l I.Ol.A.3, the Contractor's additional fee shalE be 15 percent except far: I) rental fe�s for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred �nder Paragraph 11.O1.A.4 and 11.OI .A.S, the Contractor's fee shalf be five percent (5%}; i) where one or more tiers of su6contracts are on the hasis of Cost of th� Work plus a fee and no fixed fee is agreed upon, the inten# of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY UF FOAT WORTH West 7tli Street [mprovements S'fANDARDCONSTRUC'f]pN SPECIFICAT[ON DOCUNdENTS City Projccl No. f01555 Rc�isian: Ma�h 9, 2Q2Q 00 �z oo - i G�NERAL CONDITIONS Pagc 47 of h3 tier, wiil be paid a fee of I 5 percent af the costs incurred by such Su6contractor Under Pacagraphs l 1.O 1.A. t and I 1.O1.A.2 and t�at 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 shali the cumulative total of fees paid be in excess of 25%; c. no fee shall be �ayable on the basis r�f costs itemized under Faragraphs 1 i.D l.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net dec�•ease in cost wi�l be the amouni of the actual net decr.ease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of s�ach net decrease. � 2A2 Change of Contrcrct Time A. The Contract Time znay 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 �y Critical Path Method analysis how the E�tra Work or claimed delay advet�sely affecls the critical path. 12.03 Dedays A. Where Contractor is reasonably delay�d in the performance or completion of any part of the Work within the Coniract Time due to delay beyond the control oi Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Ciaim fs made therefor. Delays beyond the control of Contractor shall incluc3e, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors perfor�ning othet- work as contemplated by Article 7, fires, floods, epidemics, abnorrnal weather conditions, or acts ofGod. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Parag�•aph. B. If Contractor is delayed, Ciry shall not be liablc to Contractor for any claims, costs, losses, or damages (including but �ot limited to alI fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or othec dispute resolution costs) sustained by Contractor on oj• in connection with any other project or anticipated project. C. Contractor shall not be entitl�d �to an adjustment in Contract Price or Cont�•act Time far delays within the control of Cont�-actor. Delays attributable to and within ihe controi of a Subcontractor or Suppiier shall be deemed to be delays within the control of Cont��actor. D. The Contractor shail receive no compensation fox• delays ar hindrances to the Work, except when direct and unavoidabl� extra cost to t�e Contractor is caused by the failure of the City to provide infor•mation or material, if any, which is to be furnished by the City. C[TY OF FOR'C WOR'fH West 7th Street Improvements STAT�iDARD COMSTRUCTEON SPECIFICA'f[ON �OCUME�TTS City Pro}ect Na l0 i 555 Revision: Macch 9, 20Z� , 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECT�ON, REMOVAL OR ACCEPTANCE QF DEFECTIVE WORK 13.01 Notrce of Defects Notice of a!1 defecti�e Worlc of which City has actual [cnowledge will be given to Coniractor. Defective Work may 6e re�ected, corrected, or accepted as provided in this Article 13. 13.02 Access to WoYk City, independent testing laboratories, and governznental agencies with jt�risdictional interests will have access to the Site and the Work at reasonable �imes for their obsetvation, ins�ection, and testing. Contractor shall pro�ide them proper and safe cond�tions for such access and advise them of Contractor's safety pi-ocedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspectivns A. Contractor shal] give City timely notice of readiness of the Wark for all required inspections, tests, or appro�als 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 Wor�C (or part thereo� to be inspected, tested, or approved, Contractor shall assume fu[I responsibility for arranging and abtaining such independer�t inspections, tests, retests or approvals, pay all costs in cQnnection therewith, and furnish City th.e r•equired certificates of inspection or approval; excepting, howe�er, those fees speci�cally identified in• the Supplementaty Conditions or any Texas Department of Licensure and Regulation {TDLR) inspections, which shall be paid as cfescribed in the Supplementa�y Conditions. C. Contractor shall be responsible for arranging and o6taining and shall pay at] 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 rnaterials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvaEs shall be performed by organizations acceptab�e io City. D. City may arrange for the se�-vices oi an independent testing [aboratory ("Testing Lab") to pei-foi-m any inspections or tests {"Testing") for any par� of the Wor�, as determined solely by City. , 1. City will coordinate such Testing to the extent possible, wi�h Contractor; 2. Should any Testing under this Sect.ion 13.03 D t-esult in a"fai[", "did not pass" or othei• similar negati�e result, the Coniractoi- shaEl be responsible For paying for any and all retests. Conti-actor's canceiiation wit�out cause of City in�tiated Testing shall be deemed a negative result and require a retest. CITY OF FQR"�' WORTII West 7th Street Tmpravcmcnls STANUARDCONSTKUCT{ON SPECIFfCA'fION DOCUMEl�ITS CiryPmjecCNo. 101555 Revision Ma�h 9, 2020 oonoo-i GENERAL CONDITiONS Page 49 of 63 Any amounts awed fot- any retest under this Section 13.03 D shall be paid directly to the Testing I,ab by Contractor. City wiil foz-ward all invoices for retests to Contractor. 4. If Cont�-actor fails to pay the Testing Lab, City will not issue Fina� Payment ur�til the Testing Lab is paici. E. If any Work (or the work of others} that is to be inspected, tested, or approved is eovered by Contractor without written concurrence of City, Cantractot• shall, if requested by City, uncover such Work for obseivation. F. Uncovering Wo�•k as provided in Paragt�aph 13.03.E shall be at Contractor's expense. G. Contractor sha11 have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. ' 13.04 Uncovertng Work A. If any Wot-k is cover-ed contra�y to the Contract Documents or specific insh-uctions by the Ciry, it must, if rec�uested by City, be uncovered for City's obseivation and replaced at Contractar's �xpense. B. If City considers it necessary or advisable that covered Work be obser�ued by City or inspected ot• tested by others, Contractor, at City's request, shafl uncover, expose, or otherwise make avai�a6le for obse�vatior�, inspection, or testing as City may require, that portion of the Wark in yuestion, furnishing all necessary labor, mafierial, and equipznent. 1. If it is found that the uncovered Work is defective, Contractor shalE pay a!l claims, costs, losses, and damages (incIuding but not limited to all fees and chat-ges of engineers, architects, attorneys, and other professionaIs and� all court oi- other dispute resolution costs) arisin�; out of o�� relating to such uncovering, exposure, observation, inspection, and testing, and of sat�sfactory replacement or r�econstruction (including but not limited to all costs of repair or replacement of work of others); ot� Cily shall be entitled to accept defective Work in accordance with Paragraph 13.0& in which case Contractor shall stili be responsible fot- all costs associated with expQsing, observing, and testing the defective Work. 2. If the uncovered Work is not found ta be defective, Contractor shall be allowed an increase in the Cot�tract Price or an extension of the Contract Time, or both, directly attr•ibutable to such uncoverin�, exposure, obs�rvation, inspection, testing, replacement, and reconstruction. l 3A5 City �llay Stop the Work If the Work is defective, or Contt-actor fails to su}�ply suf�cient skilled workers or suitable materials or equiptnent, or fails ta perfortn 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 ordet� has been e[iminated; however, this right of City to stop the Wor[� shall not give rise to any duty on the pax-t of City to exercise this right for the benefit of Contractor, any CTTY OF FD�2T WOR7-H West 7ih Street Improvemcnts S'fANDARD CONSTAUCTION SPECTPICA'FION i30CUMENTS City Ptoject No_ I U1555 Rcvision� Ma�h9,2020 oo�aoo-i GENERAi CONDITIOfVS Page 50 uf 63 5ubcontractor, any Supplier, any other indi�idua! or entity, or any surety for, or etnployee or agent of any oFthem. 13.06 Correctinn or Removal of Defective Wark A. Fromptly after receipt af written notice, Contractor shall co��rect a!1 defec�ive Work pursuant to an acceptable schedule, whether or not fabricated, ir�stalled, or completed, or, if the Work has been rejected by City, remove it from the Projeet and reptace ii with Work that is not defective. Contractor shaEl pay all clafms, costs, additional testing, losses, and damages {including but not Iimited to all fees and charges of engineers, architects, attorneys, and other professionats and all court or arbitration or oiher dispute resolution costs} arising out of or relating to such correction or remo�al {including 6ut not limited to aIi costs of repair or replacement of work of others). Failure to require the removal of any defecti�e Work shall not constitute acceptance of such Wo�-k. 8. When correcting defective Work unde�� tl�e terms af this Paragraph 13.Q6 or Parag��aph 13.07, Contraetor sha�l take no action that would void or otherwise izxipair Ciry's special warranry and guaranfe�, if any, on said Work. 13.07 Correction Period �1. If within two {2} years after the date of Final Acceptance (or such Ionger period af time as may be p�•escribed by the terms of any applicable specia� guarantee requi�-ed 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 Regulatians as contemplated in Paragraph S.lO.A is f.ound to be defective, Contractor shall promptly, without cost to City and in accorcEanc� with City's written instructions: 1, repair sucl� defective land o�• areas; or 2, correct such defective Work; or 3. if the defecti�e Work has been rejected by City, rernove it from the Project and replace if with Work that is not defective, and 4, satisfactorily cot-rect or repair o�• remo�e and replace any damag� to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not pramptly cort�}�[y with the terms of City's written instructions, or in an emergency where delay wou[d cause serious ris[� of loss or damage, City may have the defective Work corrected or t•epaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to alI fees and charges of engineer•s, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out o�or relating to such cot�rection or repaie or such removal and replacem.ent {includ€ng but not limited to all costs af repair or re�laceme�t of work of others) will be paid by Contractar. CTTY OF FORT WORTH West 7[h Sireet [mprovements STANT)AIZI] COTdSTRUCiIOiV SPECIFICATiON DOCi7MIsl�ITS Ciry Projcct 1`Ia_ 1 Ol 555 Re�ision: March9,2020 oo�zoo-t GEIVERAL CONDfTIONS Pagc 5 I of 63 C. In special circumstances where a particular itern of equipment is placed in continuous service 6efore Final Acceptance of all the Work, the correction period for tl�at item may start to run from an earlier date if so prvvided in the Contract Documents. D. �rVhere de%ctive Wark (and damage to other Wark resulting therefrom) has been cot•rected ot• removed and replaced under this Paragz•aph 13.07, the correction pe�•iad hereundet- with respect to such Work may be i•equired to 6e extended for an additional peciod of one year after tne end of the initial correction period. City shail provide 30 days written notice to Contractor should such additional warranty coverage be z•equired. Contracto�- may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 1.0.06. E. Contractor's obligations under this Paragraph I3.07 are in �addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shal� not be construed as a substitute for, or a waiver of, ihe provisions of any applicable staiute of limitation or repose. 13.08 Aeceptance of Def'ective Work If, instead of requij•ing cot-�-ection or removal and replacement of defective Work, City prefers to accept it, City �nay do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to a11 fees and charges of engineers, architects, aitorneys, and other professionals and all co�t-t or other dispute resol�ation costs) aitributable to City's evaluation af and detet�Enination to accept such defective Wot-k and foz• the diminished value of ihe Wark to the extent not otherwise paid by Contractor. if any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporatir�g the necessary revisions in the Contract Documents with respect to the Work, and City shal� be entitled to an appxopt�iate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.04 City May Carrect Defectave Work A. If Contractor fails within a z•easonable time after written notice from City to correct defective Work, or to remove and repiace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Conti•actor fails to perform the Wark in accordance with the Contract Dacuments, or if Contracto�- fails io comply with any other provision of the Contract Documents, City may, ai�er seven (7) days written notice to Contractor, correct, o�• rer�-iedy any such defciency. - B. Ir� exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. �n connection with such corE•ective or remedial action, City may exclude Contractor from a11 or part of the Site, iake possession of ali or part of the Work and suspend Contractar'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 represet�tatives, agents, consuliants, empIoyees, and City's other contractors, access to the Site to enable City to exercise the rights atad remedies under this Paragraph. C. AlI clairr�s, costs, losses, and damages {including but not [imited to a[I fees and charges af engine�rs, architects, at�orneys, and other professionals and all court or ather dispute t-esvluiion CITY OF FOAT WORTE-i West "]th Slree[ improvements S'CANDARD CONSTItUCTIdN SPECTFICATION DOCUMEN'1'S City Projecf Nu. 101555 Rcvision Ma��ch 9, 2020 00 72 00 - 1 GENERAL CONDITI�NS Pagc 52 of 63 costs) incurred or sustair�ed by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order wiIl be issued i�corporating the necessa�y revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Pric�. D. Contractor shall not be allowed an extension performance of the Wor% attributable to the Paragraph 13.09. of the Contract Time because of any delay in the exercise of City's rig}�ts and remedies under this ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.Q1 .�'chedule of Values The Sch�dule of Values for lump sum contracts established as provided in Paragraph 2.Q7 will serve as the basis for progress payments and will be incoi�porated into a form of Application for Fayment acceptable to City. Progress payments on account of Unit Price Work will be based an the number of units completed. � l 4.02 Progress Payments A. ApplicationsforPaymenls: 1. Contractor is responsible for pro�iding all in%rmation as required to become a �endor of the City. 2. At least 20 days be.fat•e the date established in the General Requir•err�ents for each progress payment, Contractar shall submit to City far review an Application for Payment fiilled out and signed by Contractor covering the Work compieted as of the date of the App[icatior� and accompanied by such suppor-ting documentation as is r�quired by the Contract Documents. If payment is E-equested on the basis of materials and ec�uipment not incorporated in the Worlc bUt deli�vered and suitably stored at the 5ite or at another location agt•eed to in writing, the Application far Payment. shall also be accotnpanied by a bill of sale, invoice, or other documentation warranting that City has recei�ed the materials and equipment free and c�ear of all Liens and e�idence that the materials and equipment axe covered by appropriate insurance or ot�►er arrangements to proiect City's intet•est therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Cantractor stating that pre�ious progress payments received an account of the Work have been applied on account ta discharge Contractor's legitimate obligations associated with prior Applicaiions for Payment. S. The amount of retainage with respect to �a��ogress payments will be as stipulated in the Contract Documents. � CiTY OP POR"f WOItTf{ West 7th Street improvements STANDARD CONS"CR€1CTIOM SPP.CII�ICA"1�[ON DaCC1MENTS City ProjectNo. 101555 Revision: March9,2020 00 �z oo - i GENERAL CONDETIONS Pagc 53 of 63 B. Revaew afApplication.s: City rvi�l, after receipt of each Application for Payment, either indicate in writing a recommendation of pay[nent or return the Application to Contractor indicating reasons for refusin� payment. In the latter case, Contractor may make the necessary corr�ctions and �-esubmit the Application. 2. City's pracessir�g of any payment requested in an Application for Paytnent will be has�d on City's observations ofthe executed Work, and on City's review ofthe Applicatinn 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 q�aality of the Wark is generally in accordanc� witH the Contract Documents (subject to ar� evaluatian of the Work as a fu�ctianing whole prior to or upon Final Acceptance, the results of any subsequent tests cailed for in the Contract Documents, a final determination of quantities and classifications for Work perfor3ned under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not tI�ereby be deemed to ha�e represented tha#: 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 ti�e Work in progress, or involved detailed inspections of the 1Uork beyond the responsibilities specifically assigned to City in the �ontract 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 comp�ied with Laws anci Regulations applicable to Contcactor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence ar the results of subsequent inspections or tests, and revise or revake any such payment previously made, to such extent as may be necessary to pro#ect City from loss because: a. the Work is defective, ar the completed Wor� has been damaged by the Contractor or his subcontractors, requiring correctian or replacement; b. discrepancies in quantities contained in previous applications For payment; c. the Contract Price has been redUced by Chan�e Orders; d.. City has been rec�uired io correct defective Work or complete Work in accordance with Paragrap� 13 A9; oi- C[TY OF FORT WORTF[ West 7th Streel Tmprovements S'fANDARDCONS"f{ZUCTION SPECIFICATIOIV DOCUMEt�ITS Cfty ProjectNo. 301555 Aevisiun: Manch 9, 2020 . Ofl ']2 00 - l GENERAL CONdITION5 Page 54 af b3 e. City has actual knowledge of the occui-rence of any of the events enumerated in Paragraph 15A2.A. C. Retainage: 1. For conteacts less than $400,000 at the time of execution, retainage sha�l be ten percent { 14%). 2. �or contracts greater than $400,Q40 at the tirne of execution, retainage shall 6e five percent {S°/fl). D. Liguidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Cont�•act Documents, the sum per day specified in th� Agreement, will be deducted from the rnonies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Pcayment.• Contractor wil l be paid pursuant to the �•equiremer�ts o£ this Article l4 and payment will become due in accordance with ihe Contract Dacuments. F. Redisction in Paymenl:• 1. City may refuse to make payment of the amount reguested becaUse: a. Liens have been filed in connection with the Wor[c, except where Conh-actor has delivered a specific bond satisfactory to City to secure the satisfactian and discharge of such Liens; b. there a�-e other items entitling City to a set-off against the amount recommended; or c. City has actual knowfedge of the occu�-►-ence of any of the events enumerated in Faragraphs 14.02.B.4.a thro�xgh 14.Q2.B.4.e or Paragraph I5.02.A. 2. if City reFuses to make �ayt�-ient of the amount rec�uested, City will give Contractor written notice stating the reasons for such action and pay Contracta�- any amount remaining aftee d�ductian of the amount so witlaheId. Ciry shall pay Contractor the amount so withneld, or any adjustment thereta 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 iitle to all Work, materials, and equipment covered by any ApplicaCion for Payment, whether incorpat•ated in the Project or not, �,r�ilf pass to City no Iater than the titne of payment free and clear oiall Liens. C�TY OF FORT WORTH West 7th Strecl improvemenls S"fANi]AR�CONSTIiUC1[ON SYI:CIFICATTON i)OCi3PvfENTS City ProjectT�lo. 101555 Revision Mzuch y, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Pa�tial Utilizalion A. Prior to FinaI Acceptance of all the WQrlc, City may use or occupy any snbstantially completed pai�t of the Work which has specifically b�en identified in the Contract Documents, or which Ciry, detei•mines constitutes a separately functioning and usable part of the Work that can be used by City for its i�tended pu�ose without significant interference with Contractor's performance of the remainder of the Work. Caty at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work whicl� Ciry determines to be ready for its intended use, subject to the following conditions: 1. Contr•actor at any time may notify City in wriiing that Contractor con,siders any such part of the Work j•eady Far its intended use. 2. Within a reasonable time xfter notification as enumerated in Paragraph 14.OS.A.1, City and Contractor sha�l tnake an inspection of that part of the Woi-k to determine its status of completion. If City does not consider that part of the Work to be substantialIy complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Uti[ization will not constitute Final Acceptance by City. 14.05 Ffnallnspectaon A. Upon written notice from Contractor that the entire Work is connpleie in accordance with the Contract Documents: 1. within ] 0 days, City will schedule a Final Inspection with Contractor. 2. City r�vill notify Contractor in writing of all particulars in which this inspection reveals that the Work is i�complete or defective. Contractor shall immediately take such measures as are necessary to complete such Worlc or remedy such deficiencies. B. No tir�-ie charge wili be made agairist the Contractar between said date af 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 ofthe reasons and Contract Time will resume. 14.06 �'inal Acceptance Upon compietion by Contractor fo City's satisfaction, of any additional Work ider�tified in the Final Inspection, City will issue to Contractor a leiter of Final Acceptance. CI7'Y OF FORT WORTH West 7th SEreet Improvements STANDARDCOMSTRUCT�ON SPGCIFECATiO%T DOCUII�EEN'CS City ProjectNo_ 10[555 Revision: March9,2020 oo�zoo-i GENERAL CONDITlONS Pagc 56 oCb3 14.07 Final Payment A. Appllcation fi��^ Pcryment: l. Upon Final Acceptance, and in the opinion of City, Contractor may make an application fot- �inal payment following the procedure for progress payments in accordance with the Cant�-act Docurr�ents. 2. The final Application for Payment shalE be accompanied (except as previously deli�ered) by: a. all documentation cailed for in the Contract Documents, including but not �imited to the e�idence of insurance required by Paragraph 5.03; b. consent of the surery, if any, to final payment; c. a list of alI pending or released Damage Claims against City that Contractor belie�es are unsettied; and � d. affidavits of payrnenks and complete and legally effecti�� releases or waivers (satisfactory to City) of alf Lien rights arising out of or Liens filed in connection with the Work. B. Pcryment Becomes Due: l. After City's acceptance of the Application for Paymenf and accompanying documentation, requested by Contractor, less pre�ious payments made and any sum City is entitled, including but not limited ta Iiquidated damages, wiil become due and payable. 2. Ai�er all Damage Claims have been resal�ed: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reparted to Contraetor's insurance provider for resolution. , 3. The making of the final pay�ent by the City shall nat relieve th� Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Con�pletion Delayed and Partial Retainage Release A. If fi�al completion of the Wor�C is significantfy delayed, and if Ciry so confirms, City may, upon receipt of Contractor's final Applicatian for Paymertt, and withaut terminating the Contract, make payrr�cnt of the balanee due for that portion of the Work fully completed and accepteci. If the remaining balance to 6e held by City for Work not fully completed or corrected is less than the retainage skipulated in Paeagraph 14.02.C, and if bonds have been furnished as required in Parag�•aph 5.�2, the written consent of the surety to the payment of the balance due for that CCfY OF POR'f WORTEI West 7th Street Improvements STANDARD CONSTIZUCTTON SPF.C[PTCATiON T�OCUMP.NTS City Project Na 101555 Revision: Ma�ch9,2020 ao�2an-i GENERAL GONDkTIpNS Page 57 of 63 portion of the Wot-k fuily completed and accepted shall be submitted by Contracto�• to City with the Application for such payment. Such payment s�all be made under the ter-ms and conditions governing f nal payment, except that it shail not constitute a waiver of Contract Claims. B. Partial Retaincrge Release. For a Contraet that provicies for a separate vegetative establisl�ment and maintenance, and test and performance periods following the completion of all other consh-uction in the Contract Documents for all Work locations, the City may release a poi-tion of the amount retained provided that all other work is completed as deter�nined by the City. Before the release, alI submittals and itnal quantities must be completed and accepted for all other work. An amount sufficient to ensure Cont�-act compliance will be retained. t 4.09 Waaver of Claims The acceptance af final payment will constitute a release of the City frorr� all �laims or liabilities under the Contract for anything done or furnished or re(ating to the work undet• the Contract Documents or any act or neglecf of City related to or connected with the Contract. ARTICLE 15 -- SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any timc 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, far any reason, the City wilI make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to conaplete a portion of the Project d�ae to causes beyond the contro[ of and withaut the fault or negligence of the Coniractor, and should it be determined by mu#ual eonsent of the Contractor and City that a solution to aliow construction to proceed is not available within a reasonable period of time, Contractor may request an exiension in Contract Tirne, directly attributable to any such suspension. C. If it shauld beconae necessary to suspend the Work for an indeiinite period, the Contractar shall store a11 materials in such a manner that they will not obstrUct or impede the public unnecessarily nor 6ecome damaged in ariy way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shail provide suitable drainage about the woz•k, and ecect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment aff the job and returning the necessary ec�uipment 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 ifthe equipment is moved io another construction project for the City. CITY OF FORT WOR7'H West 7lh Street Improvemenls ST/�NDAKDCOirTSTRiJC'I'ION SPECITiCA'CION DOCUMEN'CS City ProjectNo. 1Ot555 Revisian: March9, 2020 007200-1 GENERAL CONDITfONS Page 58 nf 63 15.02 Cily May Terrrainate fpr Cause A. The occurrence of any ane or more ofthe following events by way ofexampfe, but not of limitation, may justify termination for cause: Contractor's persistent failure to �erform the Wor�C in accordance with the Contract Documents {incEuding, but not limit�d to, failure to supply sufficient skilied workers or suitable materials or equipment, failur� to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to tirne pursuant to Paragraph 6.04, or failur� to adhere to the City's Business Diversity Ente�-prise Ordinance #20024-12-2011established under Paeagrapi� 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body ha�ing jurisdiction; 3. Contractor's repeated disrega��d of the authority of City; or 4. Contractor's viaiation in any substantial way of any �rovisions of the Confract DocumenEs; or Contractor's failure to pt•omptly make good any defect in materials or workmansl�ip, or defects of any nature, the correctior� af which l�as been directed in writing by the City; or 6. Substantial indication that the Cantractor has made an unauthorized assignment of the Contract or any fi�nds due thereFrom for the benefit o� any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become �nsol�ent 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 Ciiy. �3. If one or more of the events identified in Para�t•aph 15.02A. occur, City will provide written notice to Conteactor and Surety to arirange a conference with Contractor and Surety to address Contractor's failure to perfarm the Wor[�. Conference shall be held not later than IS days, after receipt of notiee. If the City, the Cantt•actor, and the Su�•ety do not agree to allow the Contractor to proceed ta perform the construction Contract; the City may, to the exient pennitted by La�vs and Regulations, declare a Contractor default and formally terminate the Contractor's right to camplete the Contract. Contractor default si�all not be declared earlier than 20 days ai�er the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work, 2. �f Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If �ur•ety does not commence performance thereaf within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FQRT WOR"I"H Weat 7th Strect [mprp�cments STANDARDCONSTetUCTl01� SPECTPICAT[ON DOCUM�t�ITS Cfly PrajeckNo. ]01555 Revision: Merzh4,2020 oonoo-i GENERAL CONDITIDNS Page 59 of 63 obligations, then City, �uvithout process or action at law, may take over any portion of the Work and co�nplete it as described below. a. If City completes the Work, City tt�ay exclude Contractor and Surety from the site and take possession of the Work, and ail maierials and equipment incorporated i�ta the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any fur�her payznent until the Work is finished. Ifthe unpaid balance ofthe 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 ihe difference to City. S�ach claims, costs, losses and damages incurred by City will be incorporatec� 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 perfoj•med. 4. Neither City, nor any of its cespective consultants, agents, officers, directors or employees shaIl be in any way �iabje or accountable to Contractor or Surety for the method by w�ich the completion afthe said Work, or any portinn thereof, may be acco�nplished or for the price paid #herefor. ' 5. City, notwithstanding the method used in completing the Contract, shall not forfeii the right to recover damages fi-om Contractor• or Surery 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 Coniractor's and Surety's responsibilities as provided for in the bond rec{uirements of the Contract Docutnents or any special �uatantees provided for under the Contract Documents or any other• o6ligations othervwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractar's se�vices will not be terminated if Contractor begins within seven days of receipt of notic� 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 te�•minated by City, the termination will not affect any rights or r-emedies of City against Contractor then existing or which may thereafter accrue. Any i•etention or payrr�ent of moneys due Contractor by City will nat release Contractoi• fi•om liability. E. Tf and to the extent that Contractor has provided a performance bond under the provisions of Paragraph SA2, the termination procedures of that bond shall not supersede the provisions of this Elrticle. GITY OF FORT WORTII West 7th Slreci improvemenls STAT�TDARl7CON5'1'RUCTTOIV SPECIFICATION DOCUMENTS City�rajeclNo. 101555 Revision_ Ma�h 9, 2020 oa�zao-i GENERAL CONDETIONS Pagc 50 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 terrninatior� shall be effected by mailing a notice of the termination to the Contractor specifyzng the extent to which performance of Work �nder the contract is terminated, and the date upan wh�ch such termination becames effective. Receipt of the notice shall be deemed conclusiv�ly presumed and established when the letter is placed in the Unitecf States Postal Service Maif by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; anc� no proof in any claim, demand or suit shall be required of the Ciiy r�gardinb such discretionary action. B. After receipt oi a notice of termination, and except as otherwise directed by th� City, the Contractor shall: 1. Stop work under the Cantract on the date and to the extent specified in the notice oti termir�ation; 2. place no further orders or subcor�tracts for materials, services or facilities except as may be necessary for completion of such portion of the Wo�-k under the Cont��act as Es not terminatecl; 3. terminate al l orders and subcontracts to the extent that they relate to the perforrr�ance of the Work terminated by notice of termination; 4. trans%r title to the City and deliver in the manner, at the times, and to the exient, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, campleted Wor[c, supplies and other material produced as a part of; or acquired in connection with the performance of, the Work terminated by the natice of the tertnination; and b. the completed, or partially cornpl�ted plans, drawings, infarmation and other property which, if the Contract had been completed, wou[d have been required to �e. furnis�ed to the City. 5. complete performance of such VLTor•k as shall not have been termie�ated 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 p�•operty refated to its contr•act which is in the possession ot 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 nf termination, the Contractor may su6mit to the City a list, certified as to quantity and quality, of any or all items of terminaiion inventory not pt•eviously disposed of, exciusive of items th� disposition of which has been directed or authorizec! by City. CTTY OF EORT WORTH West 7th Sirccl Tmprovements S'fAI�E7A]ti)CONS'1RiICT[OW SYGCIFICATION DOCUMENCS Ciry ProjeclNo. 101555 IZevision Ma�h9,2(}2p 00 7z oo - i GENERAL CONdITIdNS Page G 1 of 63 D. Not later than i S days thereafter, the City shall accept title to such items provided, that the list subrx�itted shali be subject to verification by the City upon removal of the items or, if the items are stored, rvithin �45 days fi-om the date oi submission of the list, and any necessary adjustments to correct the list as submitted, shalt be made prior to final settlement. E. Not later t�an 60 days after the notice of termination, the Contractor shafl submit his termination claim ta the City in the form and with the cet�tification presct-ibed by the City. Unless an exte�sion is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such clairr�s shall be conclusively deemed waived. I'. In such case, Contractot- shall be paid for (without duplication of any items): 1. completed and acceptable Work executed ir� accoz•dance 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 priar to the effective date of termination in performing services and fur�ishing labor, materials, or eyuipment as required by the Contract Documents in co�nection with uncompleted Worlc, plus faii� 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 ta be paid to the Contractor by reason of the tet-mination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due ta the Contractar by reason of the termination and shall pay to the Contractor the amounts dete�-mined. Contractor shall not be paid on accoun� of loss of anticipated profits or revenue or other economic Ioss arising out of or resulting from such termination. ARTICLE 15 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Coniract Claim submitted for a decision under Pat•agraph lO.Ob 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 shaiI stay the effect oi Paragt-aph 10.06.E. B. City and Contractor shall pa�-ticipate in the mediation process in good faith. The process shall be commenced within 60 days of fi[ing of the reyuest. C. If the Contract Claim is nat resolved by mediation, City's action under Paragraph 10.06.0 or a der�ial pursuant to Paragraphs 10.06.C.3 or 10.Q6.D shali become final and bind�ng 30 days after tertnination ofthe mediation unless, within that time period, City or Contractor: CTTY OF PORT WOATN West 7th Slreel Improvements STANDARD CONSTRUCT[ON SPECEF[CATION DOCUMEN7�S .Ciry ProjectNo. 101555 Revision: Man:h9,2020 00 �2 00 - i G�NERAL CONDITlONS Pagc b 2 of 63 l. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a colirt of competent�urisdiction. ARTICLE li — MISCELLANEOUS 17.01 Giving Notice A. Whene�er any provision of the Contract Documents requires the giving of written notice, it wiIl be deemed to have been valid[y given if: 1. delivered in person to the indi�idual or to a me�nber of the firm or to an officer of th� corporation for whom it is intended; or 2. delivered at or sent by registered or certified mai�, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in wr-iting to the other party. C. Whenever the Contract Documents specifies giving notice 6y electronic mear�s sucH elecfronic notice shalI be deemed sufftcient upon conftrmatian of receipt by the receiving party. 17.42 Computution of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If th� last day of any such perioc� falfs.on a Saturday or Sunday or on a day made a legal holiday the next Working Day shal� become the last day of the period. 17.03 Cumulative 12errtedies The duties and obligations itnposed by these GeneraI Conditions and Ehe ri�;hts anc! remedies available hereunder ta the parties hereto are in addition to, and are nat ta be canstrued in any way as a limitation of, any rights and remedies availabfe to any or aIl of them which are otherwise irr�posed or a�ailable by Laws ar Regulations, by special wa�-�•anty ar guarantee, o�� �y other�provisions of ihe Contract �ocuments. The provisions of this Paragraph wilI be as effective as if repeated speci�ically in the Contract Documents in connection with each particuiar duty, obligation, right, and t•emeciy ta whic� they apply. C[TY OF FORT WORTii West 7[h Street linpruvements S'1'ANi3AR[) C[]NS7T{UC`f[ON SPECIPICA'CION 1)OCUMENTS City Prajcct No_ 101555 Kcvision M�uc;h 9, 20�0 007200-E GENERAL CONDITIONS Page 43 of 63 17.U4 Survival of �Obligations All representations, inderr�nifications, warranties, and guanantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documenis, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination ofthe services of Contractar. 17.05 Headings Article and paragraph headings a�-e inserted for convenience only and do not constitute pa�ts of these General Conditions. West 7th Strecl Tmprqvements CITY OF FOR'f WORTii City Project No. 101555 5'I'AN�ARD CONS'fCiUCTION SP�CTPiCAT[ON DOCUMEIVTS Aevisi�rc Mareh 9, 2020 00 73 ao SUPPLI:IVTENTARY CONDTTIONS Page i of 6 s�cTioN oo �r3 ao SUPPLEMENTARY CONDiTjONS TO GENERAL CONDITIONS Svpplementary Conditiuns These Supplementaiy Conditfons modify and supplcment Section 00 72 00 - General Conditions, a�1d other provisions of thc Contract I�ocuments as indicatcd belo��. All provisions of the Genera! Conditions that are tnoditied or supplemented remain in full force and eFfect as so modified ar su�plemcnled. All provisions ol-khe GeneraE CondiCions which ac'e nat so modified or supplemcnted remain in fWl force and effect. Defined Terms The terms used in thcse 5upplcmentary Conditions which are defincd in the Cieneral Conditions havc the meaning assigned to them in the Gene�•al Condtions, unless specitical�y noted herein_ ModiTications and 5upplements The following are inst�•uctions that modify or supplement specilic paragra�hs in the General Conditions a�id other Conkracl Documenls. SC-3.D3S.2, "Resolving Discrepancies" Plans gove��n ovcr Specifications. SC-4.01 A L,asement limits shown un the Drawing are approximate and were provided to establish a basis for bidding_ Upon receiving the final easemcnls descriptions, Contraclor shall compare thcm to the lines shown on ihe Contract Drawings. SC-9.01A.1., "Availability of Lands" � The following is a list oflcnown outstanding right-of �vay, and/or easements to 6e acc{uircd, il�any as of Seplenlber 24, 2020. Outstanding Right-Of-Way, and/or Easements to Be Acquired YARCL;L O WNER NUMBL'R Fnr1 Worth 8r Western RR Ca TARGI;T i)ATE OF POSSESSIOi�i March 1, 2021 'I'he Contractor understands and agrecs that thc dates listed above are cstimates only, are not guarantecd, and do not bind the Cily. lf Contractar considcrs the final easemenCs �rovide� to differ materially from the representations on the Coratr�ct Drat�ings, ConCeactor shall within tive (5} Business Days and bcfore proceeding with the Wor[c, notify City in writing associated wiEh ihe ditfering easemenl line locations. SC-4.U1A.Z, "Avaiiability of Lands" Utilities or obstrucEions t[s be removed, adjusted, andlor relocated CITY OF FdRT WORTH STA�TDARD CONSTRUCT[ON SPECiPICA7'IOiV DOCUMENTS Revlsed ivlarch 9, 202fl Wcsf 7th Street Improvements CiEy Project No. 1Q1,555 Q0 73 UO SUPAI.L;MENTARY CDNDITiONS Yage 2 nf 5 The following is list of utilities and/or obstructions lhat have nof been reenoved, adjasted, and/or retocated as. of 3eplernber 2�1, 2020. � F,XPECTF.I] UTILITY AND LOCA'I'fON 't'ARC�F,T DATE Ok� � OWI*IER AD7[JSTIVIEAIT ONCOR Oie�head Electrrc Pale�ad Fbi�IVR Mcri•ch 1, 202/ The Cont�-acior understands and agrees that the dales listed above are estimates only, are not guarantecd, and do not bind the Ci�y, SC-4.02A., "Subsurface and Physical Conditions" Thc following a�•e reports ot�exp�orations and tests of subsurface conditions at the site of the Work: NONE SC-4.06A., °�Hazardaus Environmental Conditia�s at Site" 1'he folEowing arc re}�nrls and drawings of existing harardous environmenta] conditions known to the City: NONF, SC-5.03A,, °°Certificates of Insurance" "The entities listed helow arc "additiona[ insureds as their interesl may appear" inc�uding their respeclive officers, directors, agcnts and cmployees. ��� �'+ty (2) Cansultant: IfI)R Lngineer•ing IiVC. (3) Qthes•: Forth iYarih c�r Western I�ailf�oud SC-5.04A., "Cantractor's Insurance" The li3nits of liahility for the insurance rec�uircd by Paragraph GC-5.04 shall provide the ['olfowing coverages tor not less ihan the lollowing amounts or greater whcre rec�uircd F�y laws and regulations: 5.04A. Workers' Compensalion, under Paragraph (iG5.04A. Srca(uiory Iimits Er�apdoyer•'s liabilily $.l, 000, 000 each accidend/occurre�sce � l, fJ00, 000 I�asease - each employee $1, nno, 000 I)iseas•e - policy limit SC-5.04B., `°Contractor's Insura�ce" SA4S. Commercial Gcneral I.iability, undcr f'aragraph GG5.44B. Contractor's Liabi[ily lnsurance unc�er Paragraph GG5.04B., wliich sha�l be on a per project basis covering the Contractor with rninimum fimits c�l': $ l, or�o, nan each accurre�2ce ,�2,UC)0.(100 aggs•egale limet C[TY OF FORT WORTI[ West 7th Slreet Improvcments 5TANDARD CONSTR[1CTTON SPEC[PICATION T)OClJMEIV"['S City Project No. I 0 f 555 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDI`PTONS Pagc 3 of 6 The policy must have an endorsement (Amendment— Aggregate Limits of insurancc) making the General Aggregate Limits apply separate[y io each job site. The Co►nmercial General Liability Insurance policics shall provide "X", "C", and "LJ" coverage's. Verification of such coverage must be shown in thc Rcmarks Ariicle ot-the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile I.iability, under Paragraph GGS.O�IC. Contracior's I.iability Insurance under Pa�•agraph [iC-5.04C., ��hich shall be in an amount not less than the folEowing amaunts: {1} Automo6ile Liability - a commercial business policy shaEl provide coverage on "Any Avto", def ncd as autos owned, hired and non-o�vned. $I,000,00� each accidcnt on a combined single ]imit basis. Split limits are accc�table if EimiCs are at least: ' $?50, 000 Bodily Injury per per•son / �SU(1, 000 Bodily I� jarry per accidend / 9'f�ii�,0�� PYppeYlyU(�nlage SC-5.04D., "Contractor's Insurance" �'he Contractor's construclian activities will requic•e its employccs, agenfs, subcontractors, equipment, and maferial deliveries to cross railroad properties and tracks o~vned and operated 8y Fort Wa•th c4r Weslerrr Railraacl. The Contractor sha11 conduct its operations on railroad properties in such a manncr as not to interfere with, hinder, or obslruct the rai[road company in any manner whatsaever in the use or operation of itsllheir trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of' Enhy Agrecmcnt" with the particuiar railroad company or cotnpanies involved, and to this end thc Contractor should satisfy itself as to �he requiretnents ol'each railroad company and 6c prepared lo execute the �•ight-af-entry (if'any) required by a raileoad company. '1'he requieerreents specified he�•ein likewisc rclatc to the Contractor's use oF priva[e and/or const�uction acccss roads crassing suid railroad company's propeeties. 7'he Contrucival Liability covcrage required by Paragraph 5.414D of the Cicncral CondiLions shall provide covcrage ior not less than the following amounts, issued by companies satisfactory to ihe City and to the Railroad Company for a term that continues for so [ong as the Contractor's aperations and woc-k cross, occupy, ar touch railroad property: (l} General Aggregate: (2) Each Occurrence: $ l. 000. �00 $2, DOD, 000 X Reyuirerl for• this Contracl _ No! reguired f'ar this Contracl <Prni�ide an `X" next io the capproprrade seleciion rr6ove 6ased on Ihe Contracf reqarir•emenls� With respect to the ahove outlined insurance requirements, the following shal! govern: ], Where a single railroad company is involved, thc Contractor shall provide one insurance policy in the name of the raiiroad compar�y. �Iowever, if more than one �rade separation or at-gradc crossing is affected by the Project ai entirely separate locations on ihe line or lines of the same eailroad company, separatc coverage may be required, each in thc amount staled above. CITY O� FORT WOR"fH West 7th Streel Impruvemenls STANDAKI) CONSTRi7CT10N SPECIFICAT[ON DOCUMEi�TTS City Project No. ]0[SSS Revised M�rch 9, 2020 00 73 OQ SUPPT.P,ML,I+ITARY CONDIT[ONS Page 4 of 6 2. Where more than onc railroad company is operating on the same right-of=way or where scvcral railraad companies are involved and operated on their own separate rights-of way, the Concractor may be required lo pc-ovide scparatc insurance policies in fhe namc of each railroad company, 3. If, in addition to a gc•ade separ�tion or an at-grade crossing, other 4vork or activity is p�•oposed on a railroad campany's righl-ot�-way at a Eocation entire6y separatc from the grade separation o�� at- grade crossing, insurance coveragc for this work mttst be included in the policy co�erin� the grade separation. 4. If no grade separatiori is invol�ed but other work is propased on a railroad campany's right-oC way, all such othet� work may 6e covcred in a single policy ['or that railroad, even though the work may be at lwo ot more scparate locations. No wo�•k ot� activi�€es on a railroad company's propes�ly La be performed by the Contrac�oi- shall bc commenced unlil 4he Contractor has fw-nished the City with an original policy nr policies of the insurance for each rail��u�d company namcd, as required above. All such insurance must be approved by thc City and each aI�[ected Railroad Company prior to lhe Contractor's beginning w�ek. "E'he insurance speci€ied above must be carried unti] all Work to bc performed on the t-ailroad right-of-way has beeri complctcd and the grade ci•ossing, it'any, is no longer used by the Cuntractor. In addition, insurance musi bc carried during all mainlenance and/or repair woi•k performed in the railroad right-of-way. Such insueance rrEust name the railroad company as the insured, togcthee with any tenant oc- iessee of the railroad cc�mpany operating over traeks involved in the Projcet. SC-6.�4., "Project Scliedule" Project schedule shall be tier � for thc project. SG6.U7., "Wage Rates"' The fotlowing is thc prevailing wage rate lable{s) applicable to this projecl ahc� is providcd in the A�pendixes: Neav�� and Nighivav Cnns(j�uction Pro'e1 cfs (Horizonlul Gyage Rale_Tahle) A copy qf lhe table is also, avai�able hy accessing the City's �vebsite at: ht#ps://au�s.fartworthtexas.�ov/ProiectResoarces/ You can access the file by foltowing the directory path: 02-Constructian Documents/Specifications/Di�00 — Genera! Conditions SC-5.09., "Permits and LTtilities" SC-6.09A., "Contraetor obtained peemits and licenses" "1'hc follnwin� are knawn permits and/or licenses reyuired by th� Contract tn be acquired by the Contractoi•: 1. SWPPP - TCF,Q/"I'PDES Ue�zera! Permit TXRI5�000 SC-6.49B. "City obtained permits and licenses" The f�rl{owing arc known permits and/oa- licenscs rcquired hy the ConUacl lo be acquircd by the City: 2. 1'ort Yfforth & YT�esler•i� Rcailr•oad SG6.09C. "Outstanding permits and licenses" CI'CY pP POitT WOR7'H West 7th Street impruvcments STA7�FTJAALI CONS`fRUCTION SPECTF[CATiON DOCUMENTS Cily Project No. l O1555 Rc�iscd March 9. 2020 ao �3 00 5[IPPLEMENTARY CdIV�CI'IONS Pagc 5 of 6 Thc tollowing is a lisl at�kno��n ouLstanding permits and/or licenses to be acqvircd, iFany as ofSepdens6er 24,; 202U. Outstanding Permits and/or Licenses to Be Acq�ired OWNER YF,R[vliT OR I.ICENSE AND LOCATION TARGET DATF.. OF POSSLSSION F'ort �orllz c� bVester•n Rcrilroad �'�WTVI� arrtlWest 7th Crossing March 1, 20�1 SC-6.24B., "Title Vi, Civil Rights Act af 1964 as arnended" During the performancc of this Contract, the Contractor, tor itself, its assignees and successors in inteeest (hereinaftet- referred to as the "Contractar") agrees as follows: 1. Compliance with RegulaEions: '1'he Contractor shall comply with the Izegulation relalive to nondiscrimination in Federally-assisled p�'ograms of the ]�epartmcnt of Transpartation (hereinatier, "DOT") '1'it[e 49, Code of Federal Acgulaiions, Pat-t 21, as they may be amended fi�om time lo time, (hereinattcr referred to as the iZegulations), which are hcrein incorporated by reference and made a part nf this contract. 2. Nondiscriminatio�: Thc Conlractor, with regard to the work performed by iti during thc contract, shall not discriminate on the grounds of racc, color, ar national origin, in the selectian and retcntion of subcontraciors, including procurements of materials and ]cases oFequipmcnt. The Contractor shakl noi pariicipate either directly or indirectly in the discrimination prohibited by 44 CFR, section 2 LS of the Regulatinns, including employment practices when the contract cove�•s a program set fo�•th in Appendix B of the Regulations. 3. Solicitations for Subcantractors, Including Procurernents of Materials and EquipEne�t: In all solicitations either by competitivc bidding or negotiaCion made by the contractor for work to be performed ur�der a subcontract, including procurcments af materials or leases of cquiprnent, each potential subcontactoe or supplier shall be notified by the Contractor oFthe Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, colar, or national origin. 4. inFnrmation and Reports: The Contractor shall �rovide all information and reports required [�y thc Regulations or directives issued pursuant thcrelo, and shall pettnit access to its books, records, accounts, other som�ces of information and its facilities as may be determincd by City or thc Texas Deparlment of 1'ransportation io be pe�-tincnt to ascertain coenpliance with such IZegulations, orders and instructions. Where any informatiarr required of a cont�•acior is in the exclusi�e possession ol� another who fails or reiuses to furnish this informa[ion the contractor shall so cerlify to the City, or the Texas Depa3-tment of'�'ransportation, as appropriate, and shall sct forth what efforts it has �nadc to obiain the info�-mation. � 5. Sanctions Tvr Noncompliance: In the event of the Contractnr's noncompliance with lhe nondiscrimination prt�visions ot'this Contract, City shall impose such contracC sanctions as il o�- the "1'exas ]�epartment of Transporlation may determine to bc appropriate, including, but not limiled to: a. � withhnEding of payments to the Contractor under lhe Contract unli I the Contractor complies, andlor . cancellation, termination or suspension o1 the Contract, in whole or in part, �. Ineorpnration of Provisions: 'i'he Contractor shall inciude thc provisions of paragraphs {1) through (6) in every subcontracl, including procurements oPmateeials and leases of equipment, unless cxempt CITY OF FORT WORTFI West 7th S[reet [mprovements 5`1'ANDAR�) CONS7'RUCTION SPEC[rICATIOIV DOCUMrNTS City Project No. 101555 Revised 1Viarch 9, 2020 00 �3 ao SiIPPi.]:MENTARY CONDITIOTQS Pagc 6 of 6 6y the kegulations, or dircctives issucd pursuanC thcreto. The Contractor staall take such action with respect to any subcontract or peocuremcnt as Ci�y or the Texas Dcpartment of'1'ranspurLation may direct as a mcans of enforcing such provisions including sanclions fo3• non-compliance: Provided, howevee, that, in the evcnt a cnnlractor becomes invotved En, or is threatened with, liligation with a subcontractor or supplier as a resuli oF such direction, the cantractar may requcst City lo enter into such litigation to protect the intcrests of' City, and, in additio�l, the contractar may request the [Jnited Siates to enter into such litigation to protect the inLerests of the United States. Additional Title VI requirements can he found in the Ap�endix. 5C-7.02., ��Coordiflation" Thc indi�iduals or entities lisicd helory ha�c contracCs with the City for the performance of othcr work at the Sitc: Vendor 2I Constrarction LLC af Work t Slreet R Coordination A CITY SC-$.fll, "Communications tu Contractor" NONI: sc-s.or., `�City's Project Manager" 1'he Cily's Project Managcr foc� Chis Coniract is JT Rulclridge or his/her sztccessof• put�suant to written notification from the Director of 7ranspnrladion and Puhlic Warks Departrnent. SC-13_03C., "Tests and Inspections" NCJNE SC-16.O1C1, "Methods and Procedares" NO,'VE END OF SECTION � Re�ision �.ag f7ATE NAME SUMMARY OF CHANG�. f122/2D96 F. Griffin SC-9.q1„ "City's Project �2apresentative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6,07, Updated the link such that files can loe accessed via the City's website. CITY OF FORT WOR"fH Wost 7th Street Improvements S"CANDARU CONS"fRiJCTION SYECIFICAT[ON DOCUMENTS Ciry Project No. I 01555 Revised Tvlarch 9, 2020 OI E100-1 SUMMARY OF WORK Page l of 3 SECTION O1 11 DO SUMMARY OF WORK PART1- GENERAL 11 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Con#ract Documents B. Deviations from this City of Fort Worth Standard Specification l. None. 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 1- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paymeni 1. Work associated with this Item is cansidered subsidiary to the variaus items bid. No separate payment wiIl be allowed for this Item. 1.3 REFERENCES �NOT USED] 1.4 ADMINISTRATIVE R�QUIREMENTS A. Work Covered by Contract Documents l. Work is to include furnishing ali labor, materials, and equipment, and performing all Work necessary for tkais construction project as detailed in the Drawings and Specifications. B. Subsidiary Wark I. Any and a11 Work specifically goveri�ed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item sha11 be considered as a subsidiary item of Wark, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises L Caordinate uses of prerrzises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stared on the Site. Use and accupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, ar as may be specifically authorized in writing by t�e City. a. A reasonable amount of tools, mater�als, and equipment for construction purposes may be stored in such spac�, but no more than is necessary to avoid delay in tne construction operations. CffY OF FOR'i' WORTH West 7th Strect Improvcments $TAAIBARD CDNSTRUGTION SPECIFICATION llOCUMENTS City Prpjcct No. E01555 Revised December 20, 2012 o� t� oo-z SUMMARY OF WORK Pagc 2 of 3 b. Excavated ancE waste materials shail be stored in such a way as not to interfere with the use of spaces that may be designated to be ]eft free and unobstructed and so as not to inconvenience occupants of adjacent property, c. If the street is occupied by railroad tracks, the Work shal] be carried on in such manner as not to interFere with the operation of the railroad. 1) Al[ Work shall be in accordance with railroad requirements set forth in Di�ision 0 as well as the railroad permit. D. Work within Easements l. Do not enter upon private property for any purpose without ha�ing previously obtained per�nission from the owner of sucia property. 2. Do not stare equipment or ma�erial on private property unless and until the specified appraval of the property owner has been secured in writin� by the Contractor and a copy furnished to the City. 3. Unless specifically providec! otNerwise, clear all rights-of-way or easements of obstructions w3�ich must be removed to rrtake possible proper prosecution of the Work as a part of the project construction operations. 4. Freserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing and all other types of structures ar improvements, to all water, sewer, and gas tines, to aI[ conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to al� other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public ar private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the 6eginning of the Work. b. Notices shall be applicable to both public and private utility compan�es and any corporation, company, individual, or other, eifher as owners ar occupants, whose Iand or interest in land might 6e affected by the Work. c. Be responsible for all damage or inj ury to property of any character resulting from any act, omission, neglect, or rr�isconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. Fence a. Restore all fences encountered and remov�d during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the W ork is not in pragress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, incfuding removai, te�nporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the pgoposal. Cl"CY OF FOK'1' WQRTH Wcst 7th Strcct Improvcmcnts STAI�FDARD CONS1 RUCT[ON 51'�,C3FICATCON DOCUM�NT'S City Projcct No. 101555 Aevised December 20, 2Q l2 O] I100 3 SUMMARY OF WORK 1'agc 3 of 3 1.5 SUBMITTALS �N�T USED� 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED� l.i CLOSEOUT SUBM[TTALS �N4T USED� 1.8 MAINTENANCE MATERIAL SUBMI'�'TALS �NOT USED] 1.9 QUALITY ASSURANCE [NOT USEDJ 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDJ l.l l FIELD �SITEj CON'DITIONS [NOT USED] 1.i2 WARRANTY [NOT USEDJ PART � - PRODUCTS jNOT USED] PART 3 - EXCCUTI�N [NOT USED] END OF SECT14N Rcvision Log DATF. NAME SUMMARY OF CHANGE CITY OF �OAT WORTH Wcst 7th Strcet Impro�cmcnts 5'E'ANDARD CONSTRUCTION S�FCIF[CATION DOCOMCNTS Ciry Projeck No. IOl5S5 Kevised December 20, 2012 O1250fl-I SLfBS'l�[TiITION PROC�DUR�S Pagc 1 of4 SECTION Ol 25 00 SUBST[TUTION i'ROCEDURES PART1- GENERAL i.l SUMMARY A. Section Includes: The procedure for requesting the approval of substitution of a product that is nat equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are noL "or-equals". B. Deviations from this City of �'ort Worth Standard Specification 1. None. G. Related Specifcation 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 1.2 PRICE AND PAYMENT PROCEDURES A. Meas.urement and Payment 1. Work associated with this Item is cansidered subsidiary to the various iterrzs bid. No separate payment will be allowed for this Item. 1.3 REFERENCES �NOT USED� 1.4 ADMINISTRA.TIV� REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are c�escribed in Specifications by means of references to names of man�facturers and vendors, trade narnes, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade na��nes, or catalog numbers, provided said products are "ar-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: � a. Or-equals are unavailable due to strike, discontinued production of prod�acts meeting specified requirements, or other factors beyond control of Contractor; or, CCTY O!' �ORT WOE{T�1 Wcst 7th Strcct Impravemcnts STANDARD CONSTRUCTION SPECIN'1CAT[ON DOCUM�;NTS � Cily Project No. 101555 Revised July ], 2Q] l o�2sao-z SUBS'CITUT[OhI �ROCEDUR�S Page 2 of 4 b. Contractor proposes a cost and/or time red�action incer�tive to the City. 1.5 SUBMITTALS A. See Rec�uest far Substitut�on Form {attached} B. Procedure for Requesting Substitution 1. Substitutiort shall be considered only: a. After award of Contrac# b. Under the conditions stated herein Submit 3 copies of each written request for suhstitution, including: a. Documentation 1) Complete data substantiating compliance of propased substitution with Contract Documents 2) Data relating ta changes in constz-uction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products � I} Product identification a) Manufacturer's nar�e b) Telephone number and representative contact name c) Specif�cation Section� or Drawing reference of originally specified product, including discrete name or tag number assigned to original praduct in the Contract Documents 2) Manufacturer`s li#erature clearly marked to sho�v campiiance of proposed product with Contract Documents 3} Iternized corr�parison of original and proposed product acldressing prod�et characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction � c) Weight d} Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeabEe concerning proposed product c) Available feld data and reports associated with proposed product 5) Samples a) Provide at request of City. � b} Samples became the property of the City. c. For construction cnethods: 1) Detail�d description of pro�osed method 2} lllustration drawings C. Appro�al ar Rejection 1. Wriiien approval or rejection of substitution given by the City 2. City reserves the right ta require proposed product to comply with color and pattern of speciFied product if necessary to secure design intent. 3. In the event the substitution is approved,,the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY O}� FORT WOR'I H Wcst 7th Strcet Improvcmcnts S'1'ANDARD COiV5"CCZUCTION SP�;CIF[CAT30�1 DOCl1MENTS City Projcct No. 10[555 Revised July I, 2D3 1 012500-3 SU85TC1'U"fI01�' PROCEDURES Page 3 of 4 �}. No additional contract time will be given for substituiion. 5. Substitution will be rejected if: a. Submittai is not Chrough the Contractor with his stamp of approvai b. Request is not made in accordance with this Specification Sectian c. In the City's opinion, acceptance wiil require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/1NFORMATIONA�. SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED� l.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USEDj . 1.9 QUALITY ASSURANC� A. In making request for substitution or in using an approved product, the Contractor represer�ts that the Contractar: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Wil� prqvide same guarantee for substitute item as for product specifaed 3. Will coordinate instailation of accepted substitution into Work, to include building modiiications if necessary, making such changes as may be required for Wark to be complete in all respects �4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 1.11 FIELD [SITE� CONDITIONS [NOT USEDj 1.12 WARRANTY [NOT USEDJ PA1tT 2 - PRODUCTS [NOT USED� PAIiT 3- EX�CUTION jNOT USEDj END OF SECTION Revision Log DATF. NnML SUMMARY OP' CHANGE C1TY OF FOR"E' WORTII Wcst 7th Strcct Improvements STANUARD CO�ISTRUCTION SPTiCIFICA'1'IOt� DOCUMENTS City Project No. 101555 Revised luly !, 2D] 1 D12500-4 SC7➢STI"fUC10N PROCED[JRF.S Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTiTUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTIQN PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for 5ubstitution: Include complete information on changes to Drawings andlor Specifications which proposed substitutian will require far its proper installation. Pil] in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What eifect do�s substitution have on other trades? C. Differences between proposed substitution and specified item? D. DiFferences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Eq�af Better (explain on attachment) The undersigned statEs that the fut�ction, appearance and quality are equivalent or superior ta the specif ed item. Submitted By: Far Use by City S ignature as noted Firm Address Date Tel�phone For Use by City: Approved Cify Recommended Recommended � Not recommended Received ]ate �y — Date ' Remarks Date Rejected CITY OF FORT WOA"ffi West 7th Strect Impro�cments S"['ANDARD CONST[tUC"iION SPF,CI�'ICATION DOCUMENTS . City Projcct No. 101555 Rcvised July ], 201 1 DI 3l l9 - 3 YRGCONSTRiJC'f[ON MEET[NG Page l of 3 SECTION 01 3] t9 PAECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting �o be heid prior to the siart af Work to clarify canstruction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification i . None. C. Related Speciiicaiion Sections include, but are not necessarily limited ta: L. Division 0— Bidding Aequirements, Cor�tract Forms and Conditions of ihe Contract 2. Division 1— General Requirements 1.2 PRIC� AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this [tem is considered subsidiary to the variaus items bid. Na separate payment will be allowed fQr this Item. ].3 REFERENCES �NOT USED� 1.4 ADMINISTRATIVE REQUIREM�NTS A. Coordination 1. Attend preconstruction meeting. 2. Repeesentatives oFContractar, subcontractors and suppliers attending meetings shall be qual ified and au#hor�zed to act on behalf of the entity each re�resents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting � � A preconstruction meeting will be heid within 14 days af'ter the execution ofthe Agreement and �efore Woric is started. a. Tt�e meeting will be scheduled and administered by the City. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies af same to all participants who so request by fully completing the attendance form to be circulated at the beginning ofth� meeting. Attendance shall include: a. 1'rojec� Representati�e b. Coniractor's project manager c. Contractor's superintenc�ent d. Any subconiractor or supplier representatives whom the Co�tractor may desire to invite ar the City may request CI'1'Y OP �OKT WOi2TH West 7titi Strcct Improvcrncnts STANDARU CONSTRUC'I'ION SPECIFICATIOIY DOCUM�NTS City Projccl Na. IOL555 Revised Augusi 17, 2012 Ol 31 19 - 2 E'RECONSTRUCf10N METiTING 1'age 2 of 3 e. Other City representatives • f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction scheduie in accorcfance with Section 01 32 16 and provide at Freconstruction Meeting. b. City will notify Contractor of any schedule changes upqn Notice of Preconstruction Meeiing. 5. Preliminary Ager�da may include: a. Introduction of Project Personnel b. General Description of Project . c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's wo��k plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. ProgrEss Payments i. Extra Work and Change Ordcr Procedures j. Field Orders k. Dispasal Sife Letter For Waste Material 1. Insurance Renewals m. Aayro[1 CertEfication n. Material Certifcations and QuaEity.Control Testing o. Public Safety and Convenience p. Documentation of Pre-Constr«ctian Conditions q. �Weekend Work Notificatian r. Legal Holidays s. Trench Safety P[ans t. Ganfined Spac� Entry Stanc�ards u. Coordinatian with the City's representative far operations of existing water systems v. Storm Water Pollution Pre�ention Plan w. Coordination with other Contrac#ars x. Early Warn2ng System . y. Contrac#or Evaluatiqn z. Special Conditions applicable to the project aa. Damages Claims bb. Su�mittal Procedures cc. Substitution Prpcedures dd. Correspondence Routing ee. Record Drawings ff. 'Femporary const7-uction facilities gg.. M/WBC ar MBE/SBE procedures hh. Fina[ Acceptance ii. Final Payment jj. Questions ar Cnmments CC1Y OF FO{Z"I' WQAT}I . Wcst 7th StrecL impro�ements STAAIDARIJ CONSTRUCCIOtd $PECIh 1CAT[ON DOCUMEIVTS City i'rajcct No. 101555 Revised August l7, ZO]Z O1 31 19-3 E'RECONSTRUCTION MEETING Page 3 oF 3 1.� SUSMITTAI,S [NOT USED� 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 1.7 CLOSEOUT SUBMITTALS jNOT USED] 1.8 MA�NTENANC� MATERIAL SUBMITTALS �NOT USEDj 1.9 QUALITY ASSURANCE [NOT USED� 1.10 DELIVERY, STORAGE, AND HANDLINC jNOT USED] ].11 FIELD [SITE] CONDITIONS �N4T USED� Z.12 WARRANTY [NOT USED� PART � - PRODUCTS [NOT USED] PART 3- EXECUTION �NOT USED] END OF SECTION Revision Log D�1TE NAiV1E SUMMARY pF CHANUE CITY O� PORT WOI2TFI Wcst 7th Strcet improvcments Sl'ANDAR[]CONS'fRUC"f10N SP�C[FICATION �OCUM�NTS City Projcct t�Ia. ]01555 Revised August 17, 20i2 � 013120-1 PAOJECT MEET[NGS Page 1 of3 SECTION 01 31 2Q PROJECT MEETINGS PART1- CENERAL 1.1 SU117MARY A. Section Includes: Provisions for project meetings t�roughout the canstruction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potentiai problems B. Deviations this City of Fort Worth Standard Specification � . None. C. Related Specification Sections include, but are not necessarily liix►ited to: L Division Q— Biciding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— Generai Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES �NOT USED� 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination �. Scnedule, attend and administer as specified, periodic progress meetings, and specially cafied meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be quali�ed and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. MeeEings, in addition to those specified ir► this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meefing l. After ti�e execution of the Agreement, but before�construction is allowed ta begin, attend 1 Public Meeting with affected residents to: a. Preser�t projected schedule�, including construction start date b. Answer any construction related q�estions 2. Meeting Lacation a. Location af ineeting to be determined by the City. 3. Attendees CITY OF FORT WOR"fH West 7th Slreet lmprovcrtcnts STANDAItD CONSTRIiCT[ON SPECIFICATION DOCEJMENTS City Projcct Na. ID1555 Rcvised ]uly l, 20i ] DL 3120-2 PAOJI?CT MEEr[NGS Page 2 af 3 a. Contractor b. Project Representative c. 4ther City representatives 4. Meeting Schedule a. In general, the neighborhoad meeting will occur within the 2 weeks following the pre-construction conferencc. � � b. In no case wil] constructiar� be allawed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representati�e. 2. Additional �rogess meetings to discuss specific topics will be conducted on an as- needed basis. S�ch addit�ona! meetings shall include, but nat be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordinatior� 6etween other construction projects d. ResaEution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the nofes of the meeting and distribute copies of the same to alI pa�ticipants wha so requesi by fu�ty com�leting the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superEntendent c. Any subcantractor or suppfier representatives whom the Contracior may desire to invite or the City may request d. Engineer's representatives e. City's representati�es f. Others, as requested by the Project Representafive 5. Prelinrzinary Agenda may include: a. Re�iew of Work progress since previous meeting b. Field obser�ations, pro6lems, conflicts c. Items wh�ch impede construction schedule d. Review of off-site fabrication, delivery schecEules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corr�ctive measures and procedures to regain projected schedule g. Revisions to construction scheduEe h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards t. Pending changes and substitutions � m. Review proposed changes for: 1) Effect an construction schedule and an completion date 2) Effect on ather contracts of the Praject n. Review Record Documents o. Review monthly pay requesi CITY OF FORT WOR'T H West 7th Strcet Improvemcnts STANDARD CONS'1RC7CTION SPEC[FICATION DOCUMEN"fS City E'rojcct No. 101555 Cie�fsed July I, 2011 O] 3] 20-3 1'ROJE;CT MF.I:TINGS Page 3 oF 3 p. Review status of Requests for 3nformation 6. Meeting Schedule a. Arogress rneeiings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b} Engineer . c) Contractor 7. Meeting Location ' a. The City wiil establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.� SUBMITTALS [NOT USED� 1.6 ACTiON SUBMITTALSIINFORMAT14NAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS jNOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED� 1.9 QUALiTY ASSURANCE �NOT USEDJ i.i0 DELIVERY, STORACE, AND HANDLING [NOT USED� l.11 �'YELD �SITE] CONDITIONS [NOT USED] I.12 WARRANTY [NOT USED] PART 2- PR�DUCTS jNOT USED' PART 3 - �X�CUT[ON [NOT USED� END QF SECTION Revision Log DA"1 E NAM� SUMMARY OF CHANGE CITY OF FORT WORT[ i Wcst 7th Street Improvcmenes STANDARD CONSTRUCTIQN SP�CI�'iCAT[ON DOCUMC;NTS City Projcct No. 101555 Revised July 1, 2D1 l 013216-1 CONSTRUCTION PROURESS SCHCDULfi Page l of 5 S�CTION Ol 3� 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL f.1 SUMMARY A. Section Includes: 1. General requirements %r the preparation, submittai, updating, status reporting and mar�agement of the Construction Progress Schedule 2. Specific requirements are presented in ihe City af Fort Worth Schedule Guidance Document � B. Deviations from this City oi'Fort Worth Standard Specification i . None. C. Related Specification Sections include, but are not necessarily limited ta: I. Division 0— Bidding Requirements, Contract Forms and Conditions of the Coratract 2. Division 1— General Requirerrzents 1.2 PRICE AND PAYMENT PROCEDURCS A. Measurement and Payment 1. Work associated with this Item is cansidered subsidiary to the various items bic�. No separate payment will be allowed for this Item. 1.3 REFER�NCES A. Definitions L Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tie�- �- No schedule submittal required by contract, but wi.11 require some milestane dates. SznaII, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and hereEn. Large and/or complex projects with long durations 1} Examples: large water pump station project and associated pipeline with interconnection to another �overnmental entity e. Tier 5- 5chedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long duratians, high public visibility I) Examples might include a water or wastewater treattnent plant 2. Baseline Schedale - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Scheduie - Monthly submittai of a progress schedule documenting progress on the project and any changes anticipated. C�TY OP �'ORT WORTH West 7th S[rcct Improvcmcnts 5'1'ANDARD CON51'RUCTIODI SPECIFICATIQN DOCUMCNTS City Projcct No. 101555 Revised luly l, 20l t O13216-2 CONSTRUCTIOiV PRO{iRE55 SCiIEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes; expected delays, key schedule issues, critical path items, etc B. Reference Standards l. City of Fort Worth Scheduie Guidance Document l.4 ADMINISTRATIVE AEQUYREMENTS A. Baseline Schedule l. General a. Prepare a cost-loaded baseline Schedule using approved sof�ware and the Critical Path M�thod (CPM) as required in the City of Fort Wprth Schedule Guidance Document. • b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding oFthe wark to be performed and knawn issues and constraints related to the schedute. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedu[e Narrative to accompany the monthly progr�ss Schedule. 3. Change Orders a. Incorporate approved change ard�rs, resulting in a change of contract time, in the baseiine Schedule in accordance with City of Fart Worth Schedule Guidance Document. C. Responsibility far Schedule Compliance i. Whenever it becomes apparent from the current progress Schedule and CPM St�tus Repart that delays to the critical path have resul�ed and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovezy Plan to the City for approval revised baseline Schedule outlining: � 1) A written statement of the steps intended to takE to remove ar arrest the delay to the critical pa#h in t�e approved schedule 2) Increase construction nnanpower in such quantities and crafts as wili substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number af working hours per shift, shifts per day, working days per week, the amount oiconstruction equipment, or any combination of the foregoing, suffciently to substantially eliminate the backlog of work 4) Reschedule acti�ities to achieve rr��imum practicai concurrency of accomplishment of acti�ities, and eomply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested. by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule {o�ertime, weekend and holiday work, etc.) io be enr�ploy�d by the Contractor ir� order #a remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be cansidered. CITY OF FORT WQItTI I West 7th Strcet Improvcmcnts 5'I�AtJDAR� CONSTRUCTION SPF:CIP[CATION DdCUMCNTS City Projcct No. 101 S55 Rcvised July 1, 201 1 01 32 16 - 3 CONS"fRUCTiON PROGlZC;55 SCIIEDULF, 1'age 3 of 5 D. The Contract completian time will be adjusted only far causes specifed in this Conkract. a. Requests for an extension of any Contract cflmpletion date must be supplamented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extensian of time is entitled under the provisions of this Contract. a} The City will, after receipt of such justificatian and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determinatian as to the total number of days a!]owed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the e�ension. a) Such data sha!! be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not afFect any Contract completior� date shown by the critical path in th� network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contraci. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the ContracC schedule or completion time to be adjusted by the City to reflect the effects ofjob conditions, weather, technical dif�iculiies; strikes, unavoidable deIays on the part of the City ar its representatives, at�d other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractar to reschedule the work ar Contract completion time to reflect the changed canditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Con#ractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. rloat or slack time is defined as the amount of time between the earliest start date and the latest stari date or between the earliest finish date and the latest fnish date of a chain of activities on the 8aseline Schedule. a. E'loat or slack time is not for the exclusive use or benefit of either the Contractar or the City. b.. Proceed with wark according to early start daies, and the City shall have the right to reser�e and apportion float time according to the needs of the project. CITYOF FORT WORTEI West 7th Street Improvcmcnts STAI�DARD COMS'fRUCT►ON SPCCIFICA'fION DOCUMENTS City Projcct No. ]O1555 Aeviscd Juiy I, 20l I 013216-4 COTYS`fRUCTION YROURCSS SCHEDULP: Page 4 of S c. Acknowledge and agree ihat actua] delays, affecting paths of activities con#aining float time, will not have any effect �pan contract completian times, pro�iding that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the sa�ne facilities or area under other contracts, the Baseline�Schedule shall be coordinated with the scE�edules of #he other contracts. a. Obtain the schedules ofthe other appropriate contracts firom fhe City for the preparation and �pdating of Baseline schedul� and make the required changes in his schedule when indicated by changes in corresponding schedules. ?. In case of interference betw�en the operations of different contractars, the City will determine ihe work priority of each contractor and the sequence of wark necessary to expedite the completion of t3�e entire Project. a. In such cases, the decision nf the City shall be accepted as final. b. T�e temparary delay of any wortc due to such circumstances shail not be considered as justifcatEan for c[aims f�r additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native fle format and pdf forrnat as required in the City of Fort Worth Schedule Guidance Document. a.. Native �le Format includes:. ! ) Primavera (P6 or Prima�era Contractor) 2. 5ubmit draft baseline Schedule tp City prior to the pre-construction meeting and bring in hard copy to itte meeting far review and discussion. B. Progress Schedule l. Submit progress Schedule i�1 native f le format and pdf format as required in the City of F{ort Worth Schedule Guidance Document. 2. Submit pro�ress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as requirec! in the City of Fort Worth Schedule Guicfanee Document. 2. Submit schedule narrative monthly r�o later than the last day of the monih. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Cantractor shall submit documents as required in the City of Fort Worth Sched�ale Guidance Document. 3. Once tE�e project has been completed and Final Acceptance has been issued by the Cit.y, no further progress schedules are required. Ci'fY OF FORT WORTI[ West 7th Strcet Improvemcnts 5"fANDARL7 CONSTRUC'E�ION SPEC[F[CATION ��CUMENTS City Projcct No. 101555 Re�ised Itdy l, 2011 D13216-5 . CONS"1'KUC'CION PROGRGSS SCHI3DUL]i Page 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED� 1.7 CLOSEOUT SUSMITTALS [NOT USED� 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 1.9 QUAL[TY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of sirnilar complexity. B. Schedule and supporting documents addressed in this Specification shatE be prepared, updated and revised to accurately reflect the performance af the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care far the canstruction industry for similar projects. 1.10 DEL[VERY, STORAG�, AND HANDLING �NOT USED] 1.11 FIELD [SITE� CONDITIONS [NOT USED� 1.12 WARRANTY [NOT USED� PART 2 - PRODUCTS �NOT USEDJ PART 3 - EXECUTiON �NOT USED] END O�' SECTfON Revision Log DATE NAML SUMM/1RY OF CHANGE CITY OF FORT WOR"fH WcsL 7fh Strcct Improvcmcnts STANDARD CONSTRUCTION SPECIFICA'CCON DOCUMENTS City Projcct No. 101555 Revised July ], 2al I Ol 32 33 - I PRECONS"C[ZUCTiON VIDEO Page t of2 SECTION 01 32 33 PRECONSTRUC'1'ION VIDEO PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations frorr� this City of Part Worth Standard Specification l. None. C. Related Specifcation 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 1.2 PRICE AND PAYM�NT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed iar this [tem. 1.3 REFERENCES �NOT USEDj I.4 ADMINISTRATIV� AEQUIREMENTS A. Preconstruction Video . ]. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of'the maintenance surety period. 1.5 SUBMITTALS �NOT USED] � 1.6 ACT[ON SUBMITTALS/INFORMAT[ONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS �NOT USED� 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USEDJ 1.9 QUALITY ASSURANCE �NOT USED] 1.10 DELIVERY, STORAG�, AND HANDLING �NOT USEDJ 1.11 FIELD �SITE� CONDITIONS �NOT USED] 1.1� WARRANTY [NOT USED� PART 2 - PRODUCTS [NOT USEDJ CITY OF FORT WORTH Wcst 7th Strcct Improvemcnts STANDARD CONSTRUC710N SPP.CIrICATiON DOCUIvIENTS City Projcct No. 101555 Revised .TuEy l, 20! 1 Oi 3233-2 PE�;COIVSTRUCTION VIDEO Page 2 of 2 PAAT 3 - EX�CUTION (NOT EJS�D] END OF �ECTiON �evision Log DA'Tli NAML; �UMMARY OF CHANGli CI"1'Y OF FORT WORTH West 7th Strcet improvcments S'PANDARp CONS1Rl1CT[ON SPCCII�'[CA310t� DOCUMENTS City Project No. ]O[555 Revised July l, 201 I O13300-1 SU[3MiTTALS Page 1 of S �SECTION Ol 33 00 SUBMITTALS PART1� GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of snbmissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including 5tandard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division Q— Bidding Requirements, Contract Forms and Conditions o� the ConCract 2'. Division 1— Generai Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with thss Item is considered subsidiary to the various items bid. No separaie payment wi11 be aliowed for this Item. 1.3 REFERENCE,S [N4T USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coardination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of S�bmittal Times . a. Prepare, prioritize and transmit each submittal suificiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. ConCractor is responsib�e such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b} Coordination with other submittais c) Testing d) �uz-chasing e} Fabrication . f} Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transrnii submittals sufficiently in advance af the Work. CITY QF FORT WOR1'H Wcst 7th Strcct Impravcmcnts STANDARD CONSTRUCTlON SPECIFICAT[ON DOCIJMENTS City Projcct No. 101555 2evised Decemher 20, 20 i 2 01 33 0D - 2 SUI3MC1"1'ALS Pagc 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work af any other contractor. B. Submittal Numbering When submitring shop drawings or samples, utilize a 9-character submittal cross- reference identi#ication numbereng system in the follawing manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 41-49 to sequ�ntially number each initial separate item ar drawing s�bmitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the sa�ne drawing {i.e. A-2nd submission, B-3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 OQ is the Specification Section for Concrete 2) 0$ is the eighth initial submittal under this Specification Sectian 3) B is the third submission (second resubmission) of that particular shop drawing C. Cantractor Certificatian 1. Review shop drawings, pxoduct data and samples, including those by subcontractors, prior to submission to deter�nine and veriFy the following: a. Field measurements b. Field c.onstruction criteria c. Catalog nurnhers and similar data d. Confarmance with khe Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractar with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statezn.ent I} "By this submittal, I hereby represent that I have determined and verified iaeld measurements, field construction criteria, materials, dimensians, catalog numbers and similar data and I have checked and coordinated each item with other applicable approued shap drawings." D. Submittal Format 1. Fold shop drawings larger than 8'/� inches x 11 inches to 8'/ inches x 1 I inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Co�er Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data IShop Drawings/Samples ICalculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CI"E'Y OF FOR'f WOK'1'H Wcst 7th Strcct improvemcnts S'1'ANDARD CONSTRUCTEp�I $PECIF[CATIpN DdCUMP.NTS City Prajcct No. 101555 Revised Uecember 20, 20i2 013340-3 SUBMI`['TALS Pagc 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) , 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicabl�e standards, such as ASTM or �'ederal Speciiication numbers 9. Identi%cation by highlighting of deviations from Contract Dacuments 10. Identification by �ighlighting of revisions an resubmzttals I 1. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Wark Sections includes, but is not necessarily limited ko: a. Custom-prepared data suc� as fabrication and erection/installation (working) drawings b. Scheduled inFormation c. Setting diagrams d. Achzal shopwork manufactuting instructions e. Custom tempiates f. Special wiring diagams g. Coordination drawings h, individual system or equipment inspection and test reports including: 1} Performance curves and certifscations i. As applicable to the Work 2. Details a. ' Relation of the various parts to the main members and liaes of the stt-ucture b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected far use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal daia may inciude, buE is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's praduct specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs Cf`1'Y OF FOR'f WORTH Wcst 7th Strcct improvemcnts S"FANDARD ('ONSTRUCTION SPECIFICATION DOCUMEN`CS Ciiy Project No. I Oi555 Revised Decem6er 20, 2D l2 a13300-4 SUBMI"I"fAL.S Page 4 of 8 7} Standard wiring diagrams 8) Printed perf'ormance curves and operational-range diagrams 9) Production or quality conCrol inspection and test reports and certifications 14) Mill reparts 11) Product op�rating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to th� Work H. Samples 1. As specif ed in individual Sections, inc2ude, but are not necessariEy limited to: a. Physical examples of the Work such as: 1} Sections of manufactured or fabricated Work 2} Small cuts or containers of materials 3) Complete units of repetitiveIy used products color/texfure/patterr� swatches and range sets � 4) �pecimens far coardination af visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Da not stat� Work requiring a shop drawing, sampl� or product data.nor any material to be fabricated or installed prior to the approval or qualifiec! appraval of such item. 1. Fahrication performed, materials purchased or on-site construction accomplished which does not conform ta approved shop drawings and data is at the Contractar's risk. 2. The City will not be liable for any expensc or delay due to corrections nr remedies required to accomplish confonnity. 3. Complete project Work, materials, fabrication, and installations in conforma��ce with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distt-ibution a. Coniirm development of Project directory far electronic submittals to be uploaded to City's Buzzsaw s�te, or another external FTP site approved by the City. b. Shop Drawings I} Uplaad submittal to designated project directory and notify appropriate City representatives via email of submittaf posring. 2) Hard Copies a) 3 copies for atl submittals b} If Cnntractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies �isted above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2j Hard Copies a} 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution} C[TY OF FC)RT WORT[3 Wcst 7th Strccl Trnpro�cmcnts STANDARD CONSTRUC'1'[ON SPCCIFICATiQN DOCUMEN"CS City Projecc No. ]0T555 Revised Decc`rnber 20, 2012 01 33 DO - 5 SiJBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City . 2) Copies a) 8 copies for mechanical submittals � b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Cantractor shall submit more than the nurz�ber of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specificarion 5ections. Distribute reproductions of approved shop drawings and copies oF approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the desigrz concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving fihe Contractar of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details fiunished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or praduct data by the City does not relieve the Contractor from nis/her responsibility with regard to the fulfillment of the ten�xis of the Contract. a. All risks of error and omission are assutned by the Contractor, and the City will have no responsibility therefore. 3. The Contractor z-emains responsible for details and accuracy, for coordinating the Work wi�h all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requireme�nts which City finds to he in the interest of the City and to be so minor as not to involve a change in Contract Price or time for perfortnance, the City may return the reviewed drawings without noting an exception. 5. Submittals wi11 be returned to the Contractor under 1 of the following codes: a. Code 1 ' 1) "NO EXCEPTIONS TAKEN" is assigned when there are no natations or cQmments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF F'ORT WOR'fH West 7th Strcct Improvemcnts STAI�3DAItD CONSTRUCTION SPECIPTCATIOiV DOCUIvIENT5 City 1'rojcet No. l Q1555 Rcvised December 20, 2012 OL 3300-6 SlJI3M17"1'ALS Pagc 6 of 8 1) "EXCEP'I'ION� NOTED". This code is assigned when a confirmation of the notatians ar�d comments IS NOT required by the Contractor. a) The Contractar may release the equipment or material for man�facture; however, a11 notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensi�e enough to require a resubmittal of the package. a) The Contractor may release the equiprnent or material far manufacture; howe�er, all notations and comments m�st be incorporated into the finai product. b} This resubmittal is to address a1I comments, omissians and non-conforming items that were noted. c} Resubmittal is to be received by the Ciry within i5 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor rr�ust resubmit the entire package revased to bring the submitta] into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubtnittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangte or other similar met�od a} At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) A�1 subsequent reviews will be performed at times convenient ta the City and at the Contractor's expense, based on the City's or Ciry Representative's then prevailing rates. 2} Frovide Contractor reimbursement to the City within 30 Ca�endar Days for all such fees inr+oiced by the City. c. The need for more than 1 resubmission or any other delay in ohtaining City's review of submittals, wilI not entitle the Contractor to an extension of Contract Time. 7. Partial SubmittaIs a. Cify reserves the right to not review submittals deemed partial, at the City's discretion. � b. Submittals deemed by the City to be not comg�ete will be returned Co the Contractor, and will be considerec� "Not Appro�ved" until resubmitted. c. The City �nay at its option provide a list or mark the submittal directing the Contractor to the areas tha! are incomplete. 8. IFthe Contractor considers any correctian sndicated on the shop drawings to constitute a change to tk�e Contract Documents, then wvritten notice must be prouided thereof .to the City at least 7 Calendar Days priar to release for manufacture. C[TY OF FQRT WORTI[ Wcst 7th Strcct [mpra�emcnts SCANDARp COAISTRUC'fLOI�I SPTiCIhICAT]ON �OC[1MENTS City projectNn. 1O155S Rcvised Deccmber 20, 2012 b L 33 00 - 7 8[1BMI'ITALS Yagc 7 oF S 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may cazry out the construction in accordance Cherewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned witlnin 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or w�en directed. M. Qualiiications 1. If speci6cally required in. other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpreiation of the coatract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a con#lict between the Drawings and Specifications 1} Identify the conflzct and request clarification 2. Use the Reyuest for Infortnation (RFI) f�rm provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series nurnber, "-xxx", beginning with "O1" and increasing sequentially with each additional transmittal. 4. Suffici�nt inforn�ation shall be attached to permit a written response without further information. S. The City will log each request and will review the request. a. If review of the project information reyuest indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUSMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 1.9 QUALITY ASSURANCE �NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD �SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF POILT WORT[1 West 7[h Strect Improvements STANDAKD CONS"1'RUCT[dN SPECIFICATION DOCUMCNTS City Project No. 1D1555 Revised Uecember 20, 2012 Q133fl0-8 SUBMi"1"fALS Page 8 of 8 PART 2 - PRODUCTS �NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Cf"fY OP TOR'C WORTH Wcst 7th Strcct Improvcmcnts STAAIDARD CONS"1'RUCTION SPECiP1CATIOI�I DOCUMP.N'1'S City Projcct Na. l O155S Revised December 2Q 2012 Ol 35 13 - l SPEC�A[. P[t07IsCT PROCEDURES Pagc I of 8 � 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 1b 17 18 l9 SECTION U] 35 13 SPECIAL PR07ECT PROCEDURES A. Section Includes: I. The p��ocedures for special project circumstances that includes, but is no� limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voitage Lines c. Conf ned 5pace Entry Program d. Air PoI[ution Watch Days e. Use of Explosives, Dcop Weight, Etc. f. WaterDepartmentNoti�cation g. Public Notificaiian Prior to Beginning Consttvction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Contro! - k. Employee Parking B. De�iations from this City of Foi�t Worth Stattdard Specification f . 1.2.A.2 — Railroad Flagmen 20 C. Reiated 5pecification Sections include, but are nat necessarily limited to: 21 1. Division D— Bidding Requirernents, Contract Forms and Conditions of t�e Cor�tract 22 2. Division I— General Rec�uirements 23 3. Section 33 12 25 -- Connection to Existing Water Mains 24 1.� PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 �a 3] 32 33 34 35 36 37 38 39 40 41 42 f1. Measurement and Payment I. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lurr�p sum. b. Payment I) The work performed and materia�s furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Insp�ction 3) Safety training 4) Additional insurance 5) Insurance Certifcates 6} Other requirernents associated with general coordination with Railroad, � including additional employees required to protect the right-of-way and property nFthe Railroad from damage ar�sing out of ancl/nr fram the const�•uction of the Project. 2. Railroad Flagmen CITY OF FOR'1' WURTI-1 West 7th Street Improvements S'1'AI�iDARD CONS'TRi1CTIQN SPECIFiCATiON DQCUM�.NTS City Prajec[ l�Io. 1015�5 Revised llecember 20, 2012 DI 3513-2 SPF;CiA[, PRO.TFCT PROCL'.C)Ul2F.S Page 2 nt' S 1 2 3 4 5 6 7 8 9 10 il 12 13 l4 �a 15 1.3 REFERENCES 16 A. Reference Standards 17 18 19 20 2l 22 23 3 a. Measurement 1) Measurement for this Item will be per each. b. Payment 1) The Contractor will only chaxge the fi�action of the allowance that yields the price of the actual work perfo��rned. Any remaining rnoney left in this allowance budget at the cancfusian of the project will be kept by the City of Port Worth. . c. The price bid shall include: 1) Coordination for sched�jling flag�nen 2) Flagmen 3) Other requirernents associated with Railroad 3. A11 othee lterris a. Work associated with these It�ms is considered subsidiary to the various Items bid. Na separate payment will be allowed for this Item. Refet�ence standards cited in this Specification refer to the current reference standarc# published at the time of the latest revision date logged at t�e end of this Specification, unless a date is specifcally cited. Hea[th and Safety Code, Title 9. 5a#'ety, Subtitle A. Public Safety, Chaptej• 752. High Voltage O�erhead Lines. North Central Texas Council of Governments (NC'FCOG) — C[ean Construction Specif cation 24 1.4 ADMiNiSTRATIVE REQUIR�M�NTS 25 A. Coordination with the iexas Depal�tment of Transportation 26 27 28 29 30 31 32 33 When work in the right-of way which is under the jurEsdiction of the Texas Department of Transportatian ('I"xDOT): a. Notify the Texas Department of Transportation prioa- to comnaencing any wark therein �n accordance with the provisions of the permit b. AlE wark perforcned in the TxDO'� right-of-way shall be pei-fot�ned in compliance with and subject to approval frort� the Texas DepartmenE of Transportation B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Valtage Lines {more than 600 volts measured between 36 conductors or between a canductor and the ground) shall be in accoz-dance w�th 37 Health and Safety Code, Title 9, Subtitle A, Chapt�r 752. 38 2. Warnin� si�n 39 a. Provide sign af sufficient size rneeting all OSHA requirements. 40 3. Equipment operating within 10 feet of hagh r+o[tage �ines will require the following 41 safety features 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift �oak connections for• back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements ofthe owner aFthe high �oltage lines Cl'1�Y OF FOCt"f WORTH West 7th Street Improvements 5'1'ANllACZII CONSTRUCTION SPrCiPTCATiON DOCi�MET�TTS Ciry Project Na_ 101555 Re�ised December 20, 2012 at �s �s-3 SPi:C1AL PROJE;CT PRO(:ET)[JRES Page 3 of R l 2 3 4 5 6 7 8 9 10 il 12 13 14 IS l6 17 18 14 20 21 22 23 2�l 25 26 27 28 29 30 31 32 33 34 35 36 37 3& 39 40 41 42 �13 44 45 46 4. VVork within 6 feet of high voltage elech•ic lines a. Notification shall be gi�en to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and reco��d actian taken in each case. b. Coordination with porver company 1) After notifcation coordinate with the power company to: a) Erect temporary meehanical barriers, de-energize the lines, or raise or tower the lines c. No perso�nel may woi-k within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program l. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confned Spaces include: a. Manholes b. All other confined spaces in accardance with OSHA's Permit Required for Confined Spaces D. Air �'ollution Watch Days 1. General a. Observe the follawing guidelines relating to wo��king an C�ty construction sites on days designated as "AIR AOLLUTTON WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.rn. to 10:00 a.m. 2. Watch Days a. The Texas Commissfon on Environmental Quality {TCEQ), i� coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on. the afternoon prior to the WATCH day. b. Requii•ements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use af motorized equipmenC for perinds it� excess of I hour. 2) However, the Cantractor may begin work prior to I D:DO a.m. if: a) Use of motorized equipmeni is less than l hour, or b) if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel {ULSD), diesel emulsions, or altez�native fuels such as CNG. E. TCEQ Air Permit 1. 06tain TCEQ Air Permit for construction activ�ties per requirements of TC�Q. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project ihe fo�lowing will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance co�erage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0 i 31 13 CTTY OF FORT WORTH STANDARI7 COtYSTRUCTIE7[�I SPEC[FICATiON DOCUM13NT5 Rcvised December �0, 2Q12 � West 7th 5tree[ improvements City Projcc[No. 1O155� O1 3> l3 - 4 SPE,CIAL PROJECT PR OC�,DURES Pagc 4 of 8 1 G. Water Department Coordination 2 1. During ihe constructian of this p�•oject, it wilf be necessary to deactivate, for a 3 period of time, existing lines. The Contractor shall be required to coordinate with 4 the Water Depattment to determine tE�e best times for deactivating and activating 5 Chose lines. 6 2. Coordinate any e�ent that will require connecting Co or the operation of an existing 7 City water line system with the City's representative, 8 a. Cooi-dination shall be in accordance with Section 33 12 25. 9 b. If needed, obtain a hydrant water meter from the WaCer Depar,tment for use 10 during the li#'e of named project. 1 1 c. In thc e�ent that a water �alve on an existing ]ive system be turned off and on 12 to accommodate the construction of the project is required, coordinate this 13 activity through the appropriate City representati�e. 14 l} Do not operate water line �al�es of existing water system. � 5 a) Failuc�e to comply will render the Contractor in violation of Texas Penal 1� Code Title 7, Chapter 28.03 {Criminal Mischie�} ar�d #he Contractar 1"1 will be prosecuted to the full extent of the law. 1g b) In addition, the Contractor will assume all liabilities and 1`� responsibilities as a result af these actions. 20 H. Public Notifzcation PriaE• to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block z2 basis, prepare and deli�er a notice or flyer of the pending construction #o #he front 23 door of each residence or 6usiness that will be impacted by construction. The notice 24 shall be prepared as fo�lows: Zs a. Post notice or fly�r 7 days prior to beginning any consteuctian activity on each 26 blocl� in the project area. 27 1) Prepare flyer on the Contractor's ]etterhead and include the following 2R ir�formation: 29 a) Name of Praject 30 b) City Project No (CPN) 31 c) Scope of Project {i.e. type of canstruction acti�ity) �2 d) Actual construction duration within the bloc[� 33 e) Name of the contractor's foreman and phone number 34 fl Name of the City's inspector ancf phone number 35 g} City's afker-hours phone number 36 Z) A sample of the `pre-construction notificatio�' flyer is attached as Exhibit 37 A. 38 3} Submit sched�le showing the construction start and finish time for each 39 b[ack ofihe project to the inspectar. 40 4) Deli�et• flyer to the City inspectar for re�iew prior to distribution. 41 6. No construction wil� be allowed to begin on any block until the tlyer is 42 deli�ered to all residents of the block. 43 44 45 46 47 Public Notification of `I'emporary Water Ser�ice Interruption during Constructian 1. In the e�ent it becomes necessary to temporar[ly shut down water service to residents or businesses during construction, prepare and deliver a notice ar tlyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: CITY OI�' FORT WOR'1'tI Wcst 7t1� Streel impro�ements STATVDARD CONS'1�RUCTiON S['ECIFI[;A7�ION DOCUMENTS {;ity Projcct No. 101555 Revised December 20, 2012 Ql 35 13 - 5 SPI;CTAL PRO7EC`E' PROCL:DidRES Page 5 of S 1 2 3 4 5 6 7 S 9 10 I1 l2 13 14 l5 16 17 18 K. Coordination within Railroad Permit A�•eas 19 ]. Coordination with United States Army Corps of Engineers (USACE) 20 1. At locations in the Project where construction activikies occur in areas where 21 USACE permits are required, meet all requirements set fo��th in each designateci 22 permit. 23 24 25 26 27 28 29 30 31 32 33 34 3� 36 37 38 39 40 4l 42 43 4� 45 46 � 3 a. The notification oe tlyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the �ollowing information: 1} Name of the project 2} CityProj�ctNumber � 3} Date of the interruption oiservice 4) Period the interruption will take place 5) Name of the contractor's Foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior ta 6eing distributed. e. No intarruption of water service can occur until the flyer has been delivei�ed to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained fro�n the Praject Construction Inspector. At locations in the project where construction acti�ities occur in areas where railroad pez-mits are required, meet all requirements set forfh in each designated railroad permit. This includes, but �s not limited to, provisions far: a. Flagmen b. Inspecto�•s c. Safety t��aining d. Additional insurance e. insurance certificates f. Otller employees required to protect the right-of-way and property of the Railroad Company frpm damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. Obtain any supplemental information needed to comply with the railroad's requirements. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Contral 1. Use acceptable measures to conirol dust at the Site. a. If water �s used to control dust, capture and propet-ly dispose of waste water. b. if wet saw cutting is pei•fo��ned, capim�e and properly dispose of sluny. M. Employee Parking l. Aravide parking for employees at locatians appraved by the City. C1TY O�' FORT WURTH West 7th Street Tmprovcments STANDAEtD CON57'RUCTTOM SPECIFTCATiON DOCUMENTS Ciry Project Na. 101555 Revised Uccember 20, 2012 Q13513-fi SPP,CiAL PRp7ECT PROCEQi1RES Page 6 of 8 1 1.5 SUBMITTALS �N�T USED] 2 1.6 ACTION SURMITTALS/[NFORMATIONAL SUBMITTALS [NOT USED� 3 1.7 CLOSEOUT SUBMITTALS �NOT US�D] 4 1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE CNOT USEDJ 6 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED� 7 l.11 FIELD �SITE� CONDITIONS [NDT USED] 8 1.12 WARRANTY [NOT USED� 9 PART 2- PRQDUCTS [NOT USED] 10 PART 3- EXECUTION �NOT USED] � l2 13 END OF SECTION Revision Log Dl1TE NAMF., SUMMl�RY OF CI IANC,E 1.4.8 — Added requirement of compliance with iiealth and Safcty Code, `fidc 9. 8/3 ]/2012 D. Jol�nso» Safety, Sublitle A. �'ublic SaCety, Chaptcr 752. High Voltage O�erhead Lines. 1.4.E — Added Contractor responsibility for obiaining a TCF.Q Air Pcrmil Cl'L'Y OF FORT WOR"fH West 7th $lreet Impro�emenls S7'A1�IDARD CON5TRUCTiON SPCCIFICAT[ON T�OCUMENTS City Yroject No. 101555 Ae�ised Dccember 20, 2�12 O13513-7 SPECIAL PRp)ECT PROCI:DURES Page 7 of 8 2 3 4 5 6 7 s 9 �o t� 12 13 l�l I5 I6 17 �S ls 20 21 22 23 24 25 26 z� 28 29 30 3E 32 33 34 35 36 37 Date: CPN Nd.: Project Name: Mapsco Location: Limits of Construction: � I i , EXHIBiT A (To be prin#ed on Contractor's Letterhead) - � � i ' i i �i I� I i I I', � i il iHIS IS i0 1PIFO�AA YOU ibAT UIVd�� d GOR��RAC� 1NI�'b �b� Cf�Y O� �OR� V4���t f H, OUR CON���4iVY 1lVI�� 1AlORI4 O�I UTf�fTY �IIV�S ON OR ARDUN� YOUR PROP�RIY. COP�$�RUC�I�f� Ia4�fILL B�GIR� APPROXIfl+0i47��Y S�'V��! DAYS FR014� iH� 9AT� OF iF;15 NOTIC�. !� YDU HAV� (�iUFSiIOWS ABOUT' ACC�S�, S�CURI�Y, SA�'� 1Y OR AfVY O�b�R f�SU�, f���AS� CA��.: �C. CCONTRACTOFi'S SLfPERINTEPIDENT� l4� <T�LEPHONE NO.� �; fi�r. �CITY INSPECTOR� Ae� < TELEPHONE 1�f0.> A�7�R 4:30 PfVi OR Of� 1lV��K�R��S, P���4S� CA�.� (�17) 39� �3U6 PLEASE KEEP THIS FLYER HAIVDY WHEN YOU CALL CITY QF FORT WORTH STANDARD CONSTRUCTiO1V SPHCTFiCATiON DpCUMTiNTS Revised December 20, 2012 Wesf 7th Street [mprovemenYs Cify Project 1Vo_ 1Q1555 ai 3s i3-s SPECIAL PROIEC'f PROCEDlJR�S Page 8 of 8 0 z EXHIBIT B �O�T �V�RTH �: . �a� �o. � �� � �!�`��C� O� '���l����� �I�T�� ����� IlrI"i�R��1��� D[3E T(] IITiLiTY IMPLtOVEMF:NTS II� Y�ITR NEIGI�I3f1itHOnD, YdUR WATER 3EliVICE WiLl. BE IiVTERRUPTED ON BI+:TWCEN THE HOl3RS DF ANi) 3F YOU HAVE (tUE$TIQN5 ABOUT THIS S�iJT-OUT, PLEASI: CAI�L_ M12. AT {CONTRACTOItS S[JPERINTE[YDENT) (TTLEPHONE NUMSER) OR MR. AT {CITY Ii�S�ECTCIR) (TELEPHOIVE NUMBER) THIS iNC�iVVENiENCE W iLL BF AS SHfli2'I' AS P0351RLE. THANIi YOTJ, CONTRACTOR 3 — ------ 4 CITY OF FORT WORTI [ Wcst 7lh Strcct improvcments STANDARD CQNSTRjICTIOTt SPECIFICATTON DOC[IMENTS Cfly Projcct No. 101555 Re�ised Becent6er �0, 2012 O l 45 23 TI:STING AND 11�5Pi:CT!()N SE:RVICT:S Pagc 1 of 2 SECTION dl 45 23 TESTING AND INSPECTION SERV[CES PART 1 - GENERA,L 1.1 SUMMARY A. Section lnciudes: 1. ' Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: �. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contraci 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDifRES A. Measurement and Payment I. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment wi91 be allowed for this ltem. a. Contractor is responsibte for perforrr�ing, coordinating, and payment of ali Quality Controt testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1} If the first Quafity Assurance test perfarmed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a} Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in fuil. 1.3 REFERENCES �NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing L Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When festing is required to be completed by ihe Contractor, notify City, sufficiently in advance, thai testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution I} Coniirm development of Project directory for electronic submittals to be uplaaded to the City's document management system, or another external FTP site approved by the City. Cl"1'Y O� FORT WORTH Wcst 7th Strcct Tmprovc�nents STAiVDARD CONSTRUCTEON SPECIEICATION DOCUMEiVTS City Projcct Na. 101555 Revised March 9_ 202Q O1 45 23 TESTII�FG AI�iD Itd$PF'C7�ION SE[iVICES Page 2 of 2 2} Upload test reparts to designated project clirectory and notify appropriate City representatives �ia email of s�brr�ittal posting. 3) HarcE Copies . a) 1 copy for alI submittals submitted to the i'roject Representative b. Harcf Copy Distribution {if required in �ieu of eiectronic distribution) 1) Tests performed by City a) DistrEbute ] hard copy to the Contractor 2} Tests performed by the Contractar a} Di,stribute 3 hard copies to City's Project Representative Provide City's �roject Representative with trip tickets for each deli�er.ed load of Cancrete or Liine material including the following informatian: a. Name af pit b. Date af deli�ery c. Material de�i�ered S. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligakion to perfarm wor[� in accordance with the Contract Documents. 1.5 SUBMITTALS �NOT USEDJ I.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS �NOT 115EDj 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED� 1.9 QUAL,ITY ASSURANCE [NOT U,SED� � 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 1.11 FIELD �SITE� CONDITIONS �NOT USED] 1.12 WAR.R.ANTY [NOT USED] PART 2 - PRODUCTS [NOT USEDj PART 3 - EXECUTION �NOT US�DJ END �F ,SECTION Revision Log DATL NAME SUMMARY OF C�]AN�F. 3/9/2020 D.V. Magafta Removed refcrence to Buzzsaw and noted thaf electronic submittals bc uploaded through the City's documcnt management sysiem. CCfY f)P PdR'f WORTH Wcst 7th Street lmprovcments STAi�1DARD CONSTRUC'fiON SPIiCIF1CA'C[O1d iIOCUMENTS City Projcct ATo. IO1555 Revised TvTarch 9, 2020 01 50 DO - 1 TEMPOCiARY PACILITIES AND CONTitOLS Page [ of 4 ,s�cTioN oi sa o0 TEMPORARY FACIL[TIES AND CONTROLS PART1- GENERAL 1.1 �UMMAIZY A. Sectiqn Includes: Provide temporary faciiities and controls needed for the Work including, but not necessarily Iimited to: a. Temporary utiiities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the canstruction site B. Deviations from this City of Fort Worth Standard Specificatian 1. None. C. Related Specification Sections include, but are nat necessarily limiied to: 1. Division 0�- Bidding Requirerr�ents, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measureinent and Payment 1. Wark associated with this It�m is considered subsidiary to the various Items bid. No separate payment will b� allowed for this Item. 1.3 REFERENCES [NOT USE�� 1.4 ADMINISTRATIVE REQUIREMENT� A. Temparary Utilities l . Obtaining Temporaxy 5ervice a. Make arrangements with utility service campanies for iemporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdictian. c. Be responsible for utility service cosis until Work is approved for Final Acceptance. � 1) lncluded are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation Qf Work. 2. Water a. Contractor to provide water required for and in connection with Work ta be performecE and for specified tests af piping, equipment, devices or other use as required for the completion of ihe Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1} Contact City 1 week before water for construction is desired CI"1'Y O�' �'ORT WQRI'H West 7th ScrccL Improvcments STANDA1tD CONSTRUCTION SPECIPICATION DOGUMI:I�TS City Projcct iYo. 101555 Revised lidy l, 201 ] o� soon-z T1iMPOKARY FACILITI�;S AND CONTROLS 1'age 2 of 4 - 4. 5. d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. Electricity and Lighting a. Provide and pay for electric powered service as requized for Work, incl�ading testing of Work. 1} Pro�ide power for lighting, operatian of equipment, or ather use. b. EEectric power service inciudes temporary power service or generator to maintain operations cfuring scheduled sh�#down. '�"elephone a. Provide emergency telephone service at Site for use by Contractor personnel ancE others performing work or furnishing services at Site. Temporary Heat and Ver�iilation a. 1'rovide temporary heat as necessary for protection or campletion of Work. b. Provide temporary heat and ventilatEon to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of S#ate and local depariments of heaith. 2. Enforce use of sanitary facili#ies by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance ar �ealth problem. d. Haul sewage and waste off-site at no less than weekly intervals and �aroperly dispase in accordance with applica6le regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings l. Provide adequately ventilated, watertight, weatherproaf s#arage facilities with floor above ground level far materials and equipment susceptible to weather damage. 2. 5torage of materials not susceptible to weather damage may be on blocks off ground. 3. Stare materials in a neat and arderly manner, a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4, Equip huilding with lockable doors and lighting, and provide electrica] service For equipment space heaters and heating or ventzlation as necessary to provide storage environments acceptable to speciiied manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. b. Remove building from site prior to Final Acceptance. D. Temporary Fencir►g 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control Cl'f Y OF FOItT WOR'1'H Wcst 7th Strcct ]mprovements STA1V[}ARD CONSTRUCTiON SYECIF[CATiON DOCUMENTS City Projcct No. l O1555 Revised ]uly 1, 201 l OE 5000-3 'T6MPORARY FACIL[TiES AND CONTROLS Page 3 vf 4 1. Contractor is respansibl� for maintaining dust control through the duration of the project. a. Contractar remains on-call ai all times b. Must respond in a tirnely �nanner F. Temporary Proiection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. L� SUBMITTALS �NOT USEDj l.6 ACTION SUBMITTALS/INRORMATIONAL SUBMITTALS [NOT USED] l.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED� l.9 QUALITY ASSURANCE �NOT USED] . 1.10 DELIVERY, ST�RACE, AND HANDLING �NOT USED] 1.11 FIELD [SITE� CONDITIONS [NOT USED] 1.12 WARRANTY jNOT USED] PART � - PRODUCTS [NOT USEDj PART 3 - EXECUTION [NOT USEDJ 3.1 INSTALLERS �NOT USED� 3.� EXAMINATION �NOT USEU] 3.3 PREFARATION [NOT US�Dj 3.4 INSTALLATION A. Temporary FaciIities 1. Maintain al! temporary facilities far duration of consiruction activities as needed. 3.5 [REPAIRJ / [RESTORATION� 3.6 RE-INSTALLATiON 3.7 �'IELD �aR� SITE QUALITY CONTROL [NOT USED� 3.8 SYSTEM STARTUP �NOT USED� 3.9 ADJUSTiNC [NOT US�D] � 3.10 CL�ANING jNOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities C[TY OF FORT WORTH West 7th 5trccl Improvcmcnts STANDARU CON57RUC'1'lON SI'�CIFICA'1'ION �dCi1MENTS City Projcct I�o. 1Ot555 Revised luiy E, 20i 1 O15000-4 'TEM]'OIiARY FACILI'11ES ANll CONTROLS Pagc 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, Ca a condition equal to or better than priar to start of Worl�. 3.12 PROT�CTION �NOT USED� 3.13 MAINTENANCE [NOT USED� 3.14 ATTACHMENTS (NOT USEDJ END OF SECTIQN Re�ision Log DA"1'L•; NAMF, SiJMMARY OF CHANGE C{TY {]F F(]RT WORI H West 7th Strcct improvcmcnts 5'�AN�ARD CONSTRUCTION SPEC[FICAI'ION UOCUM�N'CS Ciry Project Na. 101555 Re�ised luly 1, 201 l 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TitAFF[C COIVTROL Page I of 3 SECTION O1 55 26 STREET 115� PERMIT AND MODIFICAT[ONS TO TRAFFIC CONTRO[., PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviataons from this City of Fort Worth Standard SpecificaLiQn 1. None. C. Related Specification Sections include, but are not necessarily Limited to: 1. Division 0— Bidding Requirements, Contract Fprms and Conditions of the Contract 2. Division 1— General Requirements 3. 5ection 34 71 13 — Traffic Control 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various [tems bid. Na separate payment will be allowed for this Item. 1.3 REF`ER�NCES A. Reference Standards 1. Refer�nce standards ciied in this specificaiian refer to the current reference standard published at the time of the latest revision date logged at ihe end of this specifcatian, unless a date is speciiically cited. � 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). ].4 ADMINISTRATIVE REQUIREM�NTS A. Traffic Control 1. General a. When traffic controI plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traftic cantrol plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1} Ailow minimum ] 0 working days for review of proposed Trafiic Controi. B. Street Use Permit 1. Prior to installation of Traffic ControI, a City Street Use Permit is required. a. To obtain Street Use Perr�it, submit Traffic Control Plans to City Transportation and Public Works Department. CITY pF FOR'f WORTH West 7th Strect Impravements S"I�ANDARD CONS'I�RIlCTION SPECIF[CATION DOCUME]VTS City ProjectNo. IOlS55 Reviscd July 1, 2611 o�sszb-2 STKEET [JSE PL;RMCI' AND MODTPICA"f[�N5 TO TRAPFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 vvorking days for permit review. 2) Cantractor's responsibility ta coardinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modi�cation to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportaiion and Public Works DeparCment. 1) R�vise Traffic Contro! plans in accordance with Section 34 71 [3. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit; such that construction is not delayed. D. Re�noval of 5tzeet Sign 1. If it is determined that a streat sign must be removed for construction, then cantact City Transportation and Public Works Department, Signs and Markings Divisian to remove the sign. E. Temporary Signage 1. In the case of regulatory sigr�s, replace permanent sign with temporary sign meeting require►nents of the latest edi#ion af the Texas Manual on Uniform Traffic Control Devices (Ml1TCD}. Z. Install temporary sign before #he removal of permanent sign. 3. When construction �s complete, to the extent that the permanent sign can be reinstalled, contact the City Transportatian and Public Works Department, Signs and Markings Division, to reinstall the permar�ent sign. F. Traffic Control Standards 1. Traffic Contral Standards can be found an the City's Suzzsaw website. 1.5 SUBMITTALS [NOT USED� 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS jNOT US�D] l.7 CLOSEOUT SUBMITTALS �NOT USEDj 1.8 MAINT�NANCE MATERIAL SUBMITTALB [NOT USED� 1.9 QUALITY ASSURANCE [NOT U,SED] 1.10 DELIVERY, STORAGE, AND HANDLING �NOT USED� 1.11 FIELD [SITE� CONDITIONS �NaT USEllJ 1.12 WARRANTY [NOT USED� PART 3� - PRODUCTS �NOT USED] PART 3 - EXECUTION [NOT USED� END O�' SECTION CITY OI' FOR"T WpRTH Wcst 7th St�et [mprovcmcnts STANDAR� CONSTRUC"fION SP�;CIFICA'1'ION DOCUMEN"fS City ProlcclNo. �U1555 itcvfsed July 1, 201 l 015526-3 STREE'1 USE PERMiT AND MODE�ICATIONS "1�0 TRAFFIC CONTROL Pagc 3 of 3 lZevision I.og DATE NAML SUMMARY OF CI-CANGE CITY OI' PORT WOR'1'H West 7th 5treet Improvcmcnts STAt�TDARll CONSTRlJC1'ION SPP.CIFICATION DOCUMENTS City Profect No. 101555 Revised July I, 2Dl l U15713-I STORM WATGR PQLLU'I'CON E'Ii�,VEN'1�ION Pagc 1 of3 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART1- CENERAL 1.1 SUMMARY A. Section Includes: - 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City pf Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are r�qt necessarily lirnited to: 1. Division 0-- Bidding Rec�uirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 3] 25 00 — Erosion and Sedtment Control 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. '2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shal] be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of [ntent: NOI 2. Notice of TermEnation: NOT 3. Storrn Water Poilutiar� Prevention Plan: SWPPP 4. Texas Comrnission on Environmental Qizality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard pub�ishecE at the time of the latest revision date �ogged at the end of this Specification, unless a date is specifically cited. 2. Iritegratea S#orm Management (iSWM) '1'echnical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREM�NTS A. General 1. Contractor is responsible for resoIution and payment of any fines issued associated with compliance to Stormwater Pqllution Prevention Plan. C[TY bF FORT WQRTII Wcst 7th Strcct Improvcments STANDAR� CON3TRUCTION SPF.CI1� ICATION DOCLIMENTS City Projcct No. 101555 Revised July 3, 20] 1 Dl 5713-2 STORM WA"CER E'OLLU"f10N PREVEN"f10N Pagc 2 of 3 B. Construction Activities resulting in: 1. Less than ] acre of disturbance a. Provide erosion and sediment contral in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1} TCEQ Small Construction Site Notice Required under ger�era] permit TXR150040 a} Sign and post at job site b) Prior to Preconstruction Meeting, send l copy to City Department of Transportation anc� Pubiic Warks, Enviror►mentai Division, (8l7) 392- 6088. 2} Pra�ide erasian and sediment control in accordance with: a) Section 3 i 25 00 b) The Drawings c) TXR15000a General Permit d} SWl'PP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Poliutant Discharge Flirnznation System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements l) �repare a TCEQ NOI farm and submit ta TCEQ along with required fee a) Si�n and post at job site b} Send copy to City Department of Transpartation and Public Works, Envirorunentai Division, {817) 392-6088. 2} TGEQ Nptice of Change required if making changes or updafes to NOI 3) Provide erosion.and sediment control in accordance with: a) Section 31 25 00 b} The Drawings c) TXR150000 General Permit d} SWPPP e) TCEQ requirements 4) Once the praject has been completed and all the closeout require�nenis of TCEQ have been met a TCEQ Notice of 'Termination can be submiEted. a) Send copy #o City Department of Transportation and Public Works, �nvironmenta� Division, {8l7) 392-60&8. 1S SUBMITTALS A. SWPPP Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of S WPPA to the City as follows: l) 1 copy to the City Project Manager a) City Pro�ect Manager wiil forward to the City Department of Transportatian and Public Warks, Environmental Division for review CI"fY OF FQRT WOR"TH Wcst 7th Strcct Fmprovcmcnts STAI�DARD CONSTI2iJC"I'[ON SPECIFICA"C[OI� [JOCUMEN"t 5 City Project No. 1O1555 Re�ised July l, 2�l l 01 57 13 - 3 STORM WATER POLLUTION PREV�,NTION Aagc 3 of 3 B. Modified SWPPP 1. lf the SWPPP is re�ised during construction, resubmit modified SWPAA to t�e City in accordance with Section O1 33 00. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED� 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MA[NTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT US�D� 1.10 DEC,IVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.I2 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED� PART 3 - EXECUT[ON [NOT USEDJ END O�' SECTION Re�ision Log DATE NAME � SUMM�IAY Ol' CIIANG� C[TY OF FOK'C WORTH Wcst 7th Strcct Impravcmcnts STAtVDARD CQt�STRUCfION SPECIPICAT[ON DOCUMENTS City Projcct No. 101555 Revised July 1, 20] 1 Dl 58 t3- i TrMPORARY P1tOJ�.C'1' SiGNAGE Page 1 of3 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 S.UMMARY A. Section Includes: l. Temporary Project Signage Requirements B. Deviatians from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, hut are nat necessarily limited to: L Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurerrient and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be aIlowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUSMITTALS �NOT USEDj 1.6 ACTION SUBMITTALS/INFORMATIOIYAL SUSMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS �NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELiVERY, STO[tAGE, AND HANDLING �NOT USEDj 1.11 FIELD �SITE] CONDIT[ONS [NOT USED� 1.12 WARRANTY [NOT USED] � PART � - PRODUCTS �.1 OWNER FURN[SHED [ox] OWNER-SUPPLIEDPRODUCTS �NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OP FORT WORTH Wcst 7th Strcct improvements S"fANDARD CONS'L'RUCTION SPECI!'ICATiON �OCUNfEN"CS City Projcct No. ]01555 Rcviscd July 1, 20] i 015813-2 L'�;Ml'ORARY PROJ�,C'C SIGNAGE Page 2 oF 3 B. Materials 1. Sign a. Constructec! of 3/4-inch fir plywood, grade A-C {exterior) or better 2.3 ACCESSORIES [NOT USEQ� � 2.�4 SOURCE QUALITY CONTROL �NOT USED] PART 3 - EXECUTION 3.I INSTALLERS [NOT USED] 3.2 EXAMINAT�ON �NOT USED� 3.3 PREPARATION �NOT USED] 3.4 INSTALLATION A. General l. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request ofthe City. B. Mpunting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATiON [NOT USED] 3.6 RE-INSTALLATION �NOT USED� 3.i FIELD [ox� SITE QUALITY CONTROL �NOT USED] 3.8 SYSTEM STARTUP [NOT USED� 3.9 ADJUSTINC [NOT USED� 3.10 CLEANING �NOT USED� 3.11 CLOSE4UT ACTIVITiES �NOT US�DJ 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General • 1. Maintenance will include painting and repairs as needed or directed by the City. 3,14 ATTACHMENTS [NOT USED] END OF SECTION Cl"CY OF FOR'1� WQK'l�H West 7th Strcct Improvcmcnts STANDA[iD COt*15TRUCT[O�I SPECIFICA"fION DOCUM�;N:fS City Projcct I�Io. 101555 Re�ised July l, 20I 1 Ol 58 t3-3 TGMPORARY PR07ECT SIC�NAGE Page 3 of 3 Revision Log DATE NAML SUMMARY OI�' CI-IANGE CITY OF FOR'l� WOKTH West 7th Strect improvemcnts STANDARD CONSTRUC'I�ION SPCCIPICATION DOCUMEN"CS City Projcct IYo. ]0E555 Revised .Tuly l, 20[ 1 oi do oa PRODUCT RT:'QUiKrMT:NTS Page ] of 2 SECTION 01 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: l. References for Product Requirements and City Standard Products List B. Deviations fram this City of F'ort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0-- Bidding Requirements, Contract Porms and Conditions of the Contract 2. Division 1— General Requirements 1.� PRIC� AND PAYM�NT PROCEDURES [NOT USED� I.3 REFERENCES jNOT USEDJ 1.4 ADMCNYSTRATIVE R�QCIIREMENTS A. A list of City approved products For use is available through the City's website at: https://apps.fortworthtexas.gov/Pro,�ectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. On1y products specifcally included on City's Standard Product List in ihese Contraci Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for. use upon specific approval by the City. C. Any speciiic product requirennents in the Contract Docu�x►ents su�ersede sirnilar products incEuded on the City's Standard ProcEuct List. 1. The City reserves the righi to not allow products to be used for certain projects even thovgh the product is Iisted on the City's Standard Produet List. D. Although a specific praduct is included on City's Standard Product List, not ali products frorn that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section Oi 33 00 for su6mittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USEDJ 1.6 ACTION SUBMITTALS/INFORMAT�ONAL SUBMITTALS jNOT USED� 1.7 CLOS�OUT SUBMITTALS [NOT USED� 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 1.9 QUALITY ASSURANCE �NOT USEDJ CITY pF FOKT WORTH West 7th Strcet Improvemenls STANDARD CONSTRUCTIOI�F SPrCiPiCATlON DOCUMENTS City Projcct No. 101555 Rcvised March 9, 2020 0 ] 60 O(7 PRODUCT CtEQIiEREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDj 1.11 FIELD [SiTE� CONDITIONS �NOT US�Dj 1.12 WARRANTY [NOT USEDj PART 2 - PRODUCTS [NOT US�D] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NnME SUMMARY OF CI-IANGL; 10/] 2/l2 F�. Jahnson Modified L.ocation of City's 5tandard Prod�act List 3/9/2020 D.V. Magana Rcmoved reference to Bu��saw and noted that the City appro�ed products list is acecssihle through the CiEy's website. CTCY OP FORT WdK'1'H West 7th Street Improvcmcnts S'1'ANDARD CONSTAUCTION SPECIF[CAT[OTd DpClIME�ITS City Projcct I�lo. 10[555 Rcviscd Mxrch 9, 2020 Dl 6600- I PRODUC'f S'fORAG� AIVD HANDLING REQUIIi�,MEN�S Page 1 of 4 SECTCON 01 G6 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.l SUMMARY A. Section Includes: 1. Scheduling of praduct delivery 2. Packaging of products for delivery 3. Proteciion of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations fram this City of Fort Wortn 5tandard Specification l. None. C. Related Specificatian Sections include, but are not necessariiy limited to: 1. Div�sion 0— Bidding Requirements, Contract Farms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this item is considered subsidiary �o the various Items bid. No separate payment will be allawed for this Item. ]:3 REFERENCES [NOT USED� 1.4 ADMINISTRATIVE REQUIREMENTS �NOT USED� 1.� SUBMITTALS [NOT US�D] i.6 ACTION SUSMITTALS/IN�ORMATIONAL SUBMITTALS [NOT USEDJ 1.7 CLOSEOUT SUBMI'FTALS [NOT OSED] 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED� 1.9 QUALITY ASSURANCE [N4T USED� 1.1U DELIVCRY AND HANDLINC A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment io receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site For personnel or equipment to receive the delivery. CITY OF FOR'1' WOItT1 [ Wcst 7th 5trccl ]mprovements S"1'ANDARD CONS'1'RUCTION SPECI�TCATIQN �OCUMIiNTS City Prajcct No. i O1555 Reviscd July 1, 2011 016600-2 PRODUCT 5'TORAGE ANi� HANDL[NG REQUEREMLNTS Page 2 of 4 4. Deliver products or equipment in manufacturer's origina] unbroken cartons ar other containers designed and constructed to protect the contents from physical or enviranmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements i. Handle products or eqaipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Starage Requirements l.' Stof•e materiais in accordance with manufacture�•'s recommendatians anc! requirements of these Specifications. 2. Make necessary pro�isions for safe storage of materials and equipment. a. Place toose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Wark. 3. Keep materials and equipment neatly and compactIy stored in locations that wilE cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on constructian site for storage of materfa] and equipment as shown on Drawings, or appro�ed by City's Proj�ct Representative. 5. Provide off-site storage and protection wYten on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's P��oject Representative. b. Do not �se �awns, grass plots or ather private property for storage purposes without written permission of owner or ather person in possession or control of pramises. 7. Store in manufactueers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and genera] public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open, 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City. 's Project Representative. a. Total ]ength which materials may be distrihuted a�ong rou#e oFconstruciion at one time is 1,OQ0 linear feet, unless otherwise approved in writing by City's Praject Representative. C[TY QF FdAT WORTH West 7Fh Street [mpro�cmcnts ST'ANDARD CO1+iS"I'RUCTIpN SPL;C[FICATIO7�S DOCUMENTS City Projcct No. 101555 Rcvised July I, 201 I ' O16600-3 PRODUCT STOCiA(iE AR�D HA[�TDLING R�QUIREMEN'CS 1'age 3 of 4 1.11 FIELD [SITE� C�NDITIONS (NOT USED� 1.12 WARRANTY [NOT USED� PART 2 - PRODUCTS [NOT USEDJ PART 3 - EXECUTION 3.1 INSTALLERS �NOT USED� 3.2 EXAMINATION (NOT USED] 3.3 FREPARATION [NOT USED] 3.4 CRECTION [NOT USEDj 3.5 REPAIR / RESTORATION (NOT USED� 3.6 RE-INSTALLATION �NOT USED� 3.i FI�LD �okj SiTE QUALITY CONTROL A. Tests and [nspections 1. Inspect all products or equipment deIi�ered to the site prior to untoading. B. Non-Conforming Work l. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP �NOT USEDj 3.9 ADJUSTING [NOT USED] 3.10 CLEANING �NOT USED� 3.1I CLOSEOUT ACT[VITIES [NOT USED� 3.12 PROTECTION A. Protect aIl products or equipment in accordance with manufacturer's written directions. B. Stor� products or equipment in iacation to avoid physical damage to items while in storage. C. Protect equipmenf from exposure to elements and keep tharoughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USEDJ 3.14 ATTACHMENTS �NOT USEDj END OF SECTION CITY OF FOR"C WORTH Wesl7th Strcet Improvcmcnts STANDARD CONS'fRUCTION SPECIF[CATION DOCU�+iCi�1T5 Cily Projcct No. 101555 Revised July I, 2011 O16500-4 PROD[]CT STORAG�. AND EIANDI.,ING REQIl1REMEtdTS Pagc 4 af 4 Kcvision Log DATE NAIVIE SUMMAKY OF CHANGE Ci'1 Y OF FC)[tT WORTH Wcst 7ch Strcct [mproveincnts S"CAN�ARD CdNS'fRUCT[ON SPP.CIPiCA"C[OR� DOCliMF.,NTS City Projcct No. 101555 Revised ]uly l, 201 I o i �o oa - � MOBILIZATION ANi) RI;ivIOBILIZATiOiV Pagc I of 5 2 3 PART1- GENERAL SECT[ON O1 '�0 00 MOBILIZAT�ON AND REMOBILIZATION 4 l .1 SUMMARY 5 A. Sectian Includes: 6 7 S 9 lb I1 12 13 14 IS 16 17 18 ]9 20 21 22 23 24 25 26 27 28 zg 30 3I 32 33 34 35 36 37 38 39 40 41 42 �l3 44 45 1. Mobilization and Demobilization a. Mobilization 1} Transportation of Contractor's personnel, equipment, and operating suppIies to the Site 2) Establishrnent of necessary general faci[ities for the Contractor's operation at the Site 3) Prerniums paic! for performance and payment bonds 4) Transportation ofContractor's personnel, equipment, and operatin� sup�lies to another iocation within the designated Site 5) Relocation of necessary general facilities for the Cor�tractor's operation from 1 location to another location on the Site. b. Demohilization 1) Transportation of Cantractot�'s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Retr�oval of a[i buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demabilization do not include activities for s�ecific items of work that are for which payment is pro�ided elsewllere in the contract. 2. Remo6ilization a. Remobifization for Suspension of Work specifically required in the Contract Docurnents or as required by City incluc�es: i ) Demobilizaeion a} 1'ransportation of Contractor's personnel, equipment, and operating supplies from the 5ite including disassembly or temporarily securing equipment, s�applies, and othet• facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization , a} Transportation of Contractor's personnel, equipment, and oper-ating supplies to the Site necessary to resume the Wot•[c. b) Establishment of necessary general facilities for the Contractor's operalion at the Site necessary to resume the Worfc. 3) No Paycnents will be made for: a) Mobilization and DemobiIization fi-om one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and De�nobilization for Miscellaneous Projects a. Mobilization and Demobilization CiTY QP FQRT WORTH West 7th Street [mprovements _ STANDARD CONSTRilCTION SPECIPIGA`I'ION DOCUMEN7'S City Project No_ 101555 Revised Novembcr 22, 2016 ai �000-z MOBILIZATTQN AND iZEMOBILIZATION Page 2 of 5 1 2 3 4 5 6 7 8 9 l0 ll 12 13 14 15 I6 17 18 I9 20 1) Mobilization shall consist of the activities and cost on a Wark Order basis necessary for: a) Transportation o#�Contractor's p�rsonnel, equipment, and operating supplies to the Site for the issued Work Order. b) Es�ablishmeni of necessary general facilities for #he Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the acti�ities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the 5ite including disassembly for each issued Work Order b) 5�te Clean-up for each issued Wark Order c) Remo�ai of all buildings ar other facilities assembled at the Site for each Wor�C Oder b. Mo6ilization and Demobilization do not include activities for specific items of work for which paym�ent is provided elsewhere in the contract. 4. Emergency Mobilizations and De�nobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the Gity and the mobilization occurs within 24 hours of the issuance flf the Work Order. B, Deviations fram this City of Fort Wotth Standard Specification 1. None. 21 C. Relate� Specification Sections incfude, but are nat necessarily limited to: 22 1. Di�ision 0— Bidding Aequirements, Contrac# Forms and Gonditians af the Contract 23 2. Di�ision 1— General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A, Measure�nent and Payment [Cansult City Department/Di�ision for direction on if 26 Mobilization pay item to be inc]uded or the item should be subsidiary. Include the 27 appropraate Section 1.2 A, l.] 28 ] . Mobilization and Demob�lization 29 a. Measure 30 1) This Item will be measured by the lump sum or each as the work 31 progresses. Mobilization is calculated on the base bid only and will not be 32 paid for separately on any additive alternate items added to the Contract. 33 2) Demobilization shall be consicfered subsidiary to the various bid items. 34 6. Payment 35 1) For this Item, the adjusted Contract amount wiil be calculaied as the total 3b Contract amount ]ess the lump sum for mobiiization. Mobilization shall be 37 made in partial payments as fo[Eows: 38 a) When 1% of the adjusted Contract amount for construction ite�ns is 39 earned, 50% of the mobilization lump sum b.id or of the total Contract 40 amount, whichever is less, will be paid. 41 b) When 5% o�the adjusted Cantract amount for construction Items is 42 earned, 75% of the mobilization lump sum bid or ,: of the total Contract 43 amount, whiche�er is less, will be paid. Previous payments under the Item 44 will be deducted from this amount. CiTY OF FORT WORTH West 7th Street improvements STANDARD CONSTRUCTiON SPECiF[CATiOAi DOCTJMENTS City Project IVo_ 1OL555 Rcviscd Novcmbcr 22, 2016 . Q17000-3 tufOSILiZATION AND REMQBII.IZATiO1V Page 3 of 5 1 c) When 10% of the adjusted Contract amount for construction items is 2 earned, 100% of the mobilization lump sum bid or � of the total 3 Contract amount, whichever is less, will be paid. Previous payments under 4 the Item will 6e deducted from this amount. 5 d}A bid containing a total for "Mobilizateon" in excess of �% of total 6 cantract shall be considered unbalanced and a cause for consideration 7 of rejection. 8 e) The Lnmp Sum bid for "Mo6ilization — Paving/Drainage" shall NOT 9 include any cost ar sum for mobilization items associated with 10 � water/sewer items. Those costs shall be included in the various 11 water/sewer bid Items. Otherwise tE�e 6id Items shali be considered 12 unbalanced and a cause for consideratian of rejection. 13 � The Lump Sum bid for "Mobilization -- Paving" shall NOT inelude 14 any cost or surn for mobilizaEion items assaciated with drainage i#ems. 15 Those costs shall be included in the "Mobilizat'ron — Drainage" Lump 16 Sum bid Item. Otherwise the bid Items shaii be considered u�baianced l7 and a cause for consideration of rejection. l8 g) The Lump Sum bid for "Mobilization — Drainage" shail NOT 19 includc any cost or sum for mobilization items associated with paving 20 items. Those costs sha116e included in the "MobiEizatiox� — Paving" 21 Lump Sum bid Item. Otherwise the bid Items shall be considered 22 unbalanced and a cause for consideration of rejeetion. 23 2) The worEc performed and materials furnished for demobi�ization in 24 accordance with this Ite�n are subsidiary to the various Items bid and no other 25 compensatian will be allowed. 26 2. Remobilization for sus"pension of Work as specifically required in the Contract 27 Uocuments 28 a. Measurement 29 I) Measurement far this Item shall be per each remobilization performed. 30 b. Payment 3 i 1} The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price per each "Specified Remobilization" in accordance with Contract 34 Documents. 35 c. The pr�ce sha11 include: 36 . � 1) Demobilization as described in Section 1.1.A.2.a.1} 37 2) Remobilization as described in Section 1.1.A.2.a.2) 38 d. No payments will be made for standby, id�e time, or lost profits associated this 39 Item. 40 3. Remobilizatian for suspension of Work as required by City 41 a. Measurement and Payment 42 1) This shall be submitted as a Contract Clai�n in accordance with Article 1 D 43 of Section 00 72 00. 44 2) No payments will be made for standby, idle time, or lost profits associated 45 with this Item. 4S 4. Mobilizations and Demobilizations for Misc�4laneous Projects 47 a. Measurement 48 I) Measurement for this Ttem shall be for each Mobilization and 49 Demobilization required by the Contract Documents CITY OF FOR1' WORTH Wesl 7th 5treet ImprovemenEs STANDARD CO1�i5TRUCTION SPECIFICATION DOCUMENTS � Ci[y Project 1Vo. 101555 Revised November 22, 20 E h oi �aao-a MOBILI7ATTObI AND REMOBiLU_,ATTON Page A o f 5 1 2 3 4 5 6 7 8 9 lQ lE 12 13 14 15 16 17 !8 [9 20 21 22 23� 24 25 2G 6. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measu�-ement" wil! be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shal ( not be paid for separately. c. The price shal l include: 1) Mo6ilization as described in Seclion 1.1.A3.a.1) 2) Demobilization as described in Section 1.1.A.3.a2) d. No payments will be tnade far standby, idle time, or lost profits associated this Item, 5. Emergency Mobilizations and Demo6ilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be foc each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Iiem and measured as provided under "Measurement" w[II be paid for at the unit price per each "Work Order Ecnergency Mobalization" in accordance with Contract Documents. Demobilization shall be considered subsidia�y to mobilization and shall not be paid for separateiy. c. The price shall include � 1) MobilizaCion as described in Section 1.I.A.4,a) 2} Demobilization as described in Section 1.].A.3.a.2) d. No paym�nts will be made for standby, idle time, or lost profits associated this Item. 27 . 1.3 REFERENCES [NOT [TS�Dj 28 1.4 ADMINISTRATIVE REQUiREMENTS [NOT USED] 29 1.5 SUBMITTALS [NOT USED] 30 1.6 INFORMATIONAL SUSMiTTALS [NOT USED� 3] 1.7 CLOSEOUT SUBMITTALS [NOT C7SED� 32 l.8 MAINTENANCE MATER�AL SUBMITTALS (N�T USED] 33 t.� QUALITY ASSURANCE �NQT US�D� 34 1.10 DELIVERY, STORAGE, AND HANDLiNG �NOT USEDj 35 1.11 FI�LD [SITE� CONDITIONS [NOT USED� 36 1.12 WARRANTY [NOT USED] CiTY OP FOR'I' WORTII West 7lh Street Impro�ements STATiT)AKD CONS'[R[3CTipN SPT;C[I�CCA`1'[OlV DDCUMrNT5 City Project Na 101555 R�vfscd November 22, 2016 oi �000-s MDBILT7.ATiO�T AND REMOBILI7..ATiON Pagc 5 of 5 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE l 1122/16 IVlichacl Owen 1.2 P�-ice and Payment Procedures - Revised specification, including blue tcxt, to maice specificalion flexihtc far either subsidiary or paid hid item for Mobiiization. CITY OF FORT WORTH West 7th Street Tmprovements STANI9ARD CONS'1'RUCTTQ]V SPECIF[CATiONi DOCUMEiV"f5 City Project No. 101555 Reviscd November 22, 2016 � S�c�io� O� i1 �3.01 � A���c�m��t A Sur�ey S�al�in� St�nd�rds February 2017 O:�Specs-5tds Governance Process�Temporary 5pec Files�Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page ] of 22 These procedures are intended to pro�ide a standard method for construction staking ser�ices associated with the City af Fort Worth projects. These are not to be considered alf inclusi�e, but only as a general guideline. Forprojects on TXDOT right-of-way or through joint TXDOT participatian, adherence to the TXDOT 5urvey Manua! shall be followed and rf a distrepancy arises, the TXDOT manual shu!! prevail. (http:/lonli_iemanuals.txdot.�ov/txdotmanuals/e�s/es�.udfJ If you ha�e a unique circumstance, please consult with the project manager, inspector, or survey department at 8�.7-392-7925. �a�7�e O� e01'1$@P]'�5 I. City of Fort Worth Contact Information II. Construction Colors III. Standard 5taking 5upplies IV. Sur�ey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VIL Storm 5#aking VIlI. Curb and Gutter 5taking IX. Cut 5heets X. As-built Sur�ey O:�Specs-5tds Governance Process�Temporary Spec Files�Capital Deli�ery�Cap �eli�ery Div 01�0�. 71 23.15.01_Attachmeni A_5urvey Staking Standards.docx Page 2 af 22 I. Sur�+eb �epartmenf Con_�ac� In��rma�ion Physical and mailing adclress: 8851 Camp Bowie West Boulevard Suite 30D Fort Wo�th, Texas 76116 Office: (817) 392-7925 5urvey 5uperintendent, direct line: (817j 392-8971 4 tl. Cor�sfiruc�ion Colors The following colors shall be used for staking or identifying features in the field. This inclucfes flagging, paint of laths/stakes, paint of hubs, and any iden�ification such as pin flags if necessary. Ut�lity Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND C011lDUIT$ ' I�-�';n� POTA$LE WATER GA5 �R OIL YE�LiiV4' TELEPHONE/FIBER OPTIC �1�k�k�LiE SURVEY CONTROL POINTS, BENCNMARKS, u PROPERTY CORNERS, RIGHT-OF-WAYS, AND ��h1K ALL PAVING INCLUDING CURB, SIQEWALK, BUILDING CORNERS SAf�ITARYSEWER ;'� �` IRRIGATION Af�D R�CLAIMED WATER _,. _. Ill. Siandard S�aking Supplies ltem Niinimum size Lath/5take 36" tall Wooden Hub (2"x2" min. square preferredj 6" tall Pin Flags (2.5" x 3.5" preferred} 21" long � Guard S#alces Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameterj 18" long Survey Marking Paint Water-6ased Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hu�s) 3/4° long O:�Specs-Stds Governance Process�Temporary Spec Files�Capital Delivery\Cap Delivery Div 01�01 71 23.16.01_Attachment A_Survey Staking 5tandards.docx Page 3 of 22 IV. Sur�+e� �quipment, Control, and Da�um Standards A. City BenchmarkS Alf city benchmarks can be found here: httn://fortworthtexas.�o�iitsolu#ionslGlS� Look for `Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check on `Benchmarks'. B. Cvn�entional or Robotic Total Station Equipment I. A minimum of a 10 aro-second instrument is required. I1. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Networlc/V.R.S. and 5#atic GPS Equiprnent I. It is critical that the sur�eyor verify the correct horizontal and �ertical datum prior tommencing wark. A site calibration may be required and shal� consist of at least 4 control points spaced e�enly apart and in �arying quadrants. Additional field checks of the horizontaf and vertica! accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Il. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GpS stakin,� for contrete, sanitary sewer, storm drain, fina! �rade or an hing that needs �►ertical, �:rading with a tolerance of,0.25' or fess is allowed. D. Control Points Set � All control points set shall #�e accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicablej of the point set. Cantrof points can #�e set rebar, `X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rei�ar cap is optional, but preferred if the cap is marked `controf point' or similar wording. Datasheets are required for alf control points set. Datasheet should incfude: A. Horizontaf and Vertica! Datum used, Examp]e: N.A.d.83, North Central Zone 4202, NAVD SS Elevations 8. Grid or ground distance. — Ifground, pro�ide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOIDI2A 0:�5pecs-Stds Gavernance Process�Temporary Spec Files�CapitaE Deli�ery�Cap Delivery Di� 01�Q1 71 23.1fiA1_At#achment A_Sur�ey Staking 5tandards.docx Page 4 0� 22 E. Preferred Grid Datum Although many plan sets can be in surface coardinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in priar to beginning work. Et is essential the surveyor be familiar with coordinate transformations and haw a grid/surface/assumed coordinate system affect a project. Proiected Coordinate 5ystem: NAD_�983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic Fa Ise_Ea st ing: 19fi8500.00fl00000 Fa Ise_No rth i ng: 656166fi.65666667 Central Meridian: -98.50000�00 5tandard ParaHel 1: 32.13�33333 Stanciard Parallel 2: 33.96666657 Latitude_Of_Origi n: 31.66666667 Linear Unit: Foot US Geographic Coordina#e 5ystem: GC5_North_American_1.98� Datum: D IVorth American 1983 Prime Meridian: Greenwich Angufar Unit: Degree Note: Regardless of what datum each parti�ular project is in, deHverables to the City must be converted/translated into this preferred grid datum. � copy of the deliverabie should be in the project datum (whate�er it may be) and 1 copy should be in the NAD83, 'X North Centra! 4202 zone. 5ee Preferred File Naminq Conventiort below F. Preferred Deliverable Format txt .csv .dwg .job G. Preferred Data Format P, N,E,Z, D, N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) W. Preferred File Naming Convention This is the preferred format: City Project Number Description_Datum.csv � Exam le for a ro'ect t�at has surface cnordinates which must be translated: File 1: C1234 As-built a# Water on Main Street_Grid NAD83 TXSP 4202.csv O:�Specs-Stds Governance Process�Ternporary Spec Files�Capital Delivery�Cap Delivery Div 01�01 71 23.16.01_Attachment ATS�rvey 5taking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street_Project Spetific Datum.csv �xam ie Can�rol Stal�es Q:�Specs-Stds Governance Proeess�Temporary 5pec Files�Capital Deli�ery�Cap Delivery C?i� 01\01 71 , 23.16.Q1_Atfachment A_Survey 5taking Standards.docx Page 6 of 22 � � � � � � � � L� � �. w �' m � � ,� � ' w � , � � � — � 0 ���� � � z � �� � 4 � � � :a �EL.= 10f�.�7�' . � �, . z `� � � � � � l _ � '� f ' -- '._.) Li � ' J - � � � � � o � � _� � , CP ��I � N=��OO.Dt� E=5000.OD ` �. � � �� 0 �� cf �= � � z � — _� cr, � � _ � j� � W � r C� � 4 � � � �� ac , �. �� ���-�� , { !!. 1Alaier Stakin� Standards O:�Specs-5tds Governance Process�Temporary 5pec Files\Capital Delivery�Cap Delivery �iv 01\Ol 71 23.16.01_Attachment A_5urvey Staking 5tandards.docx Page 7 of 22 A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations Il. Painted bfue lath/stake only, no hub is rec�uired 111. GratEe is to top of pipe (T/P) for 12" diameter pipes or smalier IV. Grade to flow line (�/L) far 16" and larger diameter pipes V. Grad� shQuld be 3.5D' below #he proposed top of curb line for 10" and smaller diameter pipes VI. Grade shauld be 4A0' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required an afl staking and a copy can be received from the surveysuperintendent Optional: Actua! stakes shall consist of a 60D narl or hub set with a whisker B. Center4ine Staking - Cur�es I. lf arc fength is greater ti�an 1Q0', PQC (Point of Cur�aturej ofFset stakes should be set at a 25' interval II. Same grading guidelines as abo�e III. Staking of radius points of greater than 100' may be omi#ted C. Water Meter Boxes � I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face af curb III. Meter should be staked a minimum of 4.5' away from the edge pf a dri�eway IV. Grade is to top of box.and should be +p.06' higher than the proposec! top of curb un[ess shown otherwise on the plans D. Fire Hydrants I. Center af Hydrant shpuld be 3.0' behind proposed face of curb II. Sur�ey offset stake shauld be 7.0' from the center and perpendicular to the curb line orwater main . III. Grade of hydrants should be +0.30 higher than #he adjacent top of curb E. Water Val�es & Vaults I. Offsets should �e perpendicular to the prdppsed water main II. RIM grades should only be pro�ided if on plans Example !l4later Stakes O:�Specs-Stds Go�ernance Process�iemporary Spec Files�Capital Delivery�Cap Delivery Div 01\Ol 71 23.16.01_Attachment A_Survey 5tafcing 5tandards.docx Page 8 of 22 .� � �� �.S � �� �x �- o � {� L' � Z ` d j ~ 4 � '� i ti � � � � � � ~ � � � F Y � � - �� � � I � .'=r"°� �- ,d � � ;' 0�5 � W�L II� STJ�=2#�4�I � C-3,62 - _� � 1L JL I 'I- -`'-- w �. L� d �. � � v '4 � q � � - � � -��� � � �. , 2 W v y � � 0��� � i �• � � A� ` .................._._ � � � �I 7' Q�$ ���� � w STA=1t72_81 � C-3_81 ��" � �I' � � � � LJ� r, o � G� Y � � � C ] �^ _ -- - � � � .,,�� t�.- 7oi.t�' i � � l 0 1 � } � . � � - W � � � � k , =�4 �� �, � 1 ; � � a �, � � _ � i ''� � � L j {aJ � � ma � ar � � � � F o a � �� ' _ � v, �z � � ��. 55 a' � ; _I L � � � _ � W � i � �� 1� � 5 m 2 � � �� F � �4. 3 } � s ¢ � Z z � � ,,�, � . � W a: , ` � � � � c r�� �u ` � � f �� C..7 + 7'�� � • [� d 7' Of�W/L sra=a+aa � � ;c-s.�a, _ `, � � � ~I .�- _ . - ?o�f � ��Yl �. N � � � � �o� O J �.%i � a � � m � W ti/ [s � O .� W 7 � � � �019 - tOUtl - F���� t� pp "' � � I a¢�� o z � � �W� � 0 3 � � m�� w ymd � =i x 111. Saniiarl� Seu�+er Sfalsing 0:�5pecs-Stds Governance Process�Temporary Spec Files�Capital �elivery�Cap Delivery Div Ol\0171 23.16.01_Attachment A 5urvey Staking Standards.docx Page 4 of 22 A. Centerline Staking — Straight Line Tangents {. Inverts shall be field �erified and compared against the plans before staking II. Fainted green lath/stak� WITH hub and tack or marker dot, na flagging required Ili. 1 offsei stake between manholes if manholes are 400' or less apart IV. Offset stakes shouEd be located at e�en distances and perpendicular to the � centerline V. Grades will be per pfan and the date of the plans used should be noted VI. If muftiple lines are at one manhale, each line shall have a cut/fill and direction nated VIl. Stakes at e�ery grade break VIII. Cut sheets are required on a!I staking Optional: Actua! stakes sha!! consist af a 60l? nai! or hub set with a whisker B. Centerline Staking — Cur�es !. If art length is greater than 100', POC (Point af Curvature) offset sta�Ces should be set at a 25' interval II. 5taking of radius points of greater than �00' may be omitted C. Sanitary Sewer Manholes I. 2 ofFset sta�Ces per manhole forthe purpose of pro�iding alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on t�e stak� when provided in the plans O:�Specs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap 17elivery Div 01�01 71 23.16.D1_Attachment A_Survey Staking Standards.docx Page 10 of 22 �xarv�ple Sani�ard Se�+ar Stakes ��'�, Y ��� � �' � �� � W �� `y . '.�._ �,��. ��, v.;., � �S t �J}' ° Lf � � E �� � � � •� � �� . 7' 1�/S � SS II � I� sTa=s+�t°° Il �u, c-� � II �= e�-a� l l� s-a°1 ,, L 1 '4" � � � w ' / ti �r � 7Z � � 4�• � _�� � �� � � ry Z � �•/ �' � � � u. c`} � � I ��i� xQL� � �� 1 t � � Z��d� 5 4 �'' w ` � � i2'10�5 � 5S � STA-3+71��I �w C-3� I� �� C-3�II � �4� ��. Qx�$�� � — _ aL �` rnenz z � �! LL � � � [� � I ����F 3z�"l i � � 5 � w� � i af '� il Z � mm"�r� a �'k � � � � Si r i�� � � 7' O�S ��� II F A=3+@5 �G-4� ':,� i � ___ � L �.: � � � 3 � d � � �� � a �� � � a . � � � a � ,� � L _ ', � � Q �y,{� I �} j � I � � I �� { Z � �~ � � 4�S �� Q� � � �, � � � �W �� �W �� � VQ�k r z W y � a + a i �� - � �j� � � � �� � J -�n. �� � ti+i k' �r� s � �= F F F F� z� F� F� � F�� {� ' � � ��� � � fi a� �O a� Do A 6� .' FS f ��, _ ` f � G � �d 7l�{5f � SS � sr.�a+oa ��?ti� c-s� c-s � F+o34 : %e.� � �� ry � � 44,�` } r, F "�� _ � p,�F 7n � � � . h� �r ' � ca , � � �a� � �6 � y :i 12" o/S � Ss �� �I - sra-a+ao:ll � c-s� �1.�� �s��� � c-o� , � � 3 � k.J� � C M1 I �+- �' I , � � � � ' . W O LL� � n z� � x � ��a �� I �� � �` �'� o x op �p �r U�� 25' C W� � M �� a2 �O 2 8C O:�Specs-5tds Governance Process\Temporary Spec Fiies�Capital Delivery�Cap Deli�ery Div 01�01 71 23.�.6A7_Attachment A_Survey Staking 5tandards.docx Page 11 of 22 � l/ll. Sform Sev�er & Inlet Stakin� A. Centerline"Staking — Straigf�t Line Tangents I. 1 offset stake e�ery 200' on e�en statians II. Grades are to flowfine of pipe unless otherwise shown on pians III. 5takes at e�ery grade "break IV. Cut sheets are required on all staking Optianal: Actua! stakes sHal1 consist of a 60D nail or hub set wrth a whisker 8. Centerline Stalcing - Cur�es !. If arc length is greater fhan 3.Oa', POC (Point of Cur�ature) offset stakes shouid be set at a 25' inter�al II. Staking of radius points of greaterthan 140' may be qmitted C. Storm Drain Inlets I. Staking dfstances should be measured from end of wing I1. Standard 10' lnlet = 16.00' total length III. Recessed 10' Inlet = 20.00' �ota! I�ngth IV. Standard double 10' inlet = 26.67' total length V. Recessed double �.0' inlet = 30.67' total length D. Storm Drain Manholes I. 2 ofFset stakes per rnanhole for the purpo�e af providing alignment to the contractor !I. Fl.owline grade should be on the lath/stake for each flowline and direction noted III. RIM grade shauld only be on the stake when provided in the plans O:�Specs-SYds Go�ernance Rrocess�Temporary 5pec FIes�Capital Deli�ery�Cap Defivery Di� 0��01 71 Z3.16.01_A#tachment A_Survey Staking 5tandards.docx Page 12 of 22 �xample S�orm Inle� S�akes FR �N T �S1DE FACING �� 8��� {3nE FAG'ANC A.aY1.� =�IK- } � ,I ue Fl.�>nar '-!e ��ct; o� cu� - - - Fi.C.WA_fN� - - EC7GE GF PAVEk1ENT d a i� :� n m 0 � � � � � � � � 'nncS il'Hlqi � ��� ' t�vu V� li-Ir 4MM0 � ' ' TPJGEU -�y1 11 ""�F14t1 � •— �.a-�n oN -var�s� � �nFlEs cRaoe r/c� . oF r ,Re � -� 0 G ' �. - ,.,r.�S G it c� I � � g��� �'S�E FAONG R.{k&-) .91NT K ��tl. �._ .lEMA710N a� FR C� f� T (siaE ���i�� �) 0 �, m � n ; �i �i � � .� � rn I6pVlIFfES ' 11Ch � �EilU OF 'f}it 'MNL � 9k7NG STAKEO .-�' �p 1 : � � r�c � 0 � :� I k � 61STkNC�S FOR INLETS _ STANDARD 'll7' � 16� REC'ESSER 10' � 2{1' 5TANdARU 6dJBL.E 14' - Pfi.67 FfCE55E6 fJQ416LE 70' � �}8T �._-. _ �'e$- - - - - -. ._.. .�..» ..... ._.. -.. - - - - - - - - - - - - - - � ...�. _». ..._.. �� � � I 9db4 �7F' 3NLET F� � '.y.'-'�,-'��:'- ' i' �]:' � �il � - : �I �r� � ~ : ;� �,! �f ►�,anxau� - r€ �i �?s� �j ... �.` f � .. � �.ci� oF cu�a - - FEDVrS.ENE � � k.- " FACE OF 3i�LET • EDC� OF' F'AVEFAENT :.A . _ ' ,{. _ F.4�E L'F IhIiET YEOGE Cf FA4EhiENT- - O:\5pecs-5tds Governance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 01�01 71 23.76.Q1_Attachment A_5urvey Staking 5#andards.docx Page 13 of 22 !lIII. Curh and Guf�er Stal�ing A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans Vli. Stakes at every grade break VIII. Cut sheets are required on all s#aking Optional: Actualstakes shall consist of a 60D nai! or hub set with a whisker B. Centerline Staking — Cur�es III. If arc length is greater than 100', POC (Point of Curvature} offset stakes should be s�t at a 25' inter�al IV. Staking of radius points of greater than 100' may be omitted 0:�5pecs-5tds Ga�ernance Process�Temporary Spec Files�Capital �elivery�Cap �elivery Di� Q1�0171 23.16.01_Attachment A_Survey SYaking Standards.docx Page 14 of 22 �xam�nle CurF� � Gutter Siakes FR�N T (SI6E FAClNG �) n FI \ �� I ° FRQNT ;--�n��t= t., � {56E FkCIR[: �} P��T�OT . �B%� FRONT a� � �51QE F,4CIiUG �] a� ���� - � (�pE FACING �} u�i _ ; �' u 9C f `i+ m o n o .n � o +' A �"� � E3ACK � � T � � ao s� n, � o ° � (SIDE FACING R.4,W.) �/ e,y: �c r a oF �c �' � o � '- q�§ � + � N I I I I � � � � _ u �" e � � � � � � lill m'� � . K�. nLT/c � _' ��. - � _ I I 1 I rvo �arne aN � � I � i h 8 ELc „ ' o + FL401115 Pqh"4 -'. �a� � . , � '; � - . � I �i ;1 , , . � !� j i _ . _ . �� ��� 3 �� {��'4c '`l �f 1� t f ' x � ! J ? � � ✓c°'-•f 1 I ! � � . "��� , rf� '� �� .__ �x�, {�,�.f` r� ��{� �y. �- r r' .,� � ,. ,�f� �f' � - T�P C7F CURE — `�s '' �' � -- -'� - �l _ "�- -- � _},.r-""�� �J /� ��'� y ' - - `�' �. - _ y"f' ! ��?� - _ _ _ - � y �� ` BACK rJF �URC ` - - -- ��F �Y - - � ~ � - � l�� �-- -,�=� _-�� �r�� Fr�c� �F ci��e ��"�i�.-�w i _ v -� `-^ �_ �`.��- � ---�- -+- �W � ����� , FLC11��rLf hJE EOGE OF� i'RVEMEhJ7 �xam�nle �urb Sa �ui�er Stal�es at Intersection O:�Specs-5tds Governance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 01�01 7'1 23.16.01_Attachment A_5urvey 5taking 5tendards.docx Page 15 of 22 � , �'� � � � ; 9� � � � = ��� 14� O/S.� m� STA=2t59 �_ F F+4� � � w _ ^_ ._ .� LL � � � ;� ' ,C) . n 0-: — — 'i . . ; I _ � a - --- o .. � < r` � � � L F = � � � '�3 � 9 _} OL :� - — � _q.i ���� �w �q � q q2� �pr — � p', � �Q t � , J G 1 ���/ ,,�v/ I ,�' .. % 9: � �� � ��� i�w@ �� �� rs�jo� � a.2� ,� i.. � Eo HFlfl� .i4 :i�'d9 G�3 -.-....._._ ........ -� � i� �F I � � �ta d. �. �, Q � � � � �' �, _ ��(,`� � � ', � � " �� � �� 4 l , z• is i E .} a� � W W <[ �� 4��� ��� O"'� �� � � '� , Y O:�Specs-Stds Go�ernance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 01�0171 23.15.01_Attachrnent A Survey Staking 5tandards.docx Page 16 of 22 17�. Cufi Sheets A. bate of field work B. 5talcing Method (GPS, total stationj C. Project Name D. City Project Number (Example: CQ1234J .E. Location (Address, cross streets, GP5 coordinatej F. Survey company nam� G. Crew chief name ii. A blants +emplate can be obtained from the survey superintendent �see iten I ab��el 0 Date: Staking Method: ❑ GP5 LOCATION: CONS U LTRNTICONTRACTO R SURVEY CREW INITIALS Sfar�dard Cifiy Cufi Sheet City Project Numher: Project Name: ❑ TOTAL STATION ❑ OTHER AL.� GRADES AR� TO FLOWLiNE OR TOP OF CURB UNL�SS OTH�RWISE NOTED. PT # STATION OFFSET pESCRIPTION PROP. STAKED _ CUT + F�LL -LTItRT GF�ADE ELEV. O:�Specs-5tds Governance Process�Temporary Spec Files�Capital Delivery\Cap Delivery Div 01\01 71 23.16.01 Attaci�rnent A_Sur�ey Staking 5tandards.docx Page 17 of 22 3�. �s�bui[� 5ur�ey A. Definition and Purpose The purpose of an as-built sur�ey is to �erify the asset was installed in the proper location and grade. Furthermore, the information gathered will be us�d to supplement the City's GIS data and must be in xhe p�oper format when subrr�itted. See sectron IV. As-built survey should in�lude the following (additional items may be requested): Manholes Tap of pipe elevations every 250 feet Harizonta! and vertical points of inflection, curvarure, etc. (A!J Frttrngs) Cathadic protection test statians Sampling stcrtions Meter baxes/vaults (AI! siresJ Frre lrnes Fire hydrants Gate valves (rim and tap of nutj Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipeJ. Blovu off valves (Manhale rim and valve IrdJ Pressure plane valves Cleanrng wyes Clean outs Casing prpe (each endJ Inverts of prpes Turbo Meters O:�Specs-Stds Governance Process�Temporary Spec Files�Capital Deli�ery�Cap Delivery DEv 01�01 71 23.1fi.01_Attachment A_Sur�ey Staking 5tandards.docx Page 1S of 22 8. Example Deli�erable A hand written red line by #he field surveyor is acceptable in most cases. This should b� a copy of the plans with the point number r�oted by each asset. If the asset is missing, then the surveyor should write "N[ i rOU'VD" to notify the City. 0:�5pecs-Stds Governance Process�Temporary Spec Files�Capital Del9uery�Cap Delivery Div p1\Q1 71 23.1b.01 Attachment A_5urvey Staking Standards.docx Page 14 of 22 � ��.x ����� � � d � �� �-��, - —_ �� � �f��3} � V.' � +; I� �4� al l9��� '7 �� .. ' . . g� . : r, ,,� � .i:� ��? oa __�;., Fr; ! ._:� �e � � � �t ' ;�,i F � rli= #`� '''����j'�, ��� �$ � '� � I I'�� I � ��i� � �3. �, ° �94 ��'{, ;',' . - ' � , � � :�k`� ; :'� �': F';��� �-;�': � � s__ � I I'l i i l._ `� x; �! �'� . ��!:�ri f� , ! �� ,- , � �}� � -= � I�'',['�' �� II �- ��i i£� '' �'"' � I• . ����;� =F E �' � i, _ . I� : �-' ,,,:�,-f�i��;�., ' I i .� ' �'� , � � [''_ *` a� _ ' .. � '_i� � � ��i.; r;'� "r� �', � ' � r � x . Ly. ----= 05�bY1S 3N77 i.J1ViY_.. _.._ I rw.sriti. iiR.s_1dR — . -. ., .......W_ .. � 'I ��-%y�� . ~��� � „t'.=��--��_-t�-�,�:„ �r . ' �� �1xsl l � ' �'" -� r I.. __ —_ +i ., . . . � � . . , E� , , .... 'i � � i i ?,"' '=�q , . �p _ -��---�I: �'If . .. _-- —,! ; �3 � ,, , , � '°�=-'- — : .__: � —�--��� ? � "�— � �-_� _ -�1� _ '. �' i� . -- ._ — �_*,, jv� _ t __ �_ � � .��q. � � ��� �' f �� -. - � tI� 'T" �I �;'� � S1` �\. - �� . " f � f ! `'\ `` . , _ _ wfT'�'__""'�I - ._' �' i F � �g 5� � � i: �� . . � F � ':5� � , 3�'. �'`� � -- �� +� ._. : -.�_- � � � � . / K'� `. r?�� � M #- 14.. _, � �� . , ' E-:-- f . _K i.��'�� �. � �`` � � ! a J ! _ , w� --- - _--- �-- - � - � �+ � i, � _ .._. � _ - =T , E�:a `�' � �� �# . . � � �� . . - -- �.,. ; '� �zS � � : � '� � - ---_ .. _.: � .�-_- 1- ,� 5 r- 1 . kr; y'� , _ _ — ' �r- � . i�. �Y ..F +.' }� � . . ._.. �-��.�, + ' p�r,., � � � � � �� --- �� �,• �Y� �� 'I '�i�"`"� : ,`i w�' ' -. --- �=� � � . � ��� . '` �� �> �I..�,1 —.. -. . ._—'--� ---- ��M1_�� ��'� ., � i.., k . _.. . � , -��; y �- "i�l�- � �„� _ -��, � -�- � '�' -i� --- + � � +�t �5'; , / � ^v�, a.�]� -,= - 7�� f #. ' ti� �,_� , � 1 , _�..R�.=:.__ � ■'i e$ r�'r} J_+ i.�: 1 �--,'.— -� ' e��`` ' I l � {s . j ' _r�rs7�iY_ .4 ' � __� 1 � � �Y �FT..- . i �r�t. +'�_. .�T { . . � �S � _ ��+rr-rYa� r- � � ��� �Sr�. ,C_��il � ' -�M1 , ��� Y ��� I_ ti��y���� _ �, .—_—i�'. '_. :�S;.t�t' ' '. , ` -' . � '.' � � �. _ . ��__ � . "+� ,��_ * ` • ` �.--.;+fw �a`��—� — �rt� � � �, ..— --- _, ,�;a � ,' � .._�•,- � - _ . � �� �. ti \ +'�3 �e, � :�++ � i� 1 � ?{;.� � A \ �--- ----�: .:_ . . . .-- � � , .� � � �� i .� -- - . � ,;.ir"±i,.,, � ` `� yl!7�4� - \ � \ . -- � _. ' , - , . �- - „ �. .. .___ ` I r T� r � � _. , � — - � . _ O:�Specs-Stds Go�ernance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Di� 01�01 71 23.16.01_Attachment A_Survey Staking 5tandards.docx Page 20 of 2Z �,oaon - n_ vt� �x:�r.rtav ruu lR�AO � dR"WLlFtD!'D dU V P�' 1SfPN'FJt �zc� s � IOf 2 JltlV 6a'�Y=�,sdrHK.mt ti'�+ml�3.:,yrlfl p�.l,• O�r�if �° a�' an � t{'� e �C��� . 5TAO3TM - !E°t'vL lPLb/tl Gi1 RE,L'flVE 6 S.CLVAC� FXI57: tFATE YflYE Q fn`'_AG�A lXYdNE4T 7"D FX15l.fi'i/ATE1t lNSTN1� t!E'SG!!u SLE�yE FJ.CX 8°REDGCFR trea,vE v,a[VE r - , �� ,.., ,� \ ,� 1i �S� � s� , � . r,�� � 4 A `` � ��� ,� � ��T���� �r�+ ��', ��'��%f.wr ,ri�a..� ..rsri�. ��.► � �.�•�� -.�i'ira�s���. �� �� � � � ���� ��i� ;�A SI'A�8 - 8`Ip4 lJATAli: � r-.�x �,�r,��,w r� + hU'R�V'LT YdLVK'�+ � _ F FrRE ffY1YLF�; t. . Y (!iF 9'tR'tiRAY!" 16i9 � hl�6N't' VRtYE h'�i�+4A-'faC�lg E �6289T„39f! LOr ! (�f � AG4fHG1 W M.FMFaY,Y �,N pN rw..�mn� n ea.��eyn � h-BSA03R870P! aba.-:..;ea E�P23i.3L1�9P�pD �` �� I �/ � � / r��r^=.v«�.F,-_ �� �.. -��� - �� f- I i-.IiF(M.1VE & SAfY/1�^ , F fXb7. A4� V.+LVE 57% 03E&} - !2'W INSTA[le !.(A' A F12'4sVFJrr BE'ptl �"� IX�JB�:aLY.{Fu�xuM � N+69QO�T�fd9f nwira�.truc ���J�p.. F'J.•OvZi53T31 �4 VYWVYWa�YV srd, ae�xiai ^ rr�t i�iv1�D .aa� srl�a'sr-se " rri1S �xsr,er�� nrsr�u, F!c"'i41.51Yf0 SIEEVE hl�2'�fi'YfA7:9fhJ1 57 tF f�' L9' IV.U"ER PIFE H69H7G55.5.901 PRtiNECT TO EX15f.f�N'.VFR ���.. N-5947W.Fi.9�19 �.�...._.��....r,--- . . _ r s��a�scn � - �"�.� s ��'s� •� �� � I•1W11 O:�Specs-Sttfs Governance Process�Temporary Spec Files\Capital Delivery\Cap Deli�ery Div 01�0171 23.16.01_Attachment A_5urvey Staking 5tandards.docx Page 21 of 22 � �. 5� ���� :: s� 3� j'.++', 9�� �a � �� � � �� s ,�y , _= t k?;;! � � - ,i � � �I � i-�� e�'s r!�� � I � i� F." � � �9 i� v ', �!F I �e � •`1�� � 8 a �a j' ' � � � � � J �1-',.tl F'� '� ' ��rE �� �y{;� ; �� �`¢ �'p�s ^�-.. �I I i� �•'��� �. .'i !"I r�-"{" F.� .� � ���� � ��,1 � �� �� 5-:� J`� � i �. V ��� k � 1 Al,a.� � . . '. ` .; �� _ ..i m a � �__7,.3N17_,SS'd,0,2id 05•DV1S 3N77 H31YlY �� � - �^ �� ly �� ._�._' ___.._ . ..� � a� ���, �a� m � � � I : $���?f . � � ;�I i ' 4i ', � � � , . ,t � ' �' � �a �� ��. � ,� ;���', � '• ' �"3y�4 a�_ :g Y � � �A���brt�ee .1 i ; � ; ,,C�� `'';1L��',+I s i ��� 'h5f.�! � � �' 4� � ,, � I �a ., ' `� . �I - n`-.- , ; '�\J z /� , �' _ � �� � `}; € �� �� � sx � � � : � � � s , � ...._ _ _ ___-_.'.____ J P k� � � `�L `�� � � z' ' � ��� . � _ � ,��,���,. � ,; .� : � , :�. �;� E� -'-� �',� � � � � ��, � �� 3� ,� 3 � II I � � ' a)'•- . � }�;---�.;::�. � ;� ,, � ; ,}_S: �� ;. �;� ; _ �.. +:-- ' .� � - �;�I - �� ' �`, �� I �� `��_ ���i3� �\ .,. 5 , ' . tb ��� .� . �r=iF�l � � .\ �J '1,�!}5�}r. \` � � �� '{"�e.,,, • �;� �,,\ ,� d �� ' /�� a� w,, *� � , � � `�.. ..,;; �,.�° � . � � r ,�;;����� � � a�n��<< � , � � :i�y...�:i� } �9�� I ?�� .r�� ���s�.4�ii�,lt'•�l'' � � �":�'��� `I� �� � . . _. . . _ - a j q ' y � I�� {. _.. ��I� a�������p�� �il ��e .�� i a�, ,� ���Q�R��, � ''. :; , � � r� ,�asi��a .J � ��'i� ' . ��f ���_ �.; .. I:'1 E " L � f 1lld� , �r� � ` , -- - �---"u"�i�=5��.�!�I.'T+"�';�'fi� �i ,i�-M/ar.r -.� � s�, , �,h�. ,�,,4, Ih � .. i. . , �. . i,� �F_.. _ _ .. �_J�' _.. ...��. � . I�. _ . I� �—. II . . .... ��� I!' �I� i '�� : � -- � . . "_���� �i1�0i �i I I!' � . �'I ' ��. � �ji' i��. 'I ' . 'l�V.� i..i .. I. ' ;�i..i � 1I4d-'-'��''' ■:7•�� ._y '�i i.11.' iil. f� � . . ,,, . .._�. 1� �.i..� R. 1f ". .. _. �_ .i � I' i II�� I I I: .�..._'i���;�1 ,. �f+i i.. .... II_ I ' ;: �i ;�1r: y,� . �. �� :;.. .. �— ---'� J 'v:� �-'C" -��'i� . I �;li�� '�'+►+�L;; �`. �' _ :. -i.'��°*4:4' :1;..,ii } �* r.: ' �; �_: �� _ . ..� * ' �'„�:; _ ' . . ' � �: �- ��� � . .'r �f �f.' . . _ _;_: .. ' '`I i . !I__"_ " _ + !� l'# _ _,.. � _" _ iRJ . �j . �; ;�; ': 'i � I. � �l :I_ 'I':.:._ . . I� , , ., F' �,��:_: "�' .li. 'I, .4' '°� . . IL I r I f'rt ''!I i'Ir ' -.I. .'" "' � ,.� ; ,.. •. r . „ ..i� �' � _ . _ _ �� . � `��. . �i�.�r , � r_ .i . .I?� ���.-._� � ,r :.�'_. .. Il�� ���i.. . �� iy i .� - �.I �II .. � '� � I '�` ' '' •tli �� — 1�.� �' �I�� r �I�� Id� .::: - �" � �I � .� i � �.�i �� .. —�_1.� ��i ' . ;j . .�'.+�, _a ..�,_.,, � �;i;.� M�— = �= '� ;���.�.- r :;��-�'. .'�t��� ��a' , ��-�.�;:���... �� ��� ������ �a# _ ;;�--- � .,��.-�=;,�� �„-�_� ,; ; .�r,� .�� � f.k _ w. ._ ;�'i,-'_ �; •.;:: - ,.: � ,, �+,.i . ... ::.i '� �I � ! _ ._- '' . i� ..�� ��'. :'i J .!. � � � �� �-=T �- -� ;i .!. � iI �;;�.� �� .���: �,'� _"—� � � �� ��r� �� ��- ��I : i ;+,�. �. � ' . � , ; � ,.. , :.,, . : .;. .,, . ` �:: :� . .4�r�-'a'k7 I � :i i�� ', r+ . , i � . ��i,7fi� . — ..r. =;.a+i�.' r F �"�=? l. 'i� � iii li�'.i�_��� :....I; :�'''�. _ � .Pi��i`�I . _ ;I _�I �� ���: , .,�, .. � .�. �. �: ; � �f��� i:'} �I ... .: li ._._ �-".;, : f� . ;_ .. � ;��.,,,;��� ;,� i ,i ---;--::� ��{„ - -- �r�9'��"�nk� . '� �r . =���� . �.r���:---.� � � _. ...: .��„�:���I I I� �,' �� 'I� � �. �.-�� - � _I _d:l .. . , - -_�r���� �_--'--- _�. J � � '� � �1 N r r' r 23.1fi.01_Attachment A_5urvey Sta3cing Standards.docx Page 22 of 22 Ob�iously the .csv or .txt file cannot be signed/sealed by a sur�eyor in tk�e �armat requested. This isjustan example and all this information should be noted when deli�ered to the City so it is rlear to what coordinate sys#em the data is in. POINT NO, 1 2 3 4 5 fi 7 $ 9 10 11 12 13 14 25 I6 t7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 A2 43 44 45 as NORTHING 594&257.i89 59A6260.893 69�163(37.349 6946220.582 6946195.23 6946190,528 69A6136.012 6946002.267 6946003.656 6945984.677 69A5986.�73 6945895.077 6945896.591 69n59341R6 6945436.727 6945835.678 59A5817.A88 69h5759.776 E945768.563 69957Q3.31& fi945723.219 6945682.21 69A5621.902 6945643AC77 6945571.p59 6945539.498 6945519.834 6945417,879 6945456.557 69A5387.356 69h5370.658 &945383.53 6945321.228 fi945319.365 G945292.285 s9asz33.62a 6945206.483 6945142.015 6945113.4A5 69A5049.62 6445041.024 6945038.878 690.5D06.397 6944944.782 6944943.43� 6944860.416 £ASTIPFG ELEV. 2296fl79.1t�5 2296062.141 2296038.306 22R6011.025 2246015.116 229fi�22.721 2295992.115 2295919.133 . 2295933.4?.8 2295880.52 2295869.892 2295860.962 2295862.1$S 2295841.925 2295830.A41 2i95799.707 2295827.011 2295758.643 2295778.424 2295788.392 2295754,394 2295744.22 2295669.471 2295736.�3 2295655.I95 2295667.803 2295619.�19 2295580.27 2295643.145 ?,295597.1�1 ZZ956�6.793 2295610.559 z29555i.105 2295539.728 2235570.715 zz9ssaa.ers 2295529.305 2295557.666 2295520.335 229552730.5 224555Z_675 2295552.747 224551fl.135 2295520.635 2295556.479 2295534.397 DESCRlPiIaN 726.09 SSMH RIM 725.668 GV RIM 726.85 GV RIM 723.358 SSMH RiM 722.123 GV RIM 722325 FH 719.A4S WM RIiVi 713.333. WM RINt 713.652 CO RiM 711.b62 SSMH RIM 71Q.04fi N!M 3iIM 707.72 WIY1 RIM 708.205 N!M I21M 709.467 WM R1M 710.084 CO RIFUt 7Q7.774 SSMH RIM 708392 SSMH RIM 711.218 SSN3H RIM 730.086 GV RIiVI 710.631 GV RIM 712.849 GV RiM 71b.686 �NM RIM 723.76 WM RIM 719.737 CO RfM 727.514 55MH RIM 7�9.123 WM RIM 732.fi84 WM R!M 740521 WI+lt R1M 736.451 CO RIAR 740.756 GV RIM 74U.976 GV RI[YI 74Q.408 FH 74b.34 WM RIM 74SJ77 CO RIM 74&A54 WM RIM 749.59 $SfvIH R€M 751.058 WM RIM 750.853 WM RI1Vi 751.871 WM RIiJr 752.257 SSMH RIM i51.79 WM RIM 757.88 WM AIM 752.615 WM RIM 752.6Q1 WM RIM 752.156 WM I21M 752.986 SSMH RINf ��:t- � � �� r_.. Y E /1. ., c . �� �� 'i . �� �..'r. O:�Specs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap Delivery Di� 01�0171 23.16.01_Attachment A_5ur�ey Staking 5tandards.docx Page 24 0# 24 C. Other preferred as-buift deliverahle Some vendors f�ave indicated that it is easier to deliver this information in a different farmat. Below is an exampie spreadsheet that is also acceptaf�ie and can be obtained by request from tF�e survey superintendent. O:�Specs-Stds Governance Process�T�mporary Spec Files�Capital Delivery�Cap Delivery Div Dl\p1 71 " 23.�6.01_Attachment A_Survey Staking Standards.dacx ' Page 25 of 25 O:�Specs-5tds Governance Process�Temporary Spec Files�Capital Deli�ery�Cap Delivery Di� 01\01 71 23.16.01_Attachment A_5ur�ey Staking Standards.docx Page 26 of 26 017123-] CONS'1'RUC'1'IOFV S'FAKI]VG AND SURVEY Page l of S SECTION 0� 71 23 CONSTRUCTION STAKING AND SURVEY PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Raquirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specifcation Sec#ions include, but are not necessarily li�nited to: 1. Division 0— Bidding �equirements, ContracE Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PR�CEDURES A. Measurement and Payment l . Construction 5taking a. Measurernent 1) Measurer►�ent for this Item shall be by lump sum. b. Payment . 1) The work performed and the materials furnished in accordance with this Item sha11 be paid for at the lump sum price bid for "Construction Staking". 2} Payment for "Construct�on Staking" shall be made in partial payments prorated by wark completed compared to total work included in the lump s�m item. c. The price bid shall include, but not be limited to the following: �) Veri�cation of control data provided by City. 2) Placement, maintenance and replacement of required stalces and markings in the field. 3} Preparation and submittal of construction staking documentaiion in the forrn of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Itern is considered subsidiary to the various Items bid. b. Payment 1} The war�C performed and the maierials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-B�ilt Survey a. Measurement 1} Measurement for this Item shall be by lurnp sum. b. Payment 1) The work performed and the materials furnished in accordance with thzs Item shall be paid for at the ]ump sum price bid for "As-Built Survey". CITY OP FdRT WORTH Wcst 7in Slrcet Improvements S'1'ANDARD COAIS'IRUCIION S]'ECIFICA'1'IOM DOClJMSNTS City Yroject IVo. 101555 Revised February 14,2018 D17123-2 CONS7'RUC"r10N STAKINU AND SL3RVEY Page 2 of 8 2) Payment far "Construction Staking" shal! be made in partial payments prorated by work completed compared to tota] work included in the lump sum item. c. The price 6id shall include, but nat be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Docutnentation and submittal of as-built surr+ey data onto contractor redline plans and digital survey �les. 1.3 REFERENCES A. Definitions 1. Construct+on Survev - The su►vey measurements made prior to or while construction is in progress ta control elevation, horizantal position, dimensions and configuration of structures/improvements inctuded in the Project Drawings. 2. As-built Survev —The measurements made after ti�e construction af the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakirt — The placement of stakes and markings to provide offsets ar�d elevations to cut and fill in arder to locate on the ground the designed structureslimpro�ements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after constructian staking is completed and be%re construction work begins to ens�are that structures marked on the ground are accurately located per Project Drawings. B. Technica! References 1. City of Fort Worth — Construction Staking Standards {available on City's Buzzsaw website) — Ol 71 23.16AI_ Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website), 3. Texas Department of Transpartation (TxDOT) Survey Manual, latest revision 4. Texas Sociefy of Pro%ssional Land S�rveyors (TSPS), Manual of Practice for Land Surveying in the 5tate of Texas, Category 5 1.4 ADMINISTRATIV� REQUIREMENTS A. The Contractor's selection af a surveyor must eotnply with Texas Go�ernment Code 2254 (quali�catians based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section OI 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMTTTALS/CN�'ORMATIONAL SUBMITTALS A. Field Quality Control Submittals C[TY OF FpRT WORTI [ West 7th Street lmprovements STANDAftD CONSTRUCTiON SP1iC[PTCATiON DOCUM�:T�TS City Praject I�io_ 10 i 555 Revised Fcbruary 14, ZOtB a� �� z3-3 CONSTKIJCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate canversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut-Sheets" conforming to the standard template provided by th� City (refer to O l 71 23. ] 6.01 — Attachment A— Survey Staking Standards). l.i CL45EOUT SUBMITTALS B. As-built Redlir�e Drawing Submiiial I. Submit As-Built Survey Redline Drawings docutnenting the locations/elevations of constructed improvemants signed and sealed by Registered Professional Land Surveyor (RPLS) responsibfe for the work (refer to O1 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Contractor s�all submit the proposed as-b�ailt and completed redline drawing submittal ona (1} week prior to scheduling the project final inspection for City review and cominent. Re�isions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED� 1.9 QUALITY ASSURANC� A. Construction Staking 1. Constructian staking wii] be perfoz-�r�ec� by the Contractor. 2. Coordination a. Contact City's Project Representati�e at least one week in advance notifying the City of wi�en Construction Staking is scheduled. b. It is the Contractor's respons�bility to coordinate staking such that construction activities are not delayed or negativety impacted. 3. General a. Contractar is responsible for preser�ing anci maintaining stakes. If City surveyors are rec�uired fo re-stake for any reason, the Contractor wi]i be responsible for costs to perform staking. [f in the opinion of the City, a suffcient number of stakes or markings have been lost, destroyecE dist��rbed or orr�itted that the cantracted Work cannot take place then the Contz-actor will be required to stake or re-stake the def cEent areas. B. Constructiqn Survey 1. Construct�on Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that harizontal and vertical control data established in the design survey and required for construciion survey is a�ailable and in pIace. 3. General a. Construction survey will be perforrried in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction meihods oCher than open cut, the Contractor shall perform construction survey and verify controt dafa including, 6ut not [imited tq the foilowing: 1) Verifieation that established benchmarks and control are accurate. CLTY OF FORT WORTFi Wesl 7th Street Improvements STANDARD CONSTRUCTIOI�' SPI:CIPICATIOIY DOCUMIiNTS City Project Nn. 10 ] 555 Revised February 14, 20I8 O] 7] 23-4 CONS'1'RUCTION STAK[NtiAND SURVEY Page 4 of 8 2} Use of Benchmarks ta furnish and maintain all reference lines and grades far tunneling. 3} Use of line and grades to establish the location of the pipe. 4} Submit to the City copies of Field nofesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5} Pro�ide access for the City, if requested, to veriFy the guidance system and the line and grade af the carrier pipe. b} The Contractor remains fully responsible far the accuracy of the work and correction of �t, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at eacFt pipe joinf and submit daily recards to the City. 9) IFthe installaYion does not meet the s�ecified tolerances (as outlined �n Sections 33 OS 23 and/or 33 OS 24), immediate]y notify the City and correct the installatiar� in accordance with the Conti-act Documents. C. As-Built Sur�ey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which feat�►res require as- built sur�eying. b. It is the Contractor's responsibility to cnnrdinate the as-built survey and required measurements for items that are to be buried such tha# construction activities are not delayed or negatively impacted. c. For sewee mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the locatian during the progress oF construction and take as-huilt sur�ey after the facility has been buried. The Contractor is responsible for the quality conYrol needed to ensure accuracy. 3. General a. Ti�e Contractor shall provide as-huilY sur�ey including the elevation and locatian (and provide written documentation to the City) of construction feat�res during the �rogress of the construction including the following: 1) Water Lines a) Top of pipe elevations and eoardinates for waterlines at the following ]ocations: {1) Minimum every 250 linear feet, including {2) Horizontal and ver�ical points of inflection, cur�vature, etc. {3) Fire line tee {4) Plugs, stub-outs, dead-end lines {5) Casing pipe {each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gravity faciiities) at the fo]]owing locations: (1) Minimum e�ery 250 linear feet and any buried fittings {2) Horizonta] and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicabte Cf"I"Y OF FdK'f WORTH West 7th Street Improvements STANDARD CONSTRUCT[OT3 SPIiCIP[CATIOTI DOCUNtTiidTS City Project No. 101555 Revised Pe6ruary 14, 2a18 01 7] 23 - 5 CONSTRUCTIOIV S'1'AK1NG AND SURVEY Page 5 of S The Cantractor shall provide as-built survey including the elevation and location {and provide written documentation to the City) of construction features after the construcfion is comp[eted including the following: 1} Manholes a) Rir►� ar�d flowlane elevations and coordinates for each manhole 2) Water Lines a} Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes} d) Fire hydrants e) Va[ves (gate, butterfly, etc.) � Air Release valves (Manhole rirri and �ent pipe) g) Blow off valves (Manhole rim and valve lid} h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevafions and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates f�r each manhole and junction structure. 4) Stormwater—NotApplicable 1.1Q DEL[VERY, STORAGE, AND HANDLING (NOT US�D] 1.11 FI�LD �SITEJ CONDITIONS [NOT USED� 1.12 WARRANTY PART 2 - PRO�CICTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points Qf curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout constructian. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, iunnels, and other construction. b. A record af revisions or corrections noted in an arderly manner for refez-ence. c. A drawing, when required by the client, indicating the hflrizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sh�ets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be abtained frorr� the Survey Superin#endent {817-392-7925}. S. Digital survey f les in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shape#ile (.shp} Cl'I'Y OF FORT WORTI{ Wcst 7th Slreet Impravements STANDARD COIVSTRUCTION SPECITICATIOM DOCIiNEEN"fS City Project Na. ]01555 Revised February 1A, 2018 017123-6 CONS'ERUC"fION S'1'AKENG AND SURVT:Y Page 6 of S c. CSV iile (.csv}, formatted wzth k ancl � cno, IiratryS ir sepa �te -,�m�- , s ;tailu:.rt� t']71�3;i�t1 , �i 3':331ab�E} 6. Survey files sha31 include vertical and horizontal data tied to origina[ projcct control and benchmarks, and shaii include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependen# on many factors all of which must remain judgmental. The tolerancas listed hereafter are basecf on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. �ertical tolerance. Horizantal alignment for earthwork and rough cut should not exceed 1.0 ft. toleranc�. b. Horizonta] a]ignment on a structure shall be within .O.lft tolerance. c. Pavang or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be ]ocated within the confines of the site boundaries and, occasionally, along a boundary or any pther restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than O.OSft. tolerance frorr� #heir specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas ar easements. Within assigned areas, these utili#ies should be stalced with an accuracy producing no more than 0.1 ft tolerance from a specified lacation. e. 'I"he accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be �naintained. Underground and overhead uti]ities on planned profile, but not depending an gravity flow for performance, shauld not exceed 4.1 ft. tolerance. B. Sur�eying instruments shall be I�ept in close adjustment accarding to manufacturer's specifications or in compliance #o standards. The City reser�es the right to request a calibration report at any time and reconnmends regular maintenance schedule he performec� by a certif ed technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3. ].A. 2. Vertical locations shall be established from a pre-established benchmark and cheeked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reparted promptly to the City. 4. Revisions, corrections and other pertinent data shall be lo�ged for future reference. Cl'f Y ON H�OR7' WOCZ'CT [ Wesl 7th Street ]mprovements STANflARD CDNSTRUC"I'lON SPEC[FICA"f10N DOCUMENTS City Projcct No. 101555 Revised P'ehruary 14, 201$ . Ol 71 23 - 7 CONSTRUCTION STAKiNG ANA SURVGY Page 7 0l' 8 3.2 �XAMINATION jNOT USED� 3.3 PREPARATION �NOT USEDj 3.4 APPLICATION 3.� REPAIR / RESTORATION A, if the Contractor's work damages or destroys one or mo��e of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or rep�aced due to damage caused during construction operations. a. Contractar shall perfonm replacements and/or restorations. b. The City may require at any time a survey "Field Check" af any monurnent or benchmarks that are set be verified by the City surveyors before further associated work can rnove forward. 3.6 RE-INSTALLATION �NOT USEDJ 3.7 FIELD [ox] SiTE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended.to relieve fhe contractor of hislher responsibility for accuracy. 3.9 AD,IUSTING j1VOT USED� 3.10 CLEANING �NOT USEDJ 3.11 CLOS�OUT ACTIVITIES [NOT US�D] 3.12 PROTECTION jNOT USED� 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS �NOT USED] END OF SECTION Revision Log CITY OF FORT WOitTH West 7th Street Improvements STANDARll CONS'I'KUC'CION SPECIFICATION DOCUMENTS City Projecl No. 101555 Rcvised Fcbruxry 14, 2018 017123-5 CONS'CRUC'C[ON STAK[NG AND SURVIsY Page 8 of 8 �A�F.. NAMF SUMM�IRY OF CHANGE 8/31/2012 D.7ohnson - Added instruction and mod'afied measuremenl & payment under 1,2; added 8/31/2017 M. Owen definitions and references under 1.3; modiGed 1.6; added l.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2— PRODi1CT5 ; Added 3.1 lnstallers; added 3.5 Repair/Restoralion; and added 3.8 System Startup. Removed "blue text"; revised measuremenl and payment seotions for Construction Staking and As-IIuilt Survey; added refercncc to selectio� compliance with TGC 2/14/ZOl$ Nf Owen 2254; revised action and Closeoul submil€a! requirements; added acceptable depth measurement crileria; re�ised list oFitems requiring as-built survey "during" and "after" construction; and revised acceplable digital survey Cle format CITY OF PORT WORTH West 7th Street Improvements S'1'ANDAfUJ CONS'I'RUC"f[ON SPECIP[CATEON DOCUMENTS Ciiy Projcct Na. 101555 Revised kcbruxry 14, 2D18 OE7423-1 CLEANI�iG Pagc 1 of4 �ECTION O1 74 23 CLEANING PART 1 - GENERAL i.1 �UMMARY A. Section Includes: i, Intermediate and final cleaning for Work nat including special cleaning of closed systems specified elsewhere B. Devia�ions from this City of Fort Warth Standard Specification 1. None. C. Related Specificat�on Sections include, but are not necessarily limited to: l. Division 0— Bidding Requiremer�ts, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Iterrt is considered subsidiary to the various Items 6id. Na separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED� 1..4 ADMINISTRATIVE REQUiREMENTS A. Scheduling 1. Schedu]e cieaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon compietion of Work and �mmediately prior to final insp�ction. f.5 SUBMITTALS �NOT USED� l.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT USEDJ 1.7 CLOSEOUT SUBMITTALS �NOT USED] 1.8 MAINTENANCE MATERIAL SUSMITTALS �NOT USED] 1..9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLTNG A. Starage and Handling Requirements 1. Store cleaning products and cleaning wastes in cor�tainers specifically designed for those materials. C[TY OP �ORT WOR"1�H West 7lh 5trcet improvements 51'ANDARD CONSTCiUCTION SPIsCIFICA"1'ION DOCUMENTS City Rroject No. ] 01555 Revised July i, 2D11 U17423-2 CLEANING k'age 2 oF 4 ].] 1 FIELD �SITEJ CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT USED� PART 2 = PRODUCTS 2.1 OWNER-FURNISHED �ou� OWN�R-SUPPLIEDPRODUCTS [N�T USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cteaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED� 2.4 SOURCE QUALITY CONTROL �NOT USEDJ PART 3 - EXECUTION 3.1 INSTALLERS �NOT USED] 3,2 EXAMINATION �NOT US�DJ 3.3 PREPARATI�N [NOT USEDJ 3.4 APPLICATION �NOT USEDJ 3.� AEPAIA / RESTORATION �NOT USED] 3.b RE-INSTALLATiON [NOT USEDJ 3.7 FIELD [oa] SIT� QUALITY CONTROL [N�T USED] 3.8 SYSTEM STARTUP [NUT US�D� 3.9. ADJUST[NG [N�T USED] 3.10 CLEANING A. Genera] 1. 1'revent accumulation of wastes that create hazardous canditions. 2. Conduci cleaning and disposal operations to comply with laws and safety orders of go�erning autharities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved salid waste disposal site. 5. Dispose of nondegradable debris at an appro�ed salid waste disposai site or in an alternate manner appro�ed by City and regulatory agencies. Cl"1'Y OF FOR"C WOATH West 7th Street Impravcmcnts STANDARD CONS"C[ZUC"C10N Si'ECIFCCATION DOCUMENTS City Project No. 1O155S Revised .Euly 1, 20] l 01 74 23 - 3 CLEAN ItdG Page 3 of 4 6. Handle materials in a controlied manner with as few handlings as possible. 7. ThoroughIy clean, sweep, wash and polish all Wark and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction af required permanent Work, 9. If project is not cleaned to the satisfaction af the City, the City reserves the right to have the cleaning completed at the expense af the Contractar. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to h�nder health, safety or convenience of personnel in existing Faci�ity operations. 2. At maximum weekly intervals, dispose of waste materials, debris and ruhbish. 3. Con�ne consir�ction debris daily in strategicaily located container(s): a. Cover to prevent blowing by wind b. Store debris away from constr«ction or operational activities c. Haul from site at a minimum oF once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Fina] Acceptance. 5. Prior to storm events, thoroughly clean site pf all loose or �nsecured items, which may become airborne or transported by flowing water during the storm. G [ntexaor Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, �'ingerprir�ts, labels ar�d other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing anc! mirrors. 4. Folish glossy surfaces to a clear shine. 5. Ventilating systems ' a. Clean permanent f Iters and replace disposable filters if units were operatec� during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Keplace all burned out lamps. � 7. Broom clean proc�ss area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers fram site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along #he roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and �nlets. CITY OF PORT WOKTE i ' West 7th Street Improvements STANDARD CONSTRUCTION SPECIF[CA"f10N UOCUMGNTS Ciry Project No. 101555 Revised duly I , 201 ] 0! 7423-4 CLEAtdiAIG Yage 4 of 4 4, if no Ionger required for maintenance of erosion facitities, and upon appraval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED� 3.12 PROTECTYON [NOT USEDj 3.13 MAINTENANCE �NOT U,SEDJ 3.14 ATTACHMENTS �NUT USED] �ND OF SECTIQN Revision Log DATE NAME SCJMMARY OF CI�ANGF. C[TY OP POA`f WOR"L'H West 7th Street Improvements STANDARD CONSTRIICT[OlV SPT;CIPfCAT[�N i}OCUMENTS City Projec[ ido, 101555 Reviscd July 1, 20l 1 O17719-! CLOSEOU"F RGQUIREiv]EI�TTS Yagc 1 of 3 SECTiON Ol 77 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 �UMMARY A. 5ection Includes: 1. The proc�dure for closing out a cflntract B. Deviations from this City of Fort Worth Standard Specifcation l. None. C. Related Specification Sections include, but are no� necessarily �imited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— G�neral Requirements 1.2 1'R[CE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wark associated with this �tem is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED� 1.4 ADMINiSTR.AT[VE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted untii all guarantees, bonds, certificaies, licenses and affidavits required for Wark or equipment as specified are satisfactorily filed wtth the City. B. Release oF Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. I.5 SUBMITTALS A. Su6mit alI required documentation to City's Project Representative. CITY OF FOR"C WORTII West 7th Sireet Im�rovements STANDARD CONSTRUCTIO�I SPGC[I'ICA"I'fON DOCUMENTS City 1'roject No. 1 D 1555 Revised July 1, 2011 , 017719-2 CLOS�OIJT RP,QUIREMHNTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS �NOT USED) L7 CLOSEOUT SUBMITTALS [NOT USEDj PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT U,SED� 3.� EXAMiNATIQN [NOT USED] 3.3 PREPARATION �N�T USED] 3.4 CLOSEOUT PRQCEDURE �1. Prior to reques�ing Final Inspection, submi#: 1. Pr�oject Recard Documents in accordancE with Section O1 7$ 39 2. Operation and Mai�tenat�ce Data, if required, in accordance with Section O 1 78 23 B. Prior to requesting Final Inspection, perfarm final cleaning in accardance with Section 0 l 74 23. C. FinalInspection 1. After t'inal ciea�ting, provide notice to the City Froject Representative that the Work is completed. a. The City will make an initial Fi�a! Inspec#ion with the Contractor present. b. Upon completion of this inspec�ion, the City will notify the Contractor, in writing within 10 business days, of arty partfculars in which this inspection reveals that the Wozk is defecti�e or incomplete. 2. Upon receiving written notice from the City, irrtmediateiy undertake the Wark required to remedy deficiencies and complete the Work to the satisfaction oFthe City. 3. Upon comple#ion of Work associated with the items listed in the City's written natice, inform ti�c City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Finai Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These specia] accessary items incl�ade, bL►t are not ]imited to: a. SpeciFied spare parts b. Adequate oiE and grease as required for the �irst lubrication of the equipment c. Initial fill up of all chemical tanlcs and iuel tanks d. Light bulbs e. Fuses f. Vault ]ceys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Cofnpletion CI'lY QP POR"P WORTH West 7th Street Empravements STANpARD CONS'1'RUL'TiON SPECIFTCA'C[ON DOCUMENTS City Projcct No. 101555 Revised luly 1, 201 I 017719-3 CLOS�.OU'I' TtEQUIREM8NT5 Pagc 3 of'3 1. Once the City Project Representati�ve finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet}. E. 5upporting Docutt�entation I. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report {if required) f. Contractor's Evaluation of City g. Perfot�nance Evaluation of Contractor E'. Letter of Final Acceptance l. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accarc�ance with General Conditions, City will issue Letter of Final Acceptance and release the Pinai Payment Request for payment. 3.5 R�PA[R / RESTORATION [NOT USED� 3.6 RE-INSTALLATION [NOT USEDj 3.7 E`YELD �oxJ SYTE QUALYTY CONTROL [NOT USEDJ 3.8 SYSTEM STARTUP �NOT USED� 3.9 ADJUSTING �NOT USED] 3.10 CLEANINC [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USEDJ 3.14 ATTACHM�NTS [NOT USED� END OF SECTION Rcvision Log - DATF, NAME SUMMARY OF CHANGE CITY OF FORT WORTE-3 West 7th Strect Improvcmenis STANDAKD CONSTRUCTION SPrCIPICA�IO�T DOCU�rIENTS City Project Na. 101555 Revised ialy I, 20l l 01 78 23 - I OPERATION A]VD MAINi'EIVANCE DAT/i Page ] of 5 SECTION al 78 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: L Product data and related information appropriate for City's maintenance and operation of products furnished under Contract � 2. Such producis may include, but are not ]imited to: a. Trafiic Controllers b. irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification l. Nane. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cantract 2. Division 1-- General Requirements 1.2 PRICE AND PAYMENT PR�CEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be al�owed for this Item. 1.3 REFERENC�S �NOT USEDJ 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuats in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accardance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. L6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual far use by City personnel. 2. Fonmat a. Size: 8'/2 inches x 11 inches b. Paper 1} 40 pound minimum, white, for typed pages 2} Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WdKTH West 7lh 5treet lmpro�eancnts 5"1�ANDARD CONSTRUCTION SPEC[FICATION 170CUMSNTS City Projcct No. k01555 Rev�sod DeceEnber 20, 20E2 (117823-2 OP1iRA"C[dPF AND MAiNTENANCti DATA Pagc 2 of 5 Cf. ❑CaWITI�S 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-ieaf for each separate product, or each piece of operating equipment. 1} Provide typed description of product, and major companent par�s of equipment. � 2) Provide indexed tabs. £ Cover 1) Identify each vnlume with typed or printed title "OPERATING AND MA[NTENANCE INSTRUCTIONS". 2) List: a} Title of Project b) Identity of separate structure as applicable c) identity of general subject matter cavered in the manua� 3. Binders a. Commercia] quafity 3-ring binders with durable and cleanable plastic covers b. When multiplc binders are used, correlate the data into related consistent groupings. 4. If avaiEable, provide an electror►ic Form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each valurne, arranged in systematic order a. Contractor, name of respansible principai, address and telephone number b. A list of each product required to b.e included, indexed to conte�►t of the volume c. List, with each product: E} The r�am�, address and ielephone number of the subcontractor or installer 2} A list of each product requirec! to be included, indexed to content of the valume � 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data . a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part ir�stalled 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplemer�t produet data with dzawings as necessary to clearly illustrate: 1} Relations of corr�ponent parts of equiprnent and systems 2) Contral and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustraiion of completed installation. . c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product dafa for the particular installation: a. Organize in cansistent format under s�parate headings for different pracedures. b. Pro�ide logica] sequence of instructions oieach procedure. CITY OF FORT WOR'C[ I West 7th Streel ]mprovemenls S'fANDARD CONSTRUCI'iOR� SPECIPICA'I'ION DOCCJMENTS Gily Pruject Nn. ]01555 Re�ised December 20, 2d12 O1 78 23 - 3 OPGRATIOtV AND MAINTENANCG DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide ir�formation sheet for City personnel giving: 1) Proper procedures in eve�t of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full infarmation an products i) Catalpg number, size, composition 2) Color and textur� designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance i) Manufacturer's recomrr�endation far types of cleaning agents and methods 2) Ca��tions against cleaning agents and methods which are detrimentaI to product 3) Recornmended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. 1Vfanufacturer's data, giving full infarmation on products 1) Applicable standards 2) Chemical composition 3) Details of installatian b. Instructions for inspection, maintenance and repair D. Manual .for Equipment and Systems l. Subrr�it 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Descriptiqn of unit and component parts 1) F�anction, nornnal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Sfart-up, break-in, routine and nor.mal operating instructions 2) Regulation, control, stop�ing, shut-down and err�ergency instructions 3) Summer and winter operating instructions 4) Speciat aperating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "troUble shooting" 3} Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lu6ricants required e. Manufacturer's printed operating and maintenance instructions f. Description of seque�nce af operation by contral manufacturer 1} Predicted life ofparts subject to wear ' 2} Items recommended to be stocked as spare parts g. As installed controt diagrams by controls manufacturer . h. Each contractor's coordination drawings 1} As ins#alled color coded piping diagrams CITY OF FOR'1' WORTi I West 7th Street Improvements STANllARD CONS"IRUCTION SPECIFiCATION DOCUMENiTS Ciiy ProjcctNo. 101555 Keviscd December20, 20i2 Ol 78 23 - 4 OPEAAT[ON AND MAINTEIVANCE DA7'A Page 4 af 5 i. Charts oi valve tag numbers, with ]ocation and iunction of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommend�ed quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and etectronic system, as appropriate: a. Description of system and companent parts l) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Contc-ols 3} Comnnunications c. As� installed color coded wiring diagrams d. Operating procedures ] ) Routine and normal.operating instructfons 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1} Roufine operations 2) Guide to "troubae shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance i�lstructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as rec�uired under pertinent Sections of Specifications 4. Prepare and include additional data when tne need for such data becomes apparent during instruction of City's personne�. 1.7 CLOSEOUT SUSMITTALS (NOT USED� 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED� 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by p�rsonne! with the fallowing criteria: 1. Trained and experienced in maintenance and operation of described products 2. Ski�led as technica] writer to the extent required to comrnur�icate essential data 3. Skilled as draftsman competent ta prepare required drawings CITY OF FORT WQRTI[ West 7fh Streel [mprovemenis S'1�ANDARD CONSTRUC'l70N SPIiC[F1CATiON llOCUM13N'rS City Project No_ 10] 555 Rcvised December 20, 2012 a> >s 2� - s OPERAT[ON AND MAINTCNANCE �A'rA Yage 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDJ 1.11 �`IELD �SITEJ CONDITIONS [NOT USED� 1.1� WARRANTY [NOT USED� PART � - PRODUCTS [NOT USED] PART 3 - �XECUTION [NOT USED] END OF SECTION iZevision Log DATF. NAMF, SUMMARY OF CHANG� 8/3f/2012 D.7ofinson �.5.A.1—titleofsectionremovcd CITY OF FOR'i' WORTH West 7th Slrect [mprovements S'1'ANDAIZD CONSTRUCT[Ol\' SPECIFiCATION DOCUIVIEN'1�S City Project lVo. 101555 fteviscd December 20, 2012 01 78 39 - 1 PRO]ECT RECOItD �OCUM�IVTS Page I of 4 SECTiON Ol �S 39 E'ROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section (ncludes: 1. Work associated with the documenting the project and recording changes ta project doc��ments, including: a. Record Drawings b. Water Meter Service Repo�ts c. Sanitary Sewer Service Reports d. Large Water Meter Reparts B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0— Bidding Requirements, Contract Farms and Condttions of the Cantract 2. Divisian 1— General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measurernent and Payment 1. Wark assaciated with �his [tem is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. I.3 REFERENCES [NOT USED� 1.4 ADMINISTRATIVE REQUIREMENTS �NOT USEDJ 1.5 SUBMITTALS A. Prior to subrr�itting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT USED� 1.'� CLOSEOUT SUBMITTALS �NOT USED] 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records I. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents rtlay rely reasonably on information obtained from the approved 1'roject Record Documents. CI"t'Y OF CORT WORTH West 7th Street Improvements STANDARll CONSTRUCT[ON SPE:C[FICATIOAE I�OCUMENTS City Projcci No. ] O1555 Revised July l, 2011 01 78 39 - 2 P[t0]F,CT KECORD DQCUMEN"fS Page 2 of 4 3. To Facilitate accuracy of recards, make entries within 24 hours after receipt of information that the char�ge has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modifcation of the Work to proceed without lengthy and expee�si�e site measurement, investigation and examinat�on. 110 STQRAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain thejab set of Record Documents completely protected frorn deterioration and from loss and cfamage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the everit of loss of recorded data, use means necessary ta again secure the data to the City's approval. a. In such case, provide replacements to the standards origina]]y requirec� by the Contract Documents. 1.11 FIELD [SITE� CONDITIONS [NOT US�DJ 1.1� WARRANTY [NQT USEll] PART2- PRODUCTS �.1 OWNER-FURNiSHED [o�] OWNER-SUPPLIED PRODUCTS [NOT USE�] Z.2 RECORD DOCUMENTS A. Job set 1. Promptly fallawittg r�ceipt of the Notice to Praceed, secure from the City, at no charge to the Contractor, l complete set of all Doc�mer�ts comprising the Contract. � B. Final Record Docutnents l. At a time nearing the completion of the Wark and prior to Finai Inspection, provide the City 1 co�nplete set of all Fina] Recard Drawings in the Contract. 2.3 ACCESS�RIES �NOT USEDJ 2.4 SOURCE QUALITY CONTROL �NOT USED] PART 3 - EXECUTION 31 INSTALLERS �NOT EiSED] 3.2 EXAMINATION [NOT USEDJ 3.3 PREPARATION [NOT USED� 3.4 MAINTENANCE DOCUMENTS A. Maintenance af Job Set 1. Immediately upon receipt of the job set, identiFy each af the Docurnents with the title, °RECORD DOCUMENTS - JOB SET°. C1TY OF FORT WORTII West 7th Streel Tmprovements STA%1DAEiD CDNSTRUC'CION SPECIFICA"1'lON DOCUiV1EN"fS Cily Project Nn. l O15S5 Re�ised 7uly I , 2011 017839-3 PROJEC'1' RECORll DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract com}�letion time, the probable number of occasions upon which the jab set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, de�ise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, untii start of Eransfer of data io final Project Record Documsnts. c. Maintain the job set at the site of wark. 3. Coordination with Construction 5urvey a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations frorr► Contract Documents. b. Use an erasable colored pencil {not ink or indelible penc�l), clearly describe the change by graphic line and note as required. c. Date all entries. d. Cail attention ta t�e eniry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layo�ats a. In som� cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown sch�matically and are not intended to portray precise physical layout. l) Final physical arrangement is determined by tk�� Contractor, subject to the City's approval. 2) However, design of future rr�odi�cations oithe facility may require accurate fnformation as to the final physical layout of iteins which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within I inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or noie, the vertical location of the [tem ("under slah", "in ceiling plenum", "exposed", and the like). 3} Make all identification suffciently descriptive that it may be related reliably to the Specifcations. c. The City �nay waive the requirements for conversion of schematic layouts where, in the City's judgment, conversian serves no useful purpose. However, do not re�y upon waivers being issued except as specificatly issued in writing by the City. B. Fina� Project Record DQcuments 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Recard Drawings to the corresponding final docurnents, coordinating the changes as required. b. C�early indicate at each afFected detail and other Drawing a fuIl description of changes made during construction, and the actual location of items. CITY OF FORT WORTH West 7th Street Improveiner�ts STANDARD CONS"fRUCTION SYECIFICA'1'ION DOCEJMENTS City ProjectNo. ]D1555 Re�ised Iu[y I, 20] 1 O17839-4 PROJECT RECORD DOCUMEMTS Pa�e 4 of 4 c. Cal� attention to each entry by drawing a"cloud" around the area or areas affected. d. Ma[�e changes neatly, consistently and with the praper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. if the Documents, other than Drawin�s, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval af the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Dacument is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handiing, and carefully tra�asfer tha change data to the new copy to the approval af the City. 3.5 REPAIR / RESTORATION �NOT USED� 3.6 RE-INSTALLATION (NOT USED� 3.i Fi�LD [oR� SITE QUALITY C4NTR4L [NUT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADdUSTiNC [NOT USED� 3.10 CLEANING [NOT USED� 3.11 CLOSEOUT ACTIVITIES �NQT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE [NOT USED� 3.14 ATTACHMENTS [NOT USED] END OF SECTION ftcvision Log DATF, NAME Si1MMflRY OF CHANGE CITY OF FpRT WpRTII West 7th Street Improvements STANDqRD COidSTRUCTION $PGCIFTCATION DOCUMENTS City Projccl No. ]01555 Revised July l, 20I 1 � 26OS33-1 RACGWAYS AIVD BOXES COR ELEC'fAICAL SYSTEMS Page 1 of 12 SECTION 26 0� 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install camplete raceway systems as shown on the Drawings and as speciiied herein. B. Deviatians from this City of Fort Worth Standard Speci%cation 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: ]. Division 0— Bidding Requirements, Contract Farms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 26 OS 43 — Underground Ducts and Raceways for Electrical Systems 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Canduits and Related Hardware, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Paymeni I) The wark performed and the materials furnished in accordance with this Item are subsidiary to Electrical Faciliiies and shall be subsidiary to the Iump sum price bid for Electrical Facilities, and no other compensation will be allowed. ?. Conduits and Related Hardware, when no bid item far Electrical Facilities exists a. � Measurement 1} Measurement for conduit shall be per linear foot of the size, installation method, and type af conduit installed. 2) Li�nits of ineasurement for condurt are from center to center between ground boxes or poIes, a combination of the twa or to the termination point. b. Payment 1) Payment for conduit shall be made at the price bid per ]inear foot of the size, installation method, and type of conduit instatled. c. The price. bid st�all include: l) Installation of Conduit and Related Hardware including, but not limited to: a) Elbows b} Couplings - c) Weatherheads 3. Conduit Boxes, when a bid item for Electrical Facilities exists a. Measurement �} This Item is considered subsidiary ta Elec#rical Facilities. b. Payment CIT� OF F021' WORTH West 7th Street [mprovemcnts ' STA1�iDARD CONSTRUCT[ON SPECIFICATION DOCUM�:NTS Cily Pro}ect 1Vo. 101555 Revised December 24, 2012 260533-2 RACEWAYS AND BOXES POK �;LECTR[CAi, SYS'fEMS Page 2 of 12 1) The work performed and the materials furnished in accordance with this Item are subsicliary to Electrical Facilities and shall be subsidiary ta the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 4. Conduit Boxes, when no bid item for Eleetrical Facilities exists a. Measurement 1) Measurement for this ltem shall be per each Conduit Box installed per location of insfallation. b. Payment 1) The work performed and rriat�rials furnishe� in accordance to this Item shall be paid for at the unit price bid for "Conduit Box" instailed. c. The price 6id shall include: 1} Furnishing and installing the Conduit Box 2} Excavation 3} Furnishing, placement and compaction af backfill 4) Ciean-up 1.3 REF�RENCES A. Reference Standards 1. Refererlce standards cited in this SpeciFcatian refer to the current reference standard published at the iime of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Nationa� Standards Institute, Inc. {ANSI). a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum Conduit (ERAC}. 3. National ElectricaI Manufacturers Association (NEMA}. a. 250, Enclosures for Electrical Equipment {1000 Vo1C Maximum). b. C$0.1, Electrical Rigid 5teel Conduit. c. TG2, Electrical Polyvinyl Chloride {PVC} Tubing and Conduit. d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. e. TC-7, Smooth-Walled Coilable Electrical Polyethylene Conduit. 4. Nationa] Fire Protection Association {NFPA) a. 70 — National Electrical Cade {NEC). . 1} Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. � 2) Chapter 9, Tables. S. Underwriters Laboratories (UL) a. 6, Electrical Rigid Metal Cond�it — Steel. b. 514B, Conduit, Tubing and Cable Fittings. c. 651, Standard far Schedule 40 and 80 Rigid PVC Condui�. B. All equipment co�nponents and coinpleted assemblies specifiecE in this Section of the Speciiications shall bear the appropriate label of UL. 1.4 ADMINISTRATIVE REQUIREMENTS �NOT USED] 1.5 SUBMITTALS [NOT iJS�Dj 1.5 ACTION SUSMITTALS/INFQRMATIONAL SUBMITTALS CITY OF �'ORT WOKTH West 7th Strect [mpro�ements STANDARD CONS'CKUCT{pN SP�C1FiCf1TIOT�1 DOCUMENTS City Project No. 101555 Revised Decembcr 20, 2012 260533-3 RACEWAYS AND BpXFS POR ELECTRICAL SYSTEMS E'age 3 of 12 A. Product Data 1. Submit to the City, in accordance with Division l, the manufacturers' names and product designation or catalog numbers of aII materials specified. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURA�iCE A. Qualifications 1. Manufacturers � a. Refer to Sp�cification Section 01 60 00 for listing af approved manufacturers for all materials. 1.10 DELIVERY, STORAGE, AND HANDLINC A. Storage and Handling Requirements I. Handling: In accordance with manufacturer's instructions. 2. Starage � a. In accordance with manufacturer's instructions b. Not exposed io sunlight c. Completely covered 3. Materials showing signs ofprevious or jobszte exposure will be rejected. 1.11 FiELD �SITE] CONDITIONS [NOT US�Dj . 1.12 WARRANTY A. No separate warranty on conduit. PART 2 - PRODUCTS �.1 OWNER-FURNISHED [oe] OWNER-SUPPLIED PAODUCTS [NOT USED� 2.2 CONDUIT A. Liquidtight Steel Flexible Metal Conduit i , Interlocked steel core 2. PVC jacket rated for 80 degrees Celsius 3. Corr�plies with NEC Article 350 4. Fittings 5. �xtruded from 6063 T-I a21oy 6. Maximum 0.1 percent copper content 7. Conform to: a. ANSI C80.5 b. UI.,-6 B. Rigid Steel Conduit 1. Hot dip galvanized 2. Threads: Hot galvanized after cutting CITY OF PORT WORTH West 7th 5treet tmprovements STANDAAD CONS"1'RLSC'1�[ON SPEC[FICATION DOCUMENTS City ProjectNo_ E01555 Revised December 20, 2012 26 OS 33 - 4 RACP.WAYS AND B07C�5 FOR �,L�,C'1'7t[CAL SYSTEMS 1'age 4 of l2 3. Confortns to: a. NEMA C80.1 C. Rigid PVC Schedule 80 Conduit 1. Designed for use above ground and underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Canforms to: a. NEMA TG2 b. UL 65l 5. Fittings conform to: a. NEMA TC-3 b. UL 514B D. Rigid PVC SchecEule 4� Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled. �. Conforms to: a. NEMA TG2 b. UL 651 S. Fittings canform to: a. NEMA TC-3 b. UL 514B E. High Density Palyethylene (HDPE) Conduit l. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled . 4. Conforms to: a. UL b51A b. UL 651 B c. NEMA TC-7 F. Raceway Boxes 1. Use: Exposed raceway systems only 2. Boxes for underground systems: Refer to Section 26 45 �E3. 3. Box size a. Distance between each raceway entry inside the box and the oppasite wall: Not be less than 6 times the trade size of the [argcst raceway in a row. b. Distance shall be increased for additional entries by the amount of the sum of the diameters of all othcr raceway entries in the same row on the same wall of the box. c. Each row calculated indi�idually, and the single row that provides the maximum dis#ance used to size box. - 2.3 ACCESSORIES A, Conduit Outlet Bodies Cl'1'Y Oh' FOR'C WORTI [ West 7th Street ]mpra�ements STANDARD CONSTRUCTI0�1 SPECIPCCA"CfON llOCUMENTS City Projcct Na. i01555 Kevised Uecember 2Q 2012 abas33-s RACEWAYS AND BOX�.S FOK ET,�C"[�AICAL SYSTEMS Page 5 of l2 1. Up to and including 2-1/2 inches a. Conduit outlet badies ar�d covers: Galvanized steel b. Captive screw-clamp cover c. Neoprene gasket d. Stainless steel screws and clamps 2. Larger than 2-L/2 inches a. Use junction boxes. B. Cond�it Hubs l. Watertight 2. Threaded galvanized stee] 3. Insulaied throat 4. ' Stainless steel grounding screw C. Grounding Bushings 1. Insulated Iay-in lug grounding bushings 2. Tin-plated copper grounding path 3. [ntegrally molded noncombustible phenolic insulated surfaces rated l50 degrees Celsius 4. Plastic insert cap each bushing 5. Lug size: Sufficient to accornmodate m�imum ground wire size required by the NEC for the application D. Raceway Sealant 1. Use for sealing of raceway hubs, entering ar terminating in boxes or enclosures where shown or specified B. Conduit Penetration Seals L Use for conduit wall and floor seals F. Conduit and related hardware ]. All polyviny� chloride conduits, including elbows and couplings shall be schedule 40 PVC conduit, con%rming to Federal 5pecification W-C-1094 and Underwriters' Laboratories, Inc. Standard UL-651. AIl conduit sizes shall be as indicated on the Drawin�s. 2. Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. 3. Weather heads shall be made of aluminum and may be the threaded or the clarnp on type. • G. Expansior�/Deilection Fittings I. Use a. Embedded in concrete b. Exposed 2. Description a. Interr�al grounding b. 4 inch movement c. Stainless steel/cast iron H. Expansion Fittings CITY OF FORT WOKTH West 7th Screet Impravements S7'AIVDARD CONS'1'RUC'1'ION SYECIFICA'1'ION llOCUMEN7'5 Ciry Project Na. l O1555 Rcviscd Deccmbcr 20, 2012 2b6533-6 RACrWAYS AND C30XTS rOR ELECTR[CAL SYSTEMS I'age 6 of l2 1. Galvanized steel 2. 8 inch movement 3. Internal grounding 2.4 SOURCE QEJALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS EN�T USED� 3.2 EXAMINATION �NOT USED] 3.3 PAEPARATION [NOT USEDj 3.4 APPLICATION A. Interface with Other Work L Coordinate the placement of conduit and related components with oCher trades and existing installations. B. Unless shown on the Drawings or specified otherwise, the conduit type installed with respect to the location shall be as follows: 1. Underground, 1$ inches or more cover: Rigid PVC Schedule 40 or HDPE 2. Undergro�d, less than l8 inches cover: Rigid AVC Schedule SO or HDPE 3. Exposed: Rigid galvanized steel 4. Final connection ta equipment subject to vibration: LiGuidtight Steel Flexible Meta[ Conduit C. Box Applications 1. Furnish raceway junction, puf[ and terminal baxes with NEMA ratings for the tocation in which �hey are installed. 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: Galvanized stee! 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited D. Conduit Outlet Bodies Applications 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, except where junction baxes are shown or otherwise specified 2. Conduits larger tlaan 2-1/2 inches: Use junctian boxes E. Conduit Hub Applications 1. Uraless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. F. Insulated Grounding Bushing Applications 1. Use: Terminate raceways at bottom entry io pad-mounted electrical equipment or switchgear, if there is no wall or floor pan on which to anchar or terminate the raceway. CI1'Y O!' F'ORT WORTH West 7th Street ]mprovements S"TANDARD CONSIRUC'CCON SPT:CII'ICATION DOCUMP.NTS City Project No. l O1555 Revised December 20, 20i2 . 26 OS 33 - 7 RACGWAYS AND BOXES FOR C;I.ECTAICAL SYSTGMS Pagc 7 of ] 2 2. Other raceways: Terminate on enclqslnres with a conduit hub. 3. Grounding bushing caps: Remain on the 6ushing until the wire is ready ta be pulled. G. Conduit Fittings Applications 1. Combi�ation expansion def�ection fittings: Install where conduits cross structure expansion joints, on conduit transitions �rorn underground to above ground, and where installed in exposed conduit runs such that the distance 6etween expansion- cEeflection fttings does not exceed I50 feet af conduit run. 2. Expansion iittings: install in lieu of a combination expansion-deflection fitting, on the exposed side of conduit transitions from underground to above ground, where the eartY� has been disturbed to a depth of more than 10 feet. N. Conduit Penetration Seals Applications I. Conduit wall seals: Use where underground conduits penetrate walls or at other locations shown on the Drawings 2. Conduit sealing bushings: Use #o seal conduit ends exposed to ihe weather and at other locations shown on the Drawings L Conduit Tag Applications l. Tag all conduits within 1 foot of the entry of equipment, and wal� and t7oor penetrations. 2. "I'ag al� underground conduits and ducts at all lacations, exiting and entering fram underground, includi�g manholes and handholes. J. Raceway Installation 1. No canduit smaller than 1'/4 inch electrical trade size. 2. No more than the equivalent of 3- 90 degree bends in any 1 run. 3. Do not pull wire until the conduit system is complete in all details. 4. Install all underground raceways in accordance with Section 26 OS 43. 5. Where raceways enter or leave the raceway system, where the raceway origin or termination, could be subjected to the entry of moisture, rain or liquid of any type, parficularly where the ter�nination of such raceways terrninate in any equipment,. new or existing at a lower elevation, such raceways shall be tightly sealed, using watertight sealant (D�seal or equal}, at the higher elevation, both before and after the instailation of cab2es, such that there shall be no entry of water or maisture ta the Raceway System at any time. Any damage to new or existfng equipmen�, due to the entrance of moisture from unsealed raceways, shall be corrected by complete re�lacement of such equipment, at no cost to the City. Cleaning or drying of such darriaged equipment will not be acceptable. • 6. Conduit supports, for other than for underground raceways: Space at infervals of 8 feet ar less as required to obtain rigid construction. 7. Single conduits: Support with 1 hole pipe clamps in combinatiox► wit� 1 screw back plates, to raise conduits fram the surface. 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal mem6ers and threaded har�ger rods nat less than 3/$ inch in diameter. 9. Surface mounted panel boxes, junetion boxes, and conduit: Supported by strut to provide a minimum oF 1/2 inch clearance between wall and equipment. CITY OP FORT WORTE I West 7th Slrccl Trnprovements STANDARD CONSTRUCTION SPECIFICATIdN DOCUMEN'PS City Project No. ]D1555 Revised December 20, 2012 260533-$ RACEWAYS ANB BOXTiS POR �,LECTRICAL 5Y5'CEMS Page S oC ] 2 I0. Conduit hangers: Attach to structural stee] by means qf beam or channel clamps. Use cancrete inser�s of the spot type where attached to concrete surfaces: 11. Conduits on exposed work a. Instal[ at right angles to and parallel with the surrounding wall. b. Confarm ta the farm of the c�iling. c. No diagona2 runs. d. Provide cancentric bends in parallel conduit runs. e. Install conduit perfectly straight and true. 12, Conduits terminated into enclosures: Instalt perpendicu[ar to the walls where flexible lfquidtight or rigid conduits are required. a. Do not use short sealtight elbow fittin�s for such terminations, except for connections to instrumentation transmitters where multipie p�netrations are required. . 13. Use insulated throat grounding bushings for conduits containing eyuipment grounding conductors and terminating in boxes. Connect grounding conductors to the box. 14. Install conduits using threaded fittings. Da not use running threads. 15. PVC conduit: Use glued type conduit fittings. i6. HDPE conduit: Use fittings by same manuFacturer as conduit. l7. Liquidtight ffexible steel conduit a. Primary and secondary of transformers b. Generator terminations c. Other equipment where vibration is present d. Connections to instrumentation transmitters, where multiple penetrations are required e. Do not use in other locations. f. Maximum length: Not greater than that of a factary manufactured long radius elbow of t�e canduit size being used g. Maximum bending radius; Not less than that shown in the NEC Chapter 9, Table 2, "Other Bends". h. Do not use BX ar�1C type prefabricated cables. 18. Conduits passing through openings in walls or floor slabs: Seat remaining openings against the passage of flame and smoke. 19. Conduif ends exposed to the weather or corrosive gases: Seal with cancEuit sealing bushings. 24. Raceways termi�ating in Control Panels or boxes containing electrical equiprnent a. Do not install to enter fram the top of the panel or box. b. Seal with a watertight sealant: Duxseal or equa[ 21. Conduit a. TY�e Cqntractor will be required to coordinat� with al] local utility companies, long distance cammunication companies, City utilities, railroad companies, and Dig Tess if applicable, #o ascertain exact locations of conflicting underground services. b. The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. c. Th� rn�imum allowable o�vercut shall be 1 inch (25 mm) in diameter for bores. CiTY OE FORT WORTH West 7th Strucl improvements S"1ANDA[tD CdNST'RUCT[bAI SPPCiFiCA'f10N DOCUMGN"f5 Cfly Project No. 1O1555 Rc�ised December 20, 2012 260533-4 RACEWAYS AND BOXES POIt ELEC'1'RICAL SYSTEMS Page 9 of l2 d. The vertical and horizontal tolerances shall not exceed 18 inc�es {457 mm) as measured from the intended target point for bores. e. The use oia pneumatically driven device for punching holes beneath the pa�er3r�ent (commonly known as a"missile"} wiil not be per�nitted. f. Conduit instaUed for future use shall have a non-metallic, nyion type pull string and shall be capped using standard weather tight conduit caps, as appraved by the Inspector. g. The Contractar shall place duct seal or foam at the ends of all conduit where conductors andlor cables are present. h. New Conduit 1} All underground conduit shall be schedule 40 PVC conduit. 2) All conduit or raceways above ground shall be rigid metal. 3) All conduit and fittiz►gs sha�l be ofthe sizes and types shown on the Drawings. 4) Each section of conduit shal l bear evidence of apprqval by Underwriter's Laboratories. 5) Conduit terminating in posts or pedestal bases shail not extend vertically more than 3 inches above the concrete foundation. 6) Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the concfuit. 7} Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent--weld method in accorcfance with the conduit manufacturer's recommendations. 8} No reducer couplings shall be used unless specifically indicated on the Drawings. 9} Cond�it and fi#tings shall have burrs and rough places smoothed and shall be clean and free of obstruciions before the cable is installed. l0) Field cuts shall be made with a hacksaw only, and sk�all be square and true so that the ends will butt or come togeth�r for the full diameter thereof. a} In no case shall a cutting iorch be used to cut or join conduit. 11) Slip joints or running ihreads will not be permitted far coupling conduit unless approved by the [nspector. 12) When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water-tight coupling between the conduit. 13} Couplings shall be properly installed to bring their ends of connected � conduit together to produce a good rigid cannection throughout the entire length af the conduit run. 14) Where the coating on a rigid me#al conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 15) Ends af conduits shali be capped or plugged until installation af the wire is complete. 16} Upon request by the Inspector, the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is clean and free from obstructions. 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 mm) depth below the curb grade in the sidewalk areas, ar ]$ inches (450 mm) below the f nished street grade in the street area. CITY OP FOA'f WORTI [ West 7th Streel [mprovemenis STANL3ARD GONS'I�RUCTION SPIiCIF[CA'fION DC)CUMENTS City Project No. E01555 Revised December 20, 2D12 26�533- 10 [iACEWAYS ANq BOXES PdR �LECTRICAL SYSTP.MS Page 3 0 of 12 18) Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during p]acement of the concrete. a) No concrete shall be placed until all of the conduit ends have been capped and aIl box openin�s clas�d. !9) PVC cond�it, which is to be placed under existing pavement, sidewalks, and driveways, shall be placed by first providing a void through which the PVC conduit shall be inserted. a) "Fhe void may be made by boring. b) iJse oi water or other fluids in cannection with t[te boring operation will be permitted only to Iubricate cuttings. � c) Water jetting will not be permitted. 20) If it is determined by the Inspector that it is impractical to place the epnduit by boring as outlined above due to unforeseen obstructions, written permission may be granted by the Traffic Services Manager or designee for the Cantc-actor ta cut the existing pavement. 2 l) Pits for boring shail not be closer than 2 feet (612 mm) to the back of the curb or the outside edge of the shoulder. a} The boring method used shail not interfer� with the aperation of streets, highways, or other facilities, and shall not weaken az- damage any embankment structure, or pavement. 22) Bact�fil] - Compaction & Density Test for A]] Ditchlines a) All ditchlines within paving areas of existing and proposed streets and within 2 feet (b00 rnm) back of curb are to be mechanicaily tatnped. b) All tamping is to be densiiy controlled ta 90 percent standard proctor density at optimum moisture content and no greater than 5 percent optimum or less than 2 percent beiow optimum. c) All backfill materia] is to b.e seEect native material, C inches (150 mm} diameter clods and smaller. d) It is permissible to put backfill in 6 inches to 8 inches (] 50 mm to 400 mrrt) lifts with der�sities being taken for each ] feet (300 mm) of compacted material on offseiting stations of 50 feet {159 M). 23) �ro�icle adeq�ately bent conduit and �roperly excavate so as to preven# damage to the conduit or conductor by a bend radius which is too short. 24) All conduit runs shall be continuo�as and �f ihe same material (meta] only ar PVC only). 25} Wt�ere tying into existing conduit, the Contractor must cor�tinue with the same material (metal to metal or PVC to PVC}. 26) Each tength of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall b� made up ti�ht. 27) White-lead paint or equal shall be used on threads of all joints. 28) 1VIetal conduit and fittings shall have the burrs and rough places smoothed. 29} Where the coating on a metal cond�it run Ytas 6een damaged in handling or installation, such damaged parts si�all be thoroughly painted with rust pre�entive paint. Existing Conduit 1} Prior to pulling cable in existing underground conduit, the conduit shai] be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. CiTY OF FC]RT WORTI [ West 7th 5treet Empro�emenis STANDARD CONSTRUCTION SPEC4PICAT[C)N DOC�IMENTS Ciry Projcct R�o. 101555 Rcvised December 2Q, 2012 26 05 33-1 1 RACEWAYS AND �30XES FOR ELECTRICAL SYSTEMS Page l 1 of 12 2) If conduit appears to be blocl�ed, the Contractor shall make an attempt to ctear the conduit by rodding (The Contractar will not receive exira compensataon for roddin�}. 3) If the existing conduit cannot be used, the Contractor may be req�aired to repair and/or replace this conduit as directed by the Engineer. a) Repair of this conduit will be paid for as "extra work" on a Change Order. 4) The Inspectar shall be notified prior to disconnection or removal of any existing cable. 22. Conduits from external sources entering or leaving a muItiple compartment enclosure: Stub up into the bottom horizontal wireway or other manufacturer designated area, d�rectly below the vertical section in which the conductors are to be terminated. 23. Conduits entering from cable iray: Stub into the upper sec#ion. 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or NEMA 7. 25. Conduit identif cation platens a. Install on all power, instrumeniation, alarm and control conduits at each enc� of the run and at intermediate junction boxes and manholes. b. Irastail conduit plates before conductors are pulIed in#o conduits. c. Coordinate exact identification plafe location with the City at the time af instai]ation to provide uniformity of placement and ease of reading. 26. Pull mandrels through alI existing conduits that will be reused and through all new conduits 2 inches in diameter and larger prior to installing conductors. 27. Install 3/16 inch polypropylene pull lines in all new cor�duits noted as spares or designated %r future equipment. 28. Install conduit to drain away from the equipment served. If canduit drainage is not possibfe, use conduit seals to pIug the conduits at the point of attachment to the equipment _ 29. Route conduits to avoid crossing pipe shafts, access ha#ches ar vent duct openings, present or future, in floor or cei�ing construction. 30. Do not use running threads. 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, or cold air plenums: Sealed with watertight seala�t: Duxseal or equal 32. Locate conduits a minimum of 3 inches from stearn or hot waier piping. a. Where crossings are unavoidable, locate conduit at least 1 inch from the covering of the pipe crossed. 33. Conduits terminating at a cable tray a. Support independently from the cable tray. b. Provide conduit support within 1-feet of the cable tray. c. Weight of t�e conduit not supported by cab�e tray 3.5 REPAIR / RESTORATION [NOT US�DJ 3.b R�-INSTALLATI�N [NOT USED] 3.7 FIELD �oe� SITE QUALITY CONTROL (NOT USED] CITY OF FORT WORTH Wesl 7lh Street [mprovernents STANDARD CbNSTRUCTIOI+i SPECIFICATION DQCUMENTS Ciry Project No. 101555 Revised Uecem6er 20, 2012 26 DS 33 - l2 RACGWAYS AND BOXES FOR ELEC'1'R[CAL SYS'1'�,MS Pagc 12 of 12 3.$ SYSTEM ,STARTUP [NOT USED� 39 AD.TUSTINC �NOT US�D] 3..10 CLEANTNC [NOT USEDJ 3.i 1 CLOSEOUT ACTIVITIES (NOT USED] 3.12 PROTCCTION [NOT USED] 3.[3 MAINTENANCE [NOT USED� 3.I4 ATTACHMENTS [NOT USED] END OF SECTiON Rcvision Log DATE N11ME SiIMMARY OF CHANGE CiTY OF FORT WORTH , West 7th Street lmprovements STANDARD CONSTRUCTION SP�C[PICATION DOCUMI3NTS City Project 1Vo. I O1555 Revised December 2D, 2012 331210-1 WA7'�R S�AVTCES 1-INC:Ci TO 2-iNCi-I Page 1 of l7 SECTION 33 12 l0 WATER SERV[CES 1-INCH TO 2-I1�FCH PART1- CENERAL 1.1 SUMMARY A. 5ection Includes: Lead-iree I-inch to 2-inch water sen+ice lines fram the water main to the right-of- way, fittings and water mete�- boxes complete in place, as shown on the D��awings, directed by the Engineer, and specified herein for: a. New Water 5ervice b. New Water Service (Bored) c. Water Meter Service Relocate � d. Private Water Service B. Deviations from this City of Fort Wocth Standard Specifcation L None. C. Products [nstalled but not Furnished Under this Section 1. Water meters For various sizes D. Related Specification Sections indude, but are not necessai�ily limited ta: i. Division 0-- Bidding Requireznents, Contract Forms and Conditions of the Contract 2. Division i— General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 OS 10 — Utiiity Trench Excavation, Embedment and Backfill 5. 5ection 33 l2 25 — Connection to Existing Water Mains 1.2 PRiCE AND PAYMENT PROCEDURES A. Measurement and Payment New Water Service a. Measurement 1) Measurement for this [tem shall be per each new "Water Service" comptete in place from the tap af the main to the installation of the meter box and associated appurEenances whez-e the service line is installed by open cut construction. b. Payment � 1} The work performed anc� materials furnished in accordance with this Iterr� and measured as provided under "Measuretnent" will be paid for at the unit pr-ice bid per each "Watez- Service" installed for: a) Various sizes c. The price bid shall include: 1) �'urnishing and insta�ling New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop CITY OF FOR'I' WORTII West 7�` 5treei Imprpvements STANDAItD CO�ISTRUGTION SPECIFICA'fEO�T DOCUMEN'fS City Project FVa. l O1555 Aevfsed Febr�ary 14,2017 33 l2 l0 - 2 WATL;R SERViCES I-1TIC[� TO 2-INCH Page 2 of 17 5) Curb stop 6) Fittings 7) Ser�ice line installed by open cut 8) Connectian to meter 4} Meter Bax and Lid 10) Pavement removal 11) Exca�+ation ] 2) Hauling 13} Disposal of excess material 14) 5urface Restoration associated with Meter Box installation and connect�on, excluding g►•ass (seeding, sodding or hydro-mulch paid separately) l5) Clean-up � 16) Disinfection 17} Testing New Sored Water Ser�ice a. Measurement 1) Measurement for this Item shall be per each new Water Ser�ice comp�ete in p[ace fronn the tap o.f the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchEess method. b. Payment � 1) The work perfoemed and materials fuinished in accordance w�th this Itern and measured as provided under "Measurement" wiii be paid for at the unit price bid per each "Bored Water Setvice" installed for: a) Various sizes c. The'price hid shal] include: l ) Submitting prnduct data 2) Tapping saddle 3) Carporatior� stop 4) Curb stop 5) Fittings � 6} Se�-vice iine installed by trenchless method 7} Connection to meter � 8) Meter Box and I.�d 9) Pavement removal l0) Excavation ] 1) Hauling 12) Disposal of excess material i 3) Surface restoration associated with Meter Box installatEon and connection, excluding grass {seeding, sodding or hydro-mulch paid separately) 14) Clean-up � � l5} Disinfection l6) Testing 3. Water Meter Ser�ice Reconnect a. Measurement 1) Measurement for this Item sha]] be pet� each Water Meter Ser�ice Reconnect compl�te in place from public service line connection to pri�ate service line connection. b. Payment CTCY OF FORT WOTZTH West 7�' Sireet Impro�emcnls STANDARD COIVSTRUCf[ON SPrC1FLCATTpN T]OC[JMENTS City YrojectlVa. 101555 Aev[sed February 1 �1, 2017 3312]0-3 WATER SERVICES 1-iTVCIi TO 2-INCH Page 3 of 17 1) The work performed in conjunction with reiocation of the meter, associated private service line, fittings and meter bax 5 feet or less in any dit-ection from centerline of existing meter location and the materials furnished in accordance with this item will be paid for at the unit price bid per each "Water Meter Serv�ce, Reconnection" installed for: a) Various size of services c. The price bid shalt include: 1) Fri�+ate ser�ice line 2} Fittings ° 3) Private connection to water meter 4) Cor�nect�on to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smallet� water meter, as directed by City 7) Pavement removai 8) Excavation 9) Hauling I.0) Disposal of excess materiai I 1} Surface restoration for area distur6ed for installation of ineter box, excluding grass (seeding, sodding or hydro-mulch paid separately) 12) Clean-up !3) Cleaning �4) Disinfection I S) Testing Private Water Service Relocation a. Measurement 1} Measurement for this Item shall be per linea�- foot of Private Set�vice relocation complete in place fram ihe meter 6ox to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunctinn with Private Service T.ine instailation where the mete�• and metei• 6oxes are rnoved more than 5 feek in any direction from centerkine of existir�g meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Water Service" performed foi•: a) Various sezvice sizes c. The price bid shall include: i ) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 4) Private se�vice line 5�} Fittings 6} Backflaw pr•eventer, check vaEve, and isnlation valve relocation, if applicable 7) Connection to existing private service line 8) Pavement removal and repfacement 9) Excavaiion 10) Hauling CITY OF FORT WORTH Wes[ 7'" 5treet Impravemen[s STANDARD CON57�RUCTION SPECIPiCA'�[ON DOCUivIEiYTS Cily Project No_ 101555 Re�isecl February t4, 2017 331210-4 WATGR SERVICES I-iNCH TO 2-TNCH Page 4 of 17 11) Disposal of excess materia] 12) 5urface restaration, exciuding grass (seeding, sodding or hydro-mulch paid separately) 13) C[ear�-up 14) Cleaning i S) Disinfection 16) Testing 1.3 REFERENCES A. Definations l . New Service a, installation of new 1-inch to 2-inch Water Ser�ice Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored} a. Installation of new 1-inch to 2-inch Water Service Line by trenchless constructian method from the water main to the right-of-way, including corporation stop, curb stop, fttings and water rr�eter boxes complete in place, as shown on the Drawin�s. 3. Meter Service I�econnection a. Relocation and reconnection of the prEvate service line from an existing meter to be abandoned and a new meter installed thaC [ies within 5 feet of the existing m �ter. 4. Private Ser�ice Relocation a. Relocation and reconnection ofpri�ate service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of'the existing meter. A licensed plumber is required to relocate the pri�ate service. 5. Lead-fi-ee a. Lead-free pipes and plumbing firtings and fxtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act {P.L. 111-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the cureent referer�ce standard published at the time oF the latest re�ision date lagged at the end of this Specifcation, unless a date is specifical�y cited. Z. ASTM internationa] {ASTM): a. A48, Standard Specitication for Gray �ron Castings. b, A536, Standard Specification for Ductile Iron Castings. c. B$8, Standard Specifcation for Seamless Copper Water Tube. d. B98, Standard Specif cation for Copper-Silicon Alloy Rod, Bar and Shapes. e. C131, StandarcE Specification for Resistance ta Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. £ C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. CI"1�Y OF PO[2T WORTII West 7'�' Street Impravemenls S"fAIVDART7 CONS'CRUCTION SPECIFICAT[OI�I [)DCUMENTS City Yroject No_ 101555 Re�ised i'cbruary 14, 2017 33 t2 10 - 5 WATGR SERVICES l-INCH TO 2-TNCH Page 5 of 17 h. C857 (RL}, Standat�d Practice for Minirnum Structurai Design Loading for Underground Px-ecasi Concrete Utility Structures i. DS83, Standard Terminology Relating to Plastics. j. D1693, Standard Test Meti�od far Environrr►ental Stress-Ci•acking of Ethylene Plastics 3. Annerican Water Works Association (AWWA): a. C700, Cold-Water Meters - Displacement 7"ype, Bronze Main Case. b. C800, Underground Service Line Va��es and Fittings. 4. NSF International ,{NSF): a. 61, Drinking Water System Components - Health Effects. 5. Reductton of Lead in Drinking Water Act �. Public Law 111-380 (P.L. 111-380} 6. General Ser�ices Adminis#ration (GSA): a. 1ZR-F-62IE, Frames, Covers, Gratings, S#eps, 5ump and Catch Basin, Manhole 1.4 ADMINISTRATIVE REQUIREM�NTS A. 5cheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUSM�TTAL� A. Subrr�ittals shal] be in accordance with Section O1 33 00. B. Al[ submittals shall6e approved by the City prior to de�ivery. 1.6 ACTION SUBMITTALS/IN�'ORMATiONAL SUBM�TTALS A. Product Data, if applicab[e: I . Tapping 5addle 2. Corporation stop 3. Curb Stop . 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports I. Arior #o shipment of any Water Service components, the rnanufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act {P.L. 1] 1-3 80) 2) AWWA C800 3) NSF 61 CITY OF FOIt7' WOCt'1'H West 7�` Street Improvements 5'1'ANDARD CO�(S'IRUCTION SPECEFICATION DOCUMENTS City Project Na. I O1555 Revised February 14, 2V17 33 �z �a-�s WATER SERViCES 1-INCH TO 2-1NCH Page 6 of' 17 1.7 CLOS�OUT SUBMiTTALS �NOT USED] 1.8 MA�NTENANCE MATERIAL SUBMITTALS (NOT IJSED] 19 QUAL[TY ASSURANCE A. Qualifications l. Manufacturers a. Water Services shall meet o3� exceed the latesf re�isians afAWWA C800, NSF 61, the Reduction oFLead in Drinking Water Act and shall meet or exceed the requirements of this Specification. , ].]0 DELIVERY, STORAGE, AND HANDLING A. 5torage and Handiing Requirements 1. Protect a31 parts such that no damage or deterioration will occur during a prolonged delay from the time of shipenent un#il installation is completed and the units and equiprnent are ready for operation. 2. Protect al! equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in ternperature. 4. Secuee and maintain a location to store the rna�erial in accordance with Section 01 b6 00. 1.I1 FIELD �SiTE� CONDITIONS [NOT U,SED] i.C2 WARRANTY �NOT US�D� PART 2 - PRODUCTS 2.l OWNER-FURNISHED PRODUCTS A. Water rneters For �arious sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Pr-oducis List will be considered as shown in Section Ol 60 04. a. The manufacturer �x►ust comply with this Specif cation and related Sections. 2. Any procluct that is not listed on the Standard Products List is considered a substitution and shall 6e submitted in accordance with SecCion O] 25 00. 3. The Water Services and appurtenances shall be new and thc product of a manufacturer regu[arly engaged in the manufacturing of Water Ser�ices anc! appurtenances having similaE• ser�ice ancf size. B. Description 1. Regulatory Reyuirements C1TY OF FOCtT WQRTII West 7`� Street ]mpro�ements STANDARD COrISTRUCT[ON SPECTFIC1ITTON DOCIJMEAiTS City Project No_ l O1555 Revised February 14,20i7 33 i210-7 WATBR SI�RVICES i-INCH `f0 2-INCH Pagc 7 uf 17 a. All materials shall conform to the Reductio� of Lead in Drenking Water Act (P.L. 1l 1-380). This Act de�nes "Lead-free" for pipes and other appurtenances to be iess than 0.25 �erce�nt lead. b. Water Seivices shall meet or exceed the latest revisions oiAWWA C800 and shall meet or� exceed the requirements of this Specification. c. All Wate�• Services components in contact with potable water shall conform to the requirements af NSF 61. C. Materials/Design Criteria Service i,ines a. Provide Type�K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specifed in the Cant��act Dacuments. Service Couplings a. Fitting Ends l} Flared Copper Tubing with thread dimensions per AW WA C80Q 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonai wrench grip cornpatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. Corporation stops a. Provide brass castings per AW WA C800 for: 1) Bodies 2) Plugs 3) D washers � 4) Bottom nuts b. Machining and Fi ' F 1) Provide I 3/4 inch per foot or 0.1458 inch per inch f 0.007 inch per inch taper of the seating sui-faces for the key and body. 2) Reduce ]arge end of the tapered surface of the key in diameter by chamfer or tut-ning for a distance that wilI bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve tapez� seat in the body on the small end. 4) Extend small end of the key there�through to prevenC the wearing of a shoulder and facilitate proper seating of key. 5) Desi�n key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6} Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port thraugh carporation stop shal] be full size to eliminate turbulence in the flow way. 8) Design stop for rotafion abo�t the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/$-inc� for 1-inch cozporation stops b) Four I 5/16-inch for 1'/z -inch arid 2-inch corporation stops c. Provide Lead-free corporation stops in accordance with the Reduction of �.ead in Drinking Water Act. CITY OF PORT WOiiTFI West 7�' Street Improvements STANE�ARD COIYSTRUCTION SPECIPIGATION DOCUIVIENTS . Ciry Project t`To. 3 Ot 555 Rcviscd i�cbruary l4, 2017 331210-8 WATER SERVICES 1-iNCFiTO2-INCI[ Page 8 of 17 4. Curb Stops a. Provide brass castings per AWWA C80�. b. Val�e plugs shall be: 1 } Cylinder type 2) Plug type, or 3} Ball type c. Incozporate full flow porting. d. Pro�ide for ful[ 360 degree plug rotation clockwise ar counter-clockwise. �. Oeerall Length I) 3-5116 inch + 11$ inch for 1-inch diameter 2) 4-1/32 inch -� 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide O-ring seal at top amd bottorrz. a) O-ring at top only is acceptable if bottom of cw�b stop body is closed. 2) Seals shali be Buna N. 3) 1 O-ring seal shall surraund the outlet port of the ctirb stop and act to effectiveiy seal in the closed position. 4) Th� port in the plug shall provide a straight through, full size flow way, so shaped as to elimir�ate turhulence. 5) All waterways shall be smoath and free of burrs or eough aeeas. 6) Design the curb stop to provide ease and accuracy af operation and positi�e shut-off of water. g. Tapered Plug Type 1) Pro�ide O-�-ir►g seal at top and bottom. 2) The tapered plug and cylindrical recess in the val�e body shatl be machined to match within approved manufacturing tolerances. 3) inlet and outlet ports sha[l be sea]ed hy O-rings or combination Teflon U- shaped seaE rings bac[ced with O-rings. 4) The port in the plug shall provide a straig9�t through, full size flow way, so shaped as to eliminate turbulence. 5) Ali waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positi�e shut-off nf water. h. Ball Plug Type 1) Provide double O-ring sea[s on the stem. 2) The ball shall seal against rubber rings mour�ted in the valve body at tl�e in[et and outlet ports. 3) The ba11 shall be bronze with a smoath Tefl�n coating. 4) The porr in the plug shall provide a straight #hrough, fi�ll size flow way; so shaped as to eliminate turbulence. 5) Ai] waterways shall be smooth ar►d free of burrs or rough areas. i. Provide l.ead-free cui•b stops in accordance with the Reduction of Lead in Drinking Water Act. 5. St�•aight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free st�•aight adapters in accot•dance with the Reduction of Lead in Drinking Wat�r Act. 6. Three Part Copper LTnions a. Brass caskings and threads per AWWA C800 CITY OF FORT WOItT]I West 7�' Street Improvcmcnls STANDAR� CDNSTR[JCT[ON SPECIF[CATION DDCUMEN'f5 City Project No. l O1555 Revised February 14, 2017 33 l2 l0 - 9 WATER SF:KVICES 1-INCH TO 2-INCH Page 4 oF 17 h. Provide lead-free Three Part Copper Unions in acco��dance with the Reduction of Lead in Drinking Watei• Act. 7. S�raight Meter Coupt�ngs a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of ineter nut. e. Machine inside and outside of tailpiece. f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water �1ct. 8. Branch Connectians a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1} Brass or Nylon coated ductile iron castings per AWWA CS00 2} Free of porosity with sharp edges removed ' 3) Saddle a) Form to fit firmly against side of maximum diameter of water main �+ith approximately I SQ degrees wrap around. ' 4} Ouklet a) Design outlet boss far no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming io AWWA C800. b. 5traps 1) Cor�form to ASTM B98. 2) Farm flat to fit uniforznly against the wall of the water main. 3) 5ha11 be double straps 4) Rod diameter not less than 5/8 inch flattened to f inch an one side. 5) Straps shall be threacied SIS inch (11-NC-2A) for a distance s�ch that'/z inch remains after ciamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free fram s�►ear. 8) 4-inch and lai•ger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) B��onze material a) Same material as straps 2) Dimensions equal to or larger tt�an heavy hexagon nuts 3) Tapped 51$ inch (1 I-NC-2B) � d. Gaskets L ) Neoprene ru6ber material 2) Cemented to saddle and positioned to facilitate installatian 10. Brass Flanged Angle Valve a. For 1'/z-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body CITY OF FORT WORTH WesE 7�' Street Improvements STANDARD CONSTRUC'fION SPECIFTCAT�ON DOCUM�NTS Cily Project Na_ 10i555 Revised February 14, 2017 33 tz ta - �o WA'C�,R SERV[CES ]-INC�TTO 2-INCIT Page 10 of ] 7 1) Key with O-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall cantain an O-i�ing seat or a unifoem #lat drop�in ilange gasket surface. 4) Dropan t7ange gasket surface shall contain gasket retaining grooves m311ed circular about the axis of #he flange. � 5) 'I"he size oFthe outlet flange and the diameter and spacing ofthe bolt holes shall conforcn to AWWA C700. 6) The f7ange on 2-inch angle val�es shall be double drilled to permit connection to 1 '/2 -inch meters. 7} The inlet port of the valve sha11 be tapered to conform to AWWA C800 taper pipe th�-�ad. $) The key cap shall inGlude a weenching tee marked with a raised or i-ecessed arrow to show whether the �alve is open ar cEosed. 9) Va]�e Assembly (main bady, key, key cap) a) Brass material per AWWA C800 b) O-ring seal on the top of the l�ey between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong branze pin with phosphor bronze spring washer(s) depressecf between the key cap and the top of the valve main body. d) Provide r�vith padlock wings for [ocking the va[ve in the ciosed position. e) There shall be a uniform application of cold water �alve grease between the body and the key. � T'he valve shall 6e capable of 6eing easily o�ened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The �alve shail be strong, well designed, neat in app�arance, water- tight. and entirely adequate for the intended pu�pose. i) Provide with either a high quality rubber drop-in gasket or an O-ring seal depending on tha manufacturer's flange sea] surface c�esign choice. e. Provide lead-free brass flanged angEe �alves in accordance with the Reduction of Lead in Drinlcing Water Act. 11. Meter Boxes shall: a. Be constructed of: ]) Po[yrner, blacic polyet3tylene materia] as defned in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b} Body shall be black throughout, blended at the time of manufacture, and shall ha�e a mofded recyc[ed emblem with a minimum of 35 percent Post industrial/ Are Con'sumer RecycEed Content- �erified with a Leed Product Documentation. c) Have a tensile strength greater than 17Q0 pouncis per square inch (psi). d} Smooth edges and corners and be free from sharp edges so the unit can be handled safely witho�it gloves. e) Exterior free from seams or parting li�es. � Have crush resistant ribbing aEang the outside of the box. g) Ha�e a flange around the ]id opening to help.prevent settling and aide in adjustment to gr�ade. CITY OF FORT WORTIi Wcst 7'� Street [mpro�ements STANDARD CONS"fRiJCTTON SPECTFTCATCON DOCUMEN7'S City ProjcclNo. 1�1555 Re�ised February l4, 2017 33 12 10 - l 1 WATER 5@ItVICL:S 1-iNCH TO 2-TNCI I Page 1 I of 17 h) Not to be installed in�roadway— designed to withstand loading in non- defiberate and incidental traffic only. 2) Cor�crete a) Frame ofNo. 6 gauge wiE•e welded closed b) "Cype I or Type II Portland cement, in accordance with ASTM C150, portioned with tightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C 131 (2} Min�mum 2$ day compressive stt�engt� oF3,000 psi b. Be able to withstand a minimum 15,000 paunds ve�-tical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2" x 3-1f4". e. I-inch Standard Meter Box {Class A) 1) For use with services utilizing 5/8-inch x 3/4-inch,'/4-inch or L-inch meter 5ingle o�• Dual service meter. 2) Polymer a) S�ze: working of not iess than 10 inches x 16 inches, 1 Z inches high 3) Concrete a) Size: working area nok less than 10-inches x 16-inches, i 2 inches high f. 2-inch Standard Meier Sox {Class C) 1) For use with se�vices utilizing 1-I/2-inch or 2-inch Single ser�vice meter. 2) Polymer a) Size: working a��ea not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 1 S-inches x 26-I/2-inches, � 2 inches high g. Bullhead Standard Meter Box (C1ass B) 1} For use with services utilizang two S/8-inch x 3/-inch or 3/4-inch or I-inch Single service meier. 2} Polymer a} Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Cancret� a) Size: working area not less than 15-inches x] 8-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City ofFort Worth `Mol�y' logo molded into the iid. 3) Bear the Manufacturer's i5 (name or logo) and Cauntry of Origin. 4) Be designed both with and without AMI receptacles S) Have a molded tread-p9ate 6) Seat securely and evenly inside the meker box and shafl not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure {AM[) snap locking slide mounts foc number of ineters/endpoints associated with meter box 9) Have an opening to accept ihe AM[ end-point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMi end point area, to alleviate a trip hazard, centered over AMi slide mount. Recess area should be 4-1/2 inches in diameter and 3/8" deep. CITY OF FQR"C WORTIi West 7�` Street impruvements S'tA1Vi�AILD CONSTRUCTION SYrC1FICATiON DOCUMEIVTS Ciry Project No. 101555 Re�ised Fehruary 14, 2017 331210-]2 WA"fER SF..HViCES l-I�TCH "['O 2-INCH I 1) Have built-in anti-flotation devices. Pagc 12 of f 7 b. Cast Iron or Duciile Iron 1} Lids iar Concrete Metez� Boxes shaiE be constructed out of a cast iron and meet RRF-b21 specification. 2) Shall withstand a minimum �ertical load of i 5,000 pounds 3) Coat castings with a bituminous ernulsified asphalt unless otherwise sp�cifiec! in the Contract Docurnents, ground srnooth, and cleaned wit� shot blasting, to get a uniform qua[ity fi-ee from strength defects and distot-tions. 4} Dimensions shall be within industry standards offl/l6 inch per faot. 5} Shall hava a plug inserted in to the AMi receptacle to a�oid water entering through opening until the AMi receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary �5 percent ft-om drawing weight pe�� industry standards. c. Plastic(Composite) I ) The lid shall : a) Constructed of Engineered Plastic as defined in ASTM D883 ( i) Have a molded recycled emblem with a minimum of 50 percent Post Gonsumer Recycled and 50 percent Post Industriail Pre Consumer Recyc[ed Content- verified with a Leecf Product Documentation. {2} Be designed ta #it a concrete box/cast iron box in retrofit installations. (3) Have a tensile strength greater than 170p psi. (4) Have a`knock-out" plug to accept the AMI end- point. Knock-out diameter shall be 1-718 inch diameter. A removable plug may be substituted for the knocic-out plug. (5) Se constructed out of a compasite mate�-ia[ b[end for ma�cimum durability and corrosion resistance. {6) Be b[ack throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gio�es. (S) Exterior free #rom seams or parting lines. (9} Have a molded tread-pattern- tread dimensions shatl be , I 88-inch x .938-inch x .156-inch deep. ( l0) Have "City of Forf Worth" modded into the lid. {11) Have "Water Meter" molded into the [id- Font shall be standard Fadal CNC font with l-inch characters x.150-inch deep. { 12) Have a molded pick hole pocket- dimensions shall be 3-inch x 9116-inch x Thru Hole with 3/16-inch 304 stainless steel rad. (13) Have 2 pieces of Yz-inch rebar located in lid pockets far locatability as sho�vn in Drawings. (14) Nave location capa6ility using metal detectot•. 6) Dorraestic Manufacture Only-Made in USA molded on Lid. c) Not to be installed in roadway or parking area d} Be designed to withstand H�j 0 loading for non-del�berate and inciden#a! t�affic only as . e} Ha�e ultraviolet prntection. 2) 1-inch Standard Plastic Meter Box Lid (C[ass A) C[TY QP FUR"I' WORTH West 7�' Strcci Impraeements STANF]ARD CONSTRUi"1'ION SVP.CIFTCATiOTT T)OCUMENTS City Yruject Na. 101555 Revised Pebruary I 4, 2017 33 12 ]0 - 13 WATER SERVICES 1-INICII TO 2-INCI� E"age l3 of 17 a} For use with services utilizing 5/8-inch x 3/4-inch, 3/a-inch or 1-inc� meter Single or Dual service meker. b) 5ize: 1 I-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. d} Polymer lid shall seat evenly inside meter box and shal] not overla� the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid {Class C} a) For use with services uti]izing 1-i/2-inch or 2-inch Single service rneter. b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Standard Meter 8ox. d} Polymer �id shall seat evenly inside meter box and shall not overlap the top ecfge of the meter bax. 4) Bullhead Standa�•d Plastic Meter Box i.id (Class B) a) For use wiih services utilizing two 5/8-inch x 3/4-inch or'/-inch or I- inch Single service meter: b) 5ize: 16-5/8-inch x t 4-5/8-inch, 1-314 inches high c) Far use with Class B Standard Meter Box. d} Polymer Lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizantal Check Valve a. Equip 1%z-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow pr�venter is present, the Contractor is to ]eave it, and is no# required to provide an additional horizontal check valve. c. ProvicEe Eead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. l4. Service Marker a. 3 inch wide, 5�nil blue �vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections l. At the City's optian, the manufacturer shal] be req�ired to provide ce�•tification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shalt conforrn to AWWA C800. a. fn the e�ent that a chosen valve fails the City's hydrostatic test, the cost oFthe test shalI be at the expense of the supplier. b. Proof testing of the remainder of the val�es shall be at the cast and ��esponsibility of the supplier. c. These tests will be the basis of acceptance ar rejection of the remaindea- of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of maCerials to conform to Che applicable 5pecifcation may result in the t•ejection of the entire shipment. . B. Marking C1TY OF POftT WOR"E'H STAAiDAkIJ CONS"I�RIlC'fTON SPEC�FTCA"1'[ON DOCUMENTS Revised Pebruary l4, 2017 Wesl 7'� Slrce[ Improvements Cily Project No_ 1Ot555 33 l2 10 - l4 WATER SERVICE$ l-INCH `1�0 2-INCH Pagc 14 of 17 l. Service saddle castings shall be cEearly marked by letters and numerals cast therenn showing: a, Manufacturer's name b: Type c. Size of Pipe PART 3 - EXECUTION 3.1 INSTALE,ERS A. A licensed p�umber is required for installations on the outlet side ofthe servtce meter. 3.� EXAMINATIQN [NOT USED� 3.3 PREPARATION [NOT USED] 3.4 INSTALLATI�N A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Serv.ice Lines 5 feet north or east of center of Eot frontage an ]o�s 75 feet or wider, or where shown an Drawings. 3. Install Water Service Lines on ]ot center ]ine on lots less than 75 feeE wide, unless otherwise shown on the Drawin�s. 4. Install ser�ices at a minimum depth of 36 inches befow final grade/proposed top of cucb, unless othec-wise specified in the Contract Documents. 5. Perform leak tests in accordance with �Section 33 04 4�. 6. Replace existing'/�-inch Ser�ice Lines with 1-inch new Ser�ice Line, tap, and coeporatian. 7. Install replaced or relocated services with the service main tap and service line being in line with the ser�ice meter, unless otherwise directed by the City. 8. Exca�ate, e�nbed and backtill trenches in accordance with Section 33 OS l0. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operatang day: a_ Keep the pipe clean and free of debris, dii�t, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using.a gasketed night cap. C. Ser�ice Line Installation 1. Ser�ice Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/ar tap assemblies of the specified size as in�licated on khe Drawings, or as specified by the Engineer. CI"fY OF FORT WOR`1'H West 7°i Street Tmprnvetnents S"CAIVDARD CO�S'fRUC"fIOId SPECCP1CATiQN [70CUMP.NTS City Project No_ l O1555 Revised February L4, 2017 _ 331210-IS WATER SERVICES l-[NCA TO 2-INCI I Page 15 of 17 c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concret� Pressure Pipe or Steel Pipe a) Standai�d internal pipe threaded holes in the pip� walls ( I) Made during pipe fabrication (2) Provide tapered khreaded outlet with cc threads for up to 2-inch. (3) Provide flange outlet with flange to thread insufator adaptor kits for 4-inch and larger taps. 2) Other pipe matet�ials a) Bronze service clamp with a seaEed, threaded part Chrough which the pipe wall is drilled to coEnplete a service port e. Tap Assemblies i) Cansist oFcorporation stop with iron to copper connection attached to: a) Coppet� tubing terminating as shovvn on the City's Standard Detail b) May be required adjacent to gate �alves c) Install as shown on Che Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes � a) No separate payment will be made for taps rec�uired for testing and chlorination. 2. Installation af Water Services a. Instal! tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment ofthe Service Line to proper metei• p[acement height shal! be considered as part of the Meter Box installation. 3. Trenching a. Pro�ide a trench widtfi sufficiently wide #o allow for 2 inches of granular embedment on either side af the Service Line. 4. Bored ,5ervices � a. Services shall be bored atilizing a pilot hole having a diameter'/z inch to'/4 inches largez- than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, cu��b stops, meter spuds, meter boxes and oiher associate appurtenances as shown in the Cit.y Detaif, and to the approvaE af the Engineer. 6. Service Marker a. When Meter Box is noi installed immediatefy subsequent to service insta[lation: 1) . Maric Curb Sto� with a strip of blue vinyl tape fastened to the end of tl�e se�-riice and exCending through the backfill approximately 6 inches abo�e ground at the Meter Box location. b. installation of sez•vice taps on1y: I) Attach service marker tape to the corporation stop oi- plug and extend upward and normat to the main through the backfil� at the adjacent trench edge to at least 6 inches above ground to flag the tap locatian. 7. Corporatior� stops a. Fully open cor�oration stop prior to backfill. D. Removal of Existing Water Meters CITY OF FORT WORTIi STANDARD CONSTRUCTION SPEC[PTCATIQiV DOCUMEM'f5 Revised Fehruary l4, 2017 West 7'h Slreel Tmpruvcments City Projecl No. 101555 331210-i6 WA'CERSERV[CES 1-iNCH"CO2-INC�-T Pagc 15 of �7 �. Remove, tag and collecC existing Water Ser�+ice meter for pickup by the City for recor►clitianir►g or replacement. 2. After installation of the Water Ser�ice in the proposed location and receipt of a met�r from the City inspector, instali the meter. 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the Ciky. 4. All.such work on the autlet side ofthe service meter shail be perform�d by a licensed plumber. 3.5 REPAiR / RESTORATION �NOT USED] 3.6 RE-iNSTALLATION �NOT USED] 3.7 �IELD �ox� SITE QUALITY CONTROL A. Field Tests and inspections l. Check each Water Service instai]ation foe leaks and full flow through #�e curb stop at the tirr�e the main is tested in accordance with 5ection 33 04 40. 3.8 SYSTEM STARTUP �NOT USED] 3.9 ADJUSTING (NOT USED] 3.10 CLEANING �NOT USED� 3.11 CLOSEOUT ACTIViTIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MATNTENANCE [NOT USED� 3.14 ATTACHMENTS �NOT USED] END OF SECTION C[TY OF POR`C WOR"fET West 7'" Strecl ImprovemenFs STAIVDARD CdNS'1RUCTTON SP�C1FlCAT[ON DOCUMEN'FS City Project No. I03555 Revised rebruary l4, 2017 33 12 10 - l7 WAT[;R SL:RViCES I-INCH TO 2-TNCH Page 17 of l7 Revisinn Log DATE NAMF, SiJMMARY OF CHANGE Added Bf�e Text fnr clarification I.2 A- Revisiun tv items included in price bid 5pecification modified to be in accordance with the Reduc[ion of Lead in Drinkin� t 2/20l2Q12 D. Johnson Waler Act — A[I materials shali he lead fi'ec in accoedance wiYh this Act. 1.2.A.3 — Watcr Meter Se�vice ReEocate was renamed WateG� Meter Scrvice �ieconnect 1.6.R. — added certification submittals fnr compliance with regulatory requiremenls Added the phrase `, including grass' to lines; Pxrt 1, 1.2.A.l.c.l4, Partl, 1.2.A.2.c.13, Pa�4 I, L2.A.2.c.13, Part 1,1.2.A.3.a I l, 2/13/2013 F. Griffin Partl, 1.2.A.4.c.1 I Added the phrase `and replacement' to line Part 1,1.2.�1.4.c.7 Re�ised lines with `including grass' rcplacing wEEh `excluding grass (seeding, 4/2b/2�13 F. Griflin SO�ain� or hydromulching paid separately)' Tncluded in Part 1, 1.2, A, 1, c, 1�1; Part 1, 1.2, A, 2, c, 13; Pvt l, 1.2, A, 3, c, 1 I; Part 1, 1.2, A, 4, 2, [! 6/19/2013 D. Johnson 1-z.A.4.c — Addition of private waler service appurtenances relocation to being included i� ihe linear tbot rice of rivate watcr scrvices ] 112 [/201 b W. ZVorwood Require meter box suitable for AMI meter. 2.2,C, 1 l& 2.2,C,12 _ 11/21/201 G W. Norwood Requi�•e servicc saddle with double straps. 2.2,C,9,6 2114I17 W. Nonvood Z-z, C, 9•a.3 Kemove table "Fit Contout eFpipc..." 2/14/17 W. Nortvood 3.4, C, I.d.(2) Remove nylon slee�e inserls, reguirc cc threads. CITY OP FORT WOR'fH West 7'" Street Improvements 5'1�ANDARD CdNSTRUCT[OI�I SPECIFICATEON DpCiTMEiVTS City Project No. 101555 Revised �cbruary l4, 2017 3�341 ]0-1 7'RAPi'iC SiC:NALS Page I of 107 5ECTION 34 41 10 TRAFFIC SIGNALS PARTI- GENERAL 1.1 SUMMARY A. �ection Includes: 1. LED Traf�c Signal Head Assemblies 2. LED Countdown Pedestrjan Signal Head Assetnl�lies 3. Pedestrian Push Button Assemblies 4. Accessible Pedestrian Signals (APS) 5. Radar Detection Equipment and Cable � b. Hybrid Vehicle Deiection System and Cable 7. Vehicle Loop Detectors (Sawcut) 8. Emergency Vehicle Preemption Equipment and Cable 9. Battery Back-up (BBL1) System far Sigr►al Cabinets 10. Multi-conductor Cable 1 i. Power Lead-in Cable 12. Grounding Conduclors 13. Crraund Rod 14. Ground $oxes 15. Traffic Signal Structures i 6. Foundations 17. Hardware Signal Pole Paint 18, Signal Control�er " 19. Controller Cabinet Assembly 20. Roadside Flashing Beacon Assem6ly 21. Schooi Zone Flasher Assembly 22. Rcctangular Rapid Flashing Beacon {RRFB) Assembly 23. Louvered Back Plates 24. Powder Coating Signal Structures B. Dcviations frnm chis City of Fort Worth 5tandard Specification 1. Added Specifications for- Video Detection Systenz, Modem & PTZ Carraeras C. Related Specificakion Sections include, but are not necessarily limited to: 1. Division 0— Bidding Rec�uirements, Contract Forms and Conditions of the Contract 2. Division l— General Requirements 3. �ection 03 30 00 -- Cast-in-Place Concrete 4. Section 26 OS 00 — Common Work Results for Electrical 5. Section 26 OS 33 — Raceways and Boxes for Electrical Systems CI"CY DF FORT WORTH � West 7tli Street Lmprovements S'I'ANDARD CONSTRUCTiOIV SPECiFICATION DQC[1M�iVTS CiLy Project Nu. I 01555 ftevised September Ol, 2D20 34 4l l0 - 2 TRAFFTC SIGNALS Page Z of 107 6. Section 31 23 i 6— Unclassified Excavation 7. Section 31 24 00 — Embankmcnts 8. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 45 30 — Location of �xisting Utilities 1.2 PRICE AND PAYMEN'I' PROCEDURES A. Mcasurcmcnt and Payment 1. LED Traffic Signal Head Asse�t►blies a. Measuremcnt 1) Measurement for this Item shall be per each LED traffic signai head assembly installed. b. Payment 1) The wark performed and inaterials furnished in accordance to this Iterr� shall bc paid for at the unit price bid per each "Signal Head Assmbly" installed for: a) Various ilumbers of sections c. The pricc bid shal] include: 1) Furnrshing and installing LED Traf�ic �ignal Hcad Assembly and appurtenances including hinge pins, Iens clips, locking devices, and gaskets 2) Housit�g and doors 3) Detachable �isors 4) LED ]amp unit 5) Lo�vers 6) Mounting hardware 7) Alun�inum, vented one- or two-piece back plates and mounting hardware 8) Cable inside the pole will be paid for separately 2. LED Countdflwn Pedestrian Signal Head Assemblies a. Measurement � 1) Measurement for this Item shall bc per each pedestrian signal section ar cach pedestrian signal retrofit modulc installed. b. Paymcnt 1} The work performed and materaals furnished in accordance with this Item shall be paid for at the unit p�•ice bid per each "Ped Si�a! Section" or "Ped 5ignaI Retrofit Module" installcd. c. The price bid for�"Ped Signal Section" shail include: 1) Furnishing, asscmbling, and installing the pedestrian signal sections 2) Housing units 3) L�D countdown pedestrian uniis 4) Mouttting attachments and completing wiring connections 5) Cable inside the pole will be paid for separatcly d. Thc price bid for "Ped Signal Retrofit Module" shall include: 1) Funraishing, assembling, and installing the pedestrian signal secCions 2) LED countdown pedestrian units 3) Mounting attachmcnts and cornpleting wiring conncctions 4) Disposai of incandescent unit 5) Cable inside thc pale will be pai.d for separately 3. Pedestrian Push Button AssernbIies a. Measuremenk CiTY OF FpRT WOR7'}� West 7th Street Improvements STATIDARD CON5"]'l2UCT[ON SFECiF[CATTOAI DOCUM�NTS City Projcc( No_ 101555 Rcviscd September Ol, 2020 34 4l l0 - 3 '1'RAFF[C S[GNALS Page 3 of 107 1) Measurement for this Item shaIl be per each pedestrian push button installed. b. Payment I) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ped Push Btn Assmbly" insta]led for: a) Various mounting methods c. The price bid shall include: 1) F�rnishing and installing Pedestrian Push Button Assemblies 2) Button housing 3) Button cap 4} LED indication 5) Push button signs b) Swrich 7) Built-in surge protection 8) Audible notification system 9} Mounting hardware IO) Cable inside the pole will be paid for separately 4. Accessible Pedestriar� Signals (APS) a. Measurement i) Measurement for this Item shall be per each accessible pecEestrian signal station installed. b. Payment I) The work perFormed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Accessible Pedastrian Signal" unit of the type specified. c. The pricc bid shall include: 1} �'urnishing; installing, and testing thc Accessible Pedestrian Signal pushbutton statipns 2} Mounting hardware 3) Sign adapter 4) Pushbutton stations � S) Central control units 6) Vibrotactile a�row with high visual contrast 7) Wiring harness S} Voice rnessage setup 9) Conf guration devices or software 10) RIO-3e (L/R} signs 1 1) The signa] conductor cable from the signal cabi�et to the pushbutton station shall be paid for under "Multi-conductor Cable" 5. Radar Detection System and Cable a. Furnish and install Radar Detection �ystem 1) Measurement a) Measurement for this Item shall be per cach intersection approach ' furnished and installed. 2) Fayment a} The work per%rmed and matcrials furnished in accordance with this itern shal3 be paid for at ti7e unit plice bid per each "Furnish/Install Radar Detection System" installed for: CI'CY OH H'O[tT WORTH � �Netit 7th Sta-eet fmprovements • STA3VDARD COlVSTRUCTION SPECTFICATIOM DOCUMENTS City Project No. l O1555 Revised September 01, 2020 34 41 l0 - 4 TRAFFTC SIGNALS Page 4 of 107 (1) Various types 3) The price bid shall include: a) Furnishing, assembling and installing Radar Detection Device b} Contact closure input filc cards c) Relays d) . Detector back pla#es e) Set-up and diagnostic software including programming and testing of all detection zones per signal plans. � Circuits g} Maunting hardware h) Cable will be paid for separately h. Install Radae Detection System 1) Measurement a) Measurement for this Ttem shall be per cach intcrsection approach installed. 2) Payment a) The work perforrned and materials furnished in accordance with th�s Item sk►all be paid for at the unit price bid per each "Install Radar Detection Device" for: ( [ ) Various types 3) The pricc bid sha[I include: a) Sehcduling picicup of material from the City b} Pickup and transportation of material from ihe City to the jo6site c) Taking precautions to ensure material is not damaged during transportation d) installing Radar Presence Device e) installing detector back plates f) Relays g) Set-up and diagnostic software including programming and testing of ai1 dctcction zoncs per sigz�al plans. h) Circuits i) Cable will be paid for separaicly c. Furnish and Install Radar Detection Cable 1) Measurement a) Measurement for this Item shall be per linear foot of radar dctcction cable furnished and installed. 2) Payment a) The work performed and materiais furnished in accordance with this item shall be paid for at t�ie unit price bid per linear foot "Pumish/Install Radar Detection Cable" installed. 3) The pricc bid shall include: a) Furn�shing and insta�ling radar dekection cable b) Making aLl connections to radar dcicction detectors and back panels d. Install Aadar Detection Cable 1) Measurement a} Measurement for this Item shall be per linear foot of radar detection cable installed. 2) Paymcnt CI"I'Y OY P'OR'l' WUR'1'El West 7th Street Improvements Si'A�fDARD COi�fSTRUCTi�N SPP,CiPiCATTON DOCUMENTS City 1'rujccl Na_ I Oi555 Revised September O] , 2020 3441 10-5 TRAFFIC SfGNALS Pagc 5 uf 107 a) The worlc performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot "Install Radar Detection Cable" installed. 3) The �rice bid shall include: a) Schedulin� pic�cup of material from the City U) Pickup and transportation of n�aterial from the City to the jo6site c) Taking precautions to ensure material is not damaged during . transportation d) Tnstalling radar cable e) Making all connections to radar detectors and back paneis 6. Hybrid Vehicle Detection System and Cable a. Furnish and Install Hybrid Vehicle Detection System 1) Measurement a) Measurement for this Item shall be per each intersection approach furnished and installed. 2) Paymcnt a) The work performed and materials fi�rnished in accordance with this Itetn shall be paid for at the unit price bid per each "Furnish/Install Hybrid Detection". 3) The price hid shall include: a) Purchasing equipment and cable fram Ciry if called out in the Dravvings b} Furnishing, installing and testing hybrid detection c} Detector units d) Mini-hub detector cards e} Mounting hardware � Operational software g) Cama�unication interface panel h) Ficld setu� monitor i) Setup of all detection zones per traf6c signal plans. Setup must be approvcd by City staff. j) Cable will be paid far separakely b. Install Hybrid Vehicle Detection System 1) Measurement a) Measurement for this Item shall be per each intersection approach installed. 2) Payment a) The work performed and materials furnished in accordance r�+ith this Item shall be paid for at the unit price bid per each "Install Hybrid Vehicle Detection". 3) The price bid shalt include: a) 5cheduling pickup of material from the City b) Pickup and transpor�ation af material from lhe City to the jobsite c) Taking precautians to ensure material is not damaged during transportation d} Installing and testing all VNDS components c) Setup of all detection zones per traffic signal plans. Sehip must be appro�ed by City staff. c. Furnisl� and Install Hybrid Vehicle Detection Cable 1} Measurement CC�Y OP FORT WOR'I'FI West 7th Street lmprovements STAiVDART) CQNSTRUCTiON SPEClPiCAT[ON DOCUMENTS City 1'rojcct Nu. IO1555 Revised Septcmber 01, 2026 344t lD-f, TRAFFIC SIGNALS . Yage 6 af I 07 a) Measurement for this Item shall be per linear foot of hybrid d�tection cable furnished and installed. 2) Payment a} The work performed and materials furnished in accordance with this Item shall be paid for at the u»it price bid pEr linear foot "Furnish/Instal] Hybrid Det�ction Cable". � 3) The price bid shali inciude: a} Furnishing and installing hyba-id detection cable b) Making al] connections to carneras and controller equipment d. Install Hybrid Vehicle Detection Cable 1) Measurement a} Measurement for this Item sha11 be per linear foot of hybrid detection cable installed. 2) Payment a) The wark perfoi�ned and materials furnished in accordance with this Item shall 6e paid %r at the unit price bid per linear faot "fnstall Hybrid Detection Cable" installed. 3) The price bid shall incIude_ a) Schcduling pickup of material from the City b} Pickup and transportation of material from the City to thc jobsite c} Taking precautions to ensurc material is not damaged during transportation d) InsCalling cable e) Makin� all connections to cameras and controller equipment fl Cable inside the polc will be paid for se�arate3y 7. Vehicle Loop Detectors (Sawcut) a. Mcasurement 1) Measutement for this Item will be per linear foot of sawcui eontaining loop wire. Payment 1) The work perforrned and materials furnished in accocdance to this Ttem ar�d measurcd as providcd �nder "Mcasurement" shall be paid for at the unit price bid per lincar foot of "Laop Detector Cabie Sawcut". The price bid shall include: 1) Sawcutting pa�ement 2} Excavatian 3} Disposal of exccss materia! 4) Backfill 5) Pa�ement repair associated with sawcutting 6) Sawcut wire 7) Sealant 8) Sealant piacement 9) Clean-up � 10) Testing I I) Conduit and [oap wire from the edge of pavement to the ground box used for �ehicle [oop detectors 12) The following items will be paid.for scparately: a) New ground boxes b) New loop lead in cable C[TY OP FORT WORTi-1 West 7th Street Ilnprovcn�ents STAT�IDAFtp CONSTRUCZ'[ON SPECiP[CATION DOCUME3+IT5 City Pr�jccl No. 101555 Revised September 01, 3020 . 34a� iu-7 TRnFF�c s�crrnr,s Page 7 of ] (17 8. Emergency Vehicle Preemption Equipment and Cable a. Furnish and Install Preemption Detector 1} Measurement a) Measuretnent for. this item shall be per each Preempti�n Detector furnished and instailed. 2) Payment a) The work perfonned and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Pr�empt Detector" for: (1) Various types 3) The price bid sha[I inc�ude: a) Furnishing, instaliing and testing preemption detectors � b} Card rack c) Phase sclector d} Mounting hardwarc e} Cable inside the pole will be paid for separaCcly b. Install Preemption Detector 1) Measurement a) Measurement far this Ttem shall be per eacfi Preemption Detector installed. 2) Payment a) The work performed and materiats furnished in accordance with this Item shall be paid %r at the unit pz-ice bid per each "Install Preempt Detector" for: (1) Various types 3) The price bid shall include: � a) Scheduling pickup of material �ronn thc City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damagcd during transportatian d} Installing and testing preemption detector c. Furnish and Install Preemption Cable 1) Measurement a) Measurcmcnt for this Item sk�all be per linear foat of preemption cable furnished and installed. 2) Payment a) The work performed and rnaterials furnished in accordance with this Item shall be paid for at the unit price bid per iinear foat "Fu�rnish/Install Preemption Cable" installed. 3} The price bid shall include: a} Furnishing and installing preemption cable b) Making all connectio�s to prcemption detectars, phase selectors, and controller d. install Preemption Cable 1) Measurement - a) MeasuremenC foz' this item shall be per linear foot of preemption cable installed. 2) Fayment CiTY OF FORT WORTii West 7th Street Improvemenfs STANDARD CONSTRUCTION SPL.C[�TCATiQN DOCUiv1ENTS City Project No. 103555 kcviscd September0], 2020 3aai ��r-s TRAFF[C SIUNALS Page 8 nF � 07 a) The work {�erformed and materials furnished in accordance with this Item shall be paid far at the unit price bid per linear foot "Instali Preemption Cable" installed. 3) The price bid shall inc]ude: a) Scheduling picicup of material from the City b) Pickup and transporEation of material fronn the City to the jobsite c) Taking precautions to� ensure material is not damaged during transporYation � d) Installing preemption cable e) Making all connections to preemption detectors, phase selectors, and controller 4. Battery Sack-U� {BBL� System for Signal CaUinets a. Furnish and Ins#all BBU System for Signal Cabinet ' 1) Measurement a) Measurement far this Item shall be per each BBU System component furnished and installed. Z) Payment ' a) The work perForrrzed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Furnish/Install BBU Syste�n" for: { 1) Various components {2) Various typcs 3) The pricc bid shall incIude: a} Furnishing, installing and testing the BBU system b) Purchasing equipcnent from City if called out in the Drawings c} inverier/charger d) Manua! bypass switch c} Inte�rated power transfer switch or automatic hypass switch fl Batteries g) Self-contained external mounted ca6inet h) Mounting hardware i) Wiring, and all necessary hardware and softwatc b. Install BBU System for Sigrzal Cabinct 1) Measurement � a) Measurement far this Itcro shall be per each BBU System installed. 2) Payment a) The work performed and matcrials furnished in accordance to this Itcm shall be paid for at the unit price bid per each "Install BBU System" for: (1) Various types 3) The price bid shall include_ a) 5chedulfng pickup of material from thc City b) Pickup and transportation of material from the City to the johsite c) Taking precautions to ensure materiaf is not damaged during transportation d) Installing and tcsting thc B$U� system e) Wiring, and al] ncccssary hardware and software l0. Multi-conductor Cabie a. Measurement CITY OF FORT WORT]i West 7t1� Strcct Improveinents STANDAAU CONSTRUC'i[ON SPP.Cii-'ICA"f]ON DOCUME.F�ITS Cily Project Vo. I O1555 Revised Seplember0l, 2{�20 � 34q1 10-9 T1�AFFIC S]GTYALS Pagc 9 of Ip7 1) Measurement for this Item sha11 be per linear foot. b. Payment 1) The work petform�d and materials furnished in accordance with this Item and measur.ed as provided under "Measurement" shaI2 be paid for at the unit price bid per linear foot of "Multi-conductor Cable" installed for: a) Various ty�res . U) Various sizes c. The price bid shall include: i) Furnishing and installing Multi-conductor Cable 1 L Power Lead-in Cah[e a. Measurement t} Measurement for this Item shall be per linear foot of power lead-in cablc installed. b. Payment 1) The work performed and rnaterials furnished in accordance with this Item and rneasured as provided under "Measurement" shall be paid for at the u�it price bid per iinear foot of "Insulated Elec Condr" installed for: a} Various types b) Various sizes c_ The price bid shall include_ 1) Furnishing and installing Power Lead-in Cable 1�. Grounding Conductor.s a. Measurement 1) Measurernent for this Item shail be per linear foot. b. P�yment 1) The work perforrned and tnaterials furnished in accordance with this Item and measured as pravided under "Measurement" shalt be paid for at the unit price bid per linear foot of "Bare �lec Condr" installed for: a) Various types . b} Various sizes c. Tk�e price bid shall include: !) Furnishing and installing Grounding Conductors ]3. Grou�d Rod a. Measureme;nt 1) This Item is considered subsidiary to the various Traffic Signal �tructures bein� ii�stalled. b. Payment 1} The work performed and the materials fumished in accordance with this Item are subsidiary to various Traffic Signal Structures being installed and shall be subsidiary to the unit price bid per various Traffc Signal Structures being installed, and no other compensation will be allowed. 14. Ground Boxes a. Measurement 1} Measure�nent for this Item shall 6e per each. b. Payment 1} The work performed and materials furtiished in accordance witli this Ite�r► shall be paid for at the unit price bid per each "Ground Box" installed for: 2) Various sizes 3) Various types CITY OF FORT WORTII Wcst 7th Staect Iniprovements STANDARD CONSTRUCTiON SP�CIFICATIQN DOCIIMENTS City Project No. 101555 Reviscd Se�rtemUer 01, 2024 3441 EO-10 TRkFPiC SiGI`IALS Page 10 of �07 c. The price bid shall include: 1) Furnishing and installing Ground Box 2� Excavation and backfill 3) Enclasures 4) Cavers 5) Bolts 6) Gravel 7) Concrete apron when required ]5. Traftic Signal Structures a. Furnish atid Install Pedestal and Push Sutton Pole Assembly 1} Measurement a) Measurernent for this Item shall be per each assembly furnished and insta]led. 2) Payment a) The wark perfoi�ned and materials furnished in accorcEance to this item shall be paid for at the unit price bid per each "Furnish/instail Ped or Push Button Pole Assmbly" furnished �nd insta]!ed for: (1) Various types , {2) Various sizes � 3) The price bid shall includ�: a) Exca�ation and backiiil b) Furnishing and installing cach Pcdcstat or Push Button Pole Assembly c) Purchasing pedestal pole assemblies from City if called out in the Drawings d) Furnishing, placement and compaction of backfill e) Anchor balts � Clcan-up b. Install Pedestal or Push Button Pole Assembly 1 } Measurement a) Measurement for this Item shall be per each assem6ly installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Install Ped or Pus� Sutton Pale Assmbly" furnished and insta�led for: {lj Various types {2) Various sizes � 3} The price bid shall include: a} Schcduling pickup of matcrial fram the City b} Pickup and transportation of material from the City ta the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Excavation and backfill e) Installing each Pedeskal or Push Button Pole Assembly f) Furnishing, placement and compaction of backfill g) Clean-up c. Furnish and install Signal Polcs I } Measurcment a) Measurement %r this Item shall be per each signal pole furnished and installcd. CCI'Y OI'' F'C?R`I' WOR'['H Wcst 7di Strcct I�npro�cmcnt� 5l'ANDARD CONSTRLTCT[ON SPECIF[CATION BOCUMHNTS City Project No. 1U1555 Revised Septemher0l, 2020 3A4t IU- ll "fRAFFIC SIGNALS Page I 1 oF 107 2) Payment a) The work performed a�d materials furnished in accardance ia this Item shall be paid for at the unit price bid per each "Furnish/Install Signal Pole" installcd for: {1) Vatious types 3) The price bid shall includ�: a} Excavation and backFll b) Furnishing and installing each Signal Pole Assernbly c} L.uminaire arm d) LED fixture sha�l be paid for separately e) Erecting assembIy on concrete Foundation fl Furnishing and placing anchor bolts, nuts, washers, and tcmplates d. Install Signal Po1es 1) Measurement a) Measurement for this Item shall be per each signal pole installed. 2) Payment a) The work performed and materials furnished in accordance to tl�is Item shal! be paid for at the unir price hid per each "Install Signal Pafe" instalfed for: (1) Various types . , 3} The price bid shall include: a} Scheduling pickup of materia! from the City b) Pickup ar�d transportation of material from the City to filie jobsite c) Taicing prccautions ta ensure material is not damaged during transportation d) Excavation and backfill � e) Installing each Signal Pole Assembly fl Installing luminaire arrn, fixture, and lamp if specifed g} �recting assembly on concrete foundation h} Installing anchar bolts, nuts, washers, and templates e. Furnish and Install Mast Arm 1) Measurement a) Measurement far this Item sha116e per each Mast Arm furnished and installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Furnish/IristalI Mast Arm" furnished and installed for: {1) Various length intervals {2) Various types 3) The price bid shall include: a) Furnishing, assembling and installing Mast Arm b} Mounting equipment c} Luminaire arm, if specificd d) LED fixture shall be paid for sepa�•ately e) Vibration da�iipers t) Clean-up F. Install Mast Arm 1) Measurement a) Meas�rernent for this Item shall be per each Mast Arm installed. . C1TY OE FORT WORTH ' West 7th St��eet hiiprovements STANDARD CONSTRUCT[ON SPFCiPICATION DOCUMENTS City Vruject iVa. l O 1555 Revised September Ol, 2020 3441 ]0-12 TRAFF[C SIGIVALS Yagc I 2 of 107 2) Payment a) The work performed and rrtaterials furnished in accordance to this Item shall be paid for at the unie peice bid per each "InstalI Mast Arm" �nstalled for: {1) Various length intervals {2) Various types 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pic[cup and transportation of material from thc City ta the jobsrtc c) Taking precautions to ensure rnaterial is not damaged during transportation d} Assembling and installing Standard Mast Arm e) Installing luminaire arm, fixture, and lamp if specified � Mounting equipment g) Vibration dampers E�) Clean-up l6. Faundations a. Measurement I) Measurement for this item shall be per each. b. Payrnent 1) The work performed and materials furnished in accordance ta this Item sha]] be paid for at thc unit price bid pes' each "Foundation" installed for: a) Various types c. The price bid shal! include: 1) Coordination and notification 2) Exploratory excavation (as needed} 3) F,xcavation 4) Disposal of cxcess material 5) Hauling 6) Protection of the excavation 7) �orms 8} Aeinforcing stccl 9} Grounding rods 10) Concretc 11) Installing Foundation 12) Clean-up 13} Testing 17. Hardware Signal Pole Paint a_ Measurernent 1) This Item is consicicred subsidiary to the various Traff c Signal Structures being installed and painted. b. Payment 1) The work per[�ormed and the materials furnished in accordance with ihis Item are subsidiary to various Traffic Signai Structures being installcd and patnt�d and shall be subsidiary to the unii pz�ce bid per various Traffic �ignal St�-uctures being installed and painted, and no other compensatian will be alfowed. 18. Signal Contrall.er a. Fumish and Install Signal Controller CI'IY OF FORT WORTiI Wcst 7tti Su�eet lmprovements STANDARD CON5T[�UCTTON SPECIFTCATTOAI bOCUMENTS Ciry �'roject No. I 01555 Revised SepiemhcrOt, 2020 34 41 10- 13 TRAFFfC STGNALS Vagc l3 nf 107 1) Measurement a} Measw•ement for this Item shaIl be per each controller installed. 2) Paym�nt a) 'I'he work perfo�7ned and ma�crials furnished in accoj•dance to this Item shaEl b� paid for at the unit price bid per each "Furnish/Install Signal Controller" installed for: (1) Various mounting methods 3) The price bid shall inctude: a) Taki�g precautions to ensure material is not damagcd during transporta.tion b) Installing the controller in the cabinet c} Wiring d) Testing e) Troublcshooting b. Install Signal Controllcr I ) Measurement a) Measurement for this Item shall be per cach assembly installed_ 2) Payment a) The wark perfarmed and materials furnishcd in accordance to this Item shall be paid for at the �init pr�ce bid per cach "Controller & Cabinet" insialled for: (1) Various mounting methods 3) The price bid shall i�clude: a) Schcduling pickup of material from the City b) Pickup and transporCation of material from the City to the jobsite c) Taking precautions to cnsure material is not damaged during transportation . d} Installing the controller in tlze cabinet e} Wiring �} Testing g) Troubleshooting 19. Controller Cabinet Assembly a. Furnish and Instali Controiler Cabinet Assembly 1) Measurement a) Measurement for this Item shali be per each assembly installed. 2} Fayment a) The work performed and rnaterials furnished in accordance to this Item shall be paid for at the unit price bid per cach "Furnish/Install Controller & Cabinet Assmbly" installed for: (1) Various mounting metl�ods (2) Various types 3) The price bid shall include: a) Taking precautions to ensuc� material is not damaged during transportation b) installing the controller cabinet assembly on the foundation or suppoi�i c) Power supply d) Conflict monitor e) Load switches . . fl Conduit within 6" of foundation CiTY OF PORT WORTEi West 7th Street Impravcmcnts STAI�i[3ARD COAiSTRUCTTON SPECiFiCATIOt�I DOCUMENTS City Project No. I 01555 Revised Sep[emher 01, 2026 34 41 1p - l4 TRAFFiC SiC�NALS Page 14 af 107 g) Grounding rod h) Wiring i) Cable witttin 6" of foundation j) Terminating k) Testing 1) Traubleshooting b. Install Controller Cabinet AssembIy 1} Measurement a) Measurement for this [tem shall be per each asscmbly installed. 2) Payment a) The work performed and materials fi�rnish�d an accordance to this Item shall be paid for at the unit price bid per ea�h "Controller & Cabmet" installed for; {1) Various mounting methocfs 3) Thc price bid shall include: a) Scheduling picicup of material from the City b} Pickup and transportation of �naterial from the Ciry to thc jobsite ' c) Taking precautions to ensure material is not damaged during transportation d) Instalting the Controller and Cabinet Assembly on the foundatian or supp ort e} Condui� within 6" of fouttdation � Graunding rod g) Wiring h) Cable within fi" of �oundation i) 'Ferminating j) TesEing k} Troubleshooting 20. Roadside Flashing Beacon Assembly a. Measurement 1) Measurement for this Item shall be �er each assembly instalIed, relocated, or remo�+ed. b. Payment 1 j The work performed and materials f'urnished in accordance to this Item shall be paid for at the unit price bid per each assembly installed for: a) Install Aoadside Flashing Beacon Assem6ly b) Relacate Roadside Flashing Beacon Assembly c) Remove Roadside Flashing Beacon Assembly d) Various applications including signa! ahead, intersection ahead, stap ahead, etc. c. The price bid shall include: I) Installation � a) - Furnishing, fabricating, galvanizing, assemblirng, anc� erecting the. roadsidc �7ashirag beacon assembl�es. b} Fqundations c) Anchor bolts, nuts, washers, and templates d) Cabinet e} Controller fl Flasher and interface board C1TY OF FORT WOR'I'H West 7tL� Street Improvcmcnts STAI+IDARD CONSTRIiCTION SPECiFTCATiON DOCUMP..NTS City 1'roject No. I U I555 Rcviscd September 01, 2020 34 41 10 - 15 TRAFFIC SIUNALS Page 15 oF 107 bT� +SI�YI h) Beacon i} Back plate, if required j) Solar panel, if specified k) Solar regulator / charger, if specified I) Batteries, if specified m) Equiprrzent, materials, labor, tools, and incidentals. n) Pedestal pote base o) Pedestal polc p) Pole reinforcing collar 2) Refocation a} Removing the roadside flashing beacon assembly b) Removing existing foundations 2' below grade c) Installing new foundations d) Purnishing, fabricatin�, and installing any new componcnts as required and repiacing the assernbly on its new ioundations wit� all manipulations and electrical work e) Salvaging maierials to 6e returned to the City f} Disposal of unsalvageabtc material g) Loadin� and hauling h) Equipment, materiaf, labor, toals, and incidenCals 3) Rernoval a) Removing the various roadside flashing beacon assemblies components b} Removing the foundations 2' below grade c) Storing the componenCs io be reused or salvaged d} Disposal of unsalvageable material e) Backfilling and surface placement � Loading and hauiing g) Ec{uipmcnt, rnaterials, tools, labor, and incidentals 21. SchooE Zone Flasher Assembly a.. Measurement I) Measurement for this Item shall be per each School Zone k'lasher asscmbl}� furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per cach "Furnish/Install SchooI Zonc Flasher" furnished and installed. c. The price bid shall inctude: 1) Excavation and 6ackfill 2) Foundation 3} Pedestal pole . � 4) Pedestal base 5} Pole reinforcing collar 6} Mounting hardware 7) Sign(s) 8) Wiring 9) Cabinet 10} Time switch CIl'Y OF FORT WOR"I'H West?d� Streel lmprove�nents STANDARD CONSTRUCTION SPEC[FICATiOM DOCUMENTS City P�'ujecf No. ]O1555 Revised September {li, 2020 344t lU- I( TRAFFIC S[GNALS Yagc I 6 of 107 ] 1) Cell madenl � 2) 12" polycarbonate traffic signal head 13} Soiar array, i� specified I4) Batteries, if speciiied 15) Flasher and interface circuit board 16) Phatovoltaic controller 17} Power supply and timing 18) Programming ] 9) Erecting assembly on concrete foundation 20) Furnishing and placing anchor bolts, nuts, washers, and templates 22. Rectangular Rapid Flashing Beacon {RRFB) Assembly a. Measurement ' I} Measurem�nt for this Item shal[ be per each RRFB assembly furnished and installed. b. Payment 1) The work performed and materials fi�rnished in accordance to this Item shall be paid for at the unit price bid per each "Furnish/Install RRFB" installed for; a) Various types c. The price bid shall include: 1} Excat+ation and backfill 2} Foundation 3} Pole 4) LED flasher modulc 5) Mounting hardware b) Sign{s} 7) Solar panel S) Batteries 9) Wiring 10) Web-based monitoring 1 i) Detection system as speci�ed in ihe plans I2) Wireless communication systcm 13) Erecting assembly on concrete foundation l4} Furnishing and placing anchor bolts, nuts, washers, and Yemplates 23. Louvered Back Plates a. Measurement 1) Measurement for this Item shall be considered subsidiary to the Signal Head Assmbly pay iterns. b. Payment � 1) The work performed and materials furnished in accordance ko this Item shall bc considered subsidiary to the Signal Head Assmbly pay iEems. c. The price bid sha�l include: 1) installing louvercd back plate to signal heads 2) Mounting hardware {self-tapping screws) 3) C1ean-up 24. Powder Coating Signal Str�ctures a. Measurement � 1) Measurement for this Item shall be per each traffic signal structure powder coatec�. C1TY OF FORT WORTH West 7th Street iuipruvemcnts STANDARD CONSTRLICTiO� 5PECiF]CATION DOCUMENTS City PrujecL l�Io. 101555 Revfsed Scpcember Dl, 2U2i) 3441 ]0-17 TRAPFTC SiGNALS Pagc 17 of 107 b. Payment 1} The work performed and �naterials furnsshed in accordance to this Item shall be paid for at the unit pz•ice bid per each traf�c sigr�al structure pawder coated for: a) Various length of traf�c signal poles b) Various length ofpedeskal and push button poles c) Various length of trafiic signal mast arms c. The price bid shall include: 1) Mechanically ctching surfaces by brush blasting 2) Coating material 3) Delivery to and frorr� powder coating company 1.3 REFERENCES A. Abbreviations and Acronyms l. VIVDS: Video imaging vehicle detection system 2. BBU: Battery back-up system 3. LED: light emitting diode 4. AFS: AcccssibEe Pedestrian Signal S. RRFB: Rectangular rapid flashing beacon B. Definitior�s l. Battery Back-Up (BBU) System a. Automatic Bypass Reiay 1) A unrt connected betwccn the inverter/charger, and the load, which can automatically switch power to thc controller cabinet service panel from inverter output power to utility line power, in the event of an inverter failure. b. Battery Back-Up System {BBU System) 1} The battery back-up system includes but is not limited to a manual bypass switch, automatic bypass switch or power transfer switch, inverter/charger, batteries, wiring, external cabinet and all necessary hardware for systern operation. c. Battcry Back-Up System Software (BBU System snftware) 1) All so�tware associated with op�ration, programming and functional requis-ements of the BBU system. d. Battery Monitoring Device 1) The device whicn monitors battery temperatures an� charge rate of the batteries used in Che BBU system. Shall be an ambient sensar internal to the inverter/charger. e. Batteries 1} Standard 12V batteries wired in series with a cumulative minimum rated capacity of 210 amp-hours. f. Boost 1) When enabled, the BBU inverterlcharger shall autotnatically switch inta this mode to raise the utility line �oltage when it drops below a preset limit. The lim�t may bc user defined or use manufacturer default settings (typically 100V AC). g. Buck CITY OF FOR'f WORTH Wcst 7th Streel Improve�nents STAT+IDA12➢ CONSTRL]CTiON SPECIPICATION DOCIIMENTS City Prujccl No. I D1555 Rcvised Septe�F�ber 0 L, 2024 . 34 41 10 - 18 TRAFF[C SiGNA1.5 Page I R af 107 1) When enabled, the unit shall aukomatically switch into this mode to reduce the utility iine voltage when it rises abo�e a preset [imiE. The limit may be user defined or use manufacturer default settings (typically 135V AC). h. External Cabinet I) The stt•ucture which houses the complete system coenponents for the BBU System. i. Inverter/Charger 1) The unit which converts the DC voltage input into 120 VAC output for the traffic signal cabinet to operate. As a minimum the invertcr/charger shall be rated for 1400 VA, 1000 watts. j. Inverter Line Voltage 1) The power supptied from the SBU system to the traffic signal cabinet #rom the BBU System inverter. k. Manual Bypass i) Manual switch that allows user to bypass BBU power to service system equipment. Manual bypass switch switches utility line power directly ta cabinet. 1. Signal Operatic�n Mode 1} A signalized intersection gcnerating a 700W load when running in normal operation. m. Signa! Flash Made 1) A signalized i�tersectian gcnerating a 300W load when running in ttie flash mode of aperatian. n. Utility Line Voltage 1) The 120V AC power supplicd to the BBU systcm 2. Back Plate a. A thin strip of material extencling outward from all sides of a signal hcad. C. Rcfcrcnce Skandards 1. Reference standarcls cited in this �peci�cation refer to the current reference standard puhlished at the time of the latest rcvision date logged at the end of this Speci�cation, unless a date is specifically cited. 2. American Standard Testing Materials (ASTM) a. ASTM B85-57T —"Standard Specification for Aluminum-Alloy Die Castings" b. ASTM B26-57T —"Standard Spccification far Aluminum-AI�oy Sand Castings" c. ASTM B-209-57T —"Standard Specification for Alu�ninum and Aluminum- Alloy Sheet and Plate" d. ASTM D-1535 —"Standard Practice for Specifying CoIor by thc Munsell Sysiem" e. ASTM B-033 —"Standard Specificatian for Tinned Sait or Annealed Copper Wire for Elecit-icat Purposes" f. ASTM B-S —"Standard Specification for Concentrio-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Saft" g. ASTM A325��N —"High Strength Gal�anized Steel Bolts" h. ASTM A494-N —"High Strcngth Galvanized Stce] Bolts" i. ASTM A 123 —"Standard Spccification for Zinc {Hot-Dip Galvanized) Coatings on Iron and 5teel Froducts" C[TY DF FORT WOR'fH , West 7th Strect improve�nents STA1�3�AR17 CONSTRUCT[ON SPrC[FFCATIDAI DOCUMP:NTS City Project 1+Io. 101555 Revised Scptcmber 61, 2�20 3441 IU-19 TRAFFIC S�Cii�1ALS Page 19 nf {07 j. ASTM A153 —"Standard Specification for �inc Coaiing (Hot-Dip) on Iron and Steel Hardwai-e" 3. Texas Manual on Uniform Control Devices {TMUTCD) a. Part IV — Traffic Sig�als 4. Manual on Uniform Traffic Control Devices, 2009 Edition a. Digits 5. Federal Aviation Administration (FAA} a. FAA L-802-B 6. Institute of Transportation Engineers (ITE): a. �ehicle Traffac Cr�nt�ol Signal Head — Light _F.mitting Dincle (LED) Circular Signal Supplemental (�/TCSH), adopted June 2005. b. Yehicle Tra�c Conirol Signc�l Head Pcart 3: Light Emitting Diode (LED) Arrow Traffic Signal Modules. c. Equipment and Mater�ials Standards, Vehicle Traffic Control Signal Heads (VTCSH) Part Z: LFIJ Vehicle 5tgnal �Yln�ules_ d. PTCSI LED Sfgnr�l �l�fo�lules Draft Uersaon of Fehruary 2009 1) Luminous intensity, uniformiry and viewing angles 2) Chromaticity 7. Underwritcr's Laboratory Incarporate (UL) a. Standard UL-651 —"Schedule 40 and 80 Rigid PVC Conduit and Fittings" b. Standard UL-514B -- "Conduit, Tubing, and Cab[e Fittings 8. American Standards institute (ANSI)/Instiitutc of Electrica� and Electronics Engineers {IEEE) a. Section 6.1.2 ANSI/IEEE Cb2.41.2 — 2002, 3KV, 2 S� b. Section 5.1.1 ANSF/IEEE C62.4I.2 — 2002, 6KV, 3052 c. Transient s�ippression 9. MIL-STD-883 a. Tesi Meihod 2007 b. MechanicaI vibration 10. MIL-STD-810F a. . Procedure 1, Rain & Blowing Rain b. Moisture resistance 11. National Electrical Manufacturer's Association {NEMA) a. Section 2.1.6 NEMA T'S 2-20d3 b. Sectian 2.1.8 NEMA TS 2-2003 c. Transient voltage protection d. ControIler compatibility i2. Federal Communications Cammission (FCC) a. TitIe 47 Sec 15 Su6. B b. Electronic noise l3. Intcrnational Municipal Signal Association (IMSA) a. IMSA 5-1 � b. IMSA 7-1 c. IMSA 20-1 l4. Nakional Fire Protection Association (NF'PA) / National Electric Code (NEC} a. N�'PA 70 b. Wiring CITY OP hORT WORTi[ West 7th Street Improvements STANDARD CONS7'RUCTIOAI SPECIFICAT[ON �IOCUML:NTS City Project 1Vo. I 0 i 555 Revised Septea�ber Ul, 2D20 34411U-ZU TRAFF]C S1GNA1.5 Page 2Q of 107 1S. International E�ect�•otechnical Cnmmission (I�C) a. Sectio� 8.2 I�C 1000-4-5 b. Section S.0 IEC 1000-4-12 c_ Transicnt suppression t.4 ADMINISTRATiVE REQUIREMENTS A. Coordination 1. City must �zpprove any deviation irom Specification ten { 1 D) working days prior to installatiion. B. Preinstallation Field Inspection Meetings 1. 48 hours' Noiice of Intention to estahltsh fittal location of any foundations, bases, conduiY, and detectors. 2. 48 hours' not�ce to Texas811, City of Fort Worth Water and Sewcr (817-871- 5275}, and City of Fart Worth Traffic Signals/Street Lights/Storm Drains (817- 392-81 QOj. C. Scheduling . ]. 48 hours ad�anccd approval far existing traffic signal t�irn�otf aF flash operation. 2. 48 hours advanced notice of placing traffic signa[ into operation. 3. 3 Working Days' nc�t�ce for City provided equipment pick-up. 1.� SUBMITTALS A. Submittals shall be in accordance with Section QI 33 D0. B. All submittals shall be approv�d by tlie City priar to delivery andlor fabrication far spec�als. 1.6 ACTIQN SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data Shccts are required for: 1. Traffic signai housing, lauvered back plates, �isars, lauvers, LED latnps, and mounting hardware 2. Pedestrian signa! housing, LED lamps, and mounting hardware 3. Pedestrian push button assemblies 4. Accessible Fedestrian Signals 5. Conduit 6. Battery back-up systems 7. MulYi-conductor cable . 8. Power lead-in cable 9. Ground boxes 10. G�-ounding conductor 11. Grounding rod 12. Concretc (Refer to 5ection 03 30 00) 13. Vibration dampers 14. Standard and Decorative Traffic Signai Structures 15. Roadsidc Fiashing Beacon Assembly C[TY nF FOR"I' WpRTH West 7rh Strcct Tmprovements STANDqRD CONSTRUCTTON SPP.C[T'TCATION DOCUMEI�ITS City Project No. I Of555 Reviscd Septem6er Ol, 202U 34 4l 10 - 2) TRAFFIC SIGNALS Page 21 of 107 16. School Zone Flasher Assembly 17. Rectangular Rapid Flashing Beacon Assem6ly 18. Miscellaneous items supplied I.i DELIVERY, STORAGE, AND HANDLING A. Starage and Handling Requirements 1. Parks shall bc properly protected so tl�at no damage or deterioration occurs during a prolonged cielay £rom the time of shipment until installation. 2. Exposed anchor bolt�s shall be protceted until pole shaft is installcd. 3_ Finished iron or stee] s�rfaces not painted shall be properly protected to prevent rust and corrosion. 4. Prevent plastic and similar brittle items frotn being exposed to direct sunligl�t and extremes in temperature_ 5. The Gontractor shall secure and maintain a location to store the matcrial in accordance with Scction O 1 50 00, B. Delivery and Acceptance 1. Inspect a]l City furnished materials prior to taking possession. Any damages at�er taking possession shall be the responsibility of the Contractor. 2. Arrange pick up all City furnished materials and deliver them to the Site. l.8 WARRANTY A. Manufacturer Warranty 4 5. 6. 1. Manufacturer's warranty shali be in accordance with Divisian I. . 2. A 2 vear warrantv shal.l be required on all equipment furnished by tlie Contractor. 3. A 3 vear warrantv shall hc required on all rectangular rapid flashing beacon assemblies. A 5 vear unconditional waz�ran shall be required on a11 batteries for the battery back- up systcros furnished by the Contractnr. A 5 vear warrantv shaIl be required on aIl APS units. 5chool zone flasher a. �ach schooI zone flasher cabinet assembly shall be warranteci to be free from defects in material and warkmanship for a period of five years fram date of shiprrient from the factory. b. The 50/100 Ah battery shall be low sclf-discharging, leak proof, �clled electrolyte and maintenance free intended for photo voltaic service. The battery shall carry a prorated warranty for a minimum of two years by the battery manufacturer. c. The regulator shall have a wazxanty of five (5) years from the date of purchase. d. Each iime switch shall be wa�-�anted to be free from defects in material and workmanship for a period of five (5) ycars from the date of shipment from the factory. - B. Extcnded Correction Period Contractor responsible for correcting any substandard workmanship and/or materials for 24 months from the date Chc signal is accepted by the City. CITY OF FOR"f WORTIi West 7di Street Improvcments STANDARD CON5'�ftUCT10N SPEC[FiCATTON �OCL]MEPYTS City Pruject No. 101555 Revised September0l, 2020 34411U-22 TRAFFIC SEGNALS Page 22 oF 147 PART 2 - PRODUCTS �.1 PRODUCTS TO BE FL7RNISHED FROM THE CITY A. Refer to Drawings and Contract Documenis to determine if an}� Items are to be purchas�d from the City and installed by the Contractar. B. Items that the City may furnish inc9ude: 1. Signal cantraller 2. Controller cabinet assemb[y 3. Traffic si�al poies 4. Traffic si�nal mast arms 5. Detection equipment 6. Preemption equipment 7. Signs 8. Cainmuraications equipment 2.� ASSEMBLIES, EQUIPMENT, PROD[ICT TYPES, AND MATERIALS A. Manufacturers 1. Thc manufacturer must comply with this Specification and relaEed Seciions. 2. Any equipment, product type, or material that is not listcd in this Specitication or in TxDOT's Material Producer List is considered a substitution and shall be submitted in accordance with Scction O1 25 00 and n�t installed until approved. a. h�, _ �.�xdo� ��•,Jd�Y�„• �•_:�,.�i,iriroduc:er-1i5t.h�� � �-��.. 3. If more than l unit of a given bid item is required, then the Contractor shall ensure that all units are the product of 1 manufacturer, unless otherwise directed by the Traffic Management Manager or designee. No mix or matching will be allowed. B. Description 1. Regulatory Requiremcnts a. Traffic signal shall meet or exceed standards set forth by the Texas Manual on Uniform Traffic Control Devices (TMUTCD), National Electric Code {NEC), Institute of Transportation Enginccrs {TTE), American 5ociety for Testing and Materials {ASTM), American Standards Institute {ANS�, and NatianaX ' Electrical Manufaciurer's Association (NEMA). 2. It is the Contractor's responsibility to furnish aIl materials necessary to complete each traffic signal installation, whethcr the item is specificaliy mentioned or not. All unspecified materials {i.e., electrical tape, boits, and nuts, etc.) shall meet the requireme�xts of the National Electrical Code. 3. Ail materials supplied by the Contractor shall be of new, un-depreciated stock. C. Traf€ic Signal Matcrials 1. LED Traf�c 5ignal Head Assemblies a, Vehicic Signal Housings 1) The product bid shall be manufactured by one of the fol�owing manufacturers: a) Econolite b) McCain c) Otl�er prior approved equi�alent C1TY OF FDRT WOkTTi West 7th Street Improvements STANDARD CdNSTRUC"I'CON SPECiFiCATION DOCUM�.NTS Cily Project No. IOL555 Revised Septembcr0l, 2020 3441 ]0-23 'fRAFFiC Si[iNALS Pagc 23 of 1D7 2) The housing and daars of the signal head sha11 be made of die cast aluminum alloy in accordance wrth ASTM Specification B85-57T. 3) Sandcast aluminum alloy shafl be used foz� other parts of the signal head if in accordance with ASTM Specification $26-57'['. 4) The visors shall be fabricated from a[uminutn sheet conforming to the ASTM Specificatian B-20R-STT. � 5) All nniscellaneous parts such as hinge pins, lens clips, locking devices, etc. shal! be made of a non-corrosive material. 6) The hausing of the signal heads shall be constr�cted of interchangeable sections. 7) All exterior mating surfaces shall be flat to assure waterproof ancE dust- proof assembly of sections. 8) The top and bottom of the sectians will h�ve an opening approximately 2 inches in diameter to permit thc entrancc of 1'/z inch pipe nipples. 9) Each section shal] have serratcd openings or equivaleut, far providing a posi[ive and lacked positioning of signal sections when used with serrated mast arm or span wire mounting brackets. IO) The door and iens housing shall be equipped with a watertight and dust- tight molded neoprene gasket. a) The door of each signal section shall be attached to the housing in a watertight and dust-proof manner. b) Non-corrosive hinge pins and 2 wing screws will be furnished on each door for operiing and closang without the use of special tools. {1) These hinges and screws sha[[ be of such dcsign as to ai]ow even gasket pressure. 1 I) Each signal hcad section shall be furnished with a detachable tunnel type visor unlcss othe�rvise specified. 12} Visors shall be a minimum of 10 inches in length (depth) far 12 inch signals. a) Visors shall be atiached to the door assemblies in a manner that facilitates field remnval and installation. b) Visors shalI be fabricated from aluminum and shall not form a complete circle and shall have the bottom open, unless louvers are re�uired. 13) Traffic signal housing sha11 be furnished with LED inserts that compIy with this Specification and shaIl be in the standard red, amber and green configuration as specified by the most current version of the TMUTCD. I4) A screw down type terminal block shall be provided with each signal head for facilitating field wiring. 15} The pigtail leads from the larnp rcceptacles shall be conncctcd to a common terminal block within thc hcacf asscmbly. I b) Each terminal block will be at lcast a 6 position, l2 terminai strip secureIy fastened at bath ends to the signal housing. 17) The housing and outside surface of the visors shall be ttaffic yellow (RAL 1023) in color. a) The inside surface of visors shall be a"Dull" o�' "Flat-blactc" color. b) The outside sui•face shal] have a minimum af 2 coats of baked chromc yellow enamel (TT-G545E1310), Munsell notation O.YP 47/15/3, per FAA Specifrcation L-802-B and ASTM D 1535. h. LED traffic signal famp unit Ci"FY O� POR'I' WOR"CH West 7th Strect Icnprovements STAI�IDARD CONSTRUCTiOtV SPECIFiCATIUtV DOCUMENTS City Projeet No. 1 D 1555 Revised September Dl, 2020 34 4l 10 - 2A TRAPFiC STGNALS Page 2A oF 107 1} The product bid shall be manufactured by one of the following manufacturers: a} GE Lighting Solutions b) Duralight c} Other prior approved equivalent 2) The equipment shall conform to the applicable requirements of: the Underwriter's Laboratory Incorporate {LTL), the American Society for Testing and Materials {ASTM), the American Standards Institute (ANST), the National Electricai Manufacturer's Association (NEMA}, and other applicable standards and specifications. 3) The LED traffc signal Iamp unit shail comply at a minimum with the Institute of Transportation Engineers {ITEj specification for ITehacle Tr�ffic ContrUl Sfgnc�l Head — Light Ematting Diode (LED) Circailar Signal S'upplement (T/TCS`H); adopted June 2ppS, for circular indications and Tlehfcle Traf_fic Cnntrol Sig�zal Head Part 3: Light Emitting Diode (LED) .4rr-ow Traffic Sagnal Moclules for anrow indications. 4) The LED shall havc an "incandesccnt" look, using the minimum number of LED's that comply with the i'FE specification. 5) if proper orientaYion of the LF,D unit is rcquired for optimum performance, a clear, durable and unmistakable marking shali bc provided on each lens as to its proper orientation (top or bottom). 6) Thc manufacturcr's namc, seriai number and other necessary identification shall be permanently mariced on the backside of the LED trafiic signal lamp unit. A label shalt be placed on thc unit certifying compliance to ITE standards. 7) Documcntation Requirements a) Each LED traff c signallamp unit shall be provided with the following documentation: (1) Complete and accurate installation wiring guide (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. (3) A capy of a test re�ort certified by an independent lal�oratory that �e L�D traffic signal lamp model submitted meets all the � requirements of these Speci�cations in accordance with iTE VTSCH Part 2. (4) Schematic diagram for each unit, along with any ncccssary installation instructions (5) Far each unit submitted, the manufacturer name, brand and model number of LEDs used shall be provided, along with thc LED manufacturer's tecommcnded dtive curreni and degradation curves. (6) Warranty inforrnation from manufacturer (7) Quality assurance testing documentation c. 5ignal head louvers 1} Louvers shal] be provided for those signa] seciions indicated in the Drawings. 2) Atl louvers shall be of such design as to provide �isibility of the ]ens for t�►e in�ended lane o�trafGc as indicated by Chc Drawings and block visi6ilYty to al] othcr lancs. d. Mounting hacdware CiTY OF FORT WORTIi West 7rh Street Improvemcnts STANDARD CON5TRUCTTOPV SPP.CtPTCATTON DOCUM�NTS City 1'roject Na. 101555 iteviscd Scprcmbcrirl, 2620 344L 10-25 TRAFFIC SIGIJALS Page 25 of l07 1) Mast Arm Mount Signal Bracket, 1-Way Cable Mount � a) The p��oduct bid shaIl be the mast arm mount signal bracket, 1-way cabie mount, for 3 to 5 section head with 84 inches cable and 74 inches lang gusseted tube manufactured 6y Pelco, part no. AB-0125, or approved equivatent. 2) Mast Arn� Mount Sigr►al Bracket, 1-Way Cable Mount, Clamp Assembly a) The product bid shall be the mast arm clamp assembly with 84 inches cable manufactured 6y Pelco, part no. AB-3009, ar approved equivalent. 3) Mast Arm Mount Signai Bracket, 2-Way Cable Mount a) The praduct bid shali be the mast arm mount signal bracket, cluster cable mount, far 5 section signal head with 84 inches cable rnanufactu,red by Pelco, part no. AB-0138, or approved equivalent. Genei•al Specifications, are below. 4) General Spccifications a} Bracket shall be completely adjustable such that it is capable of rotationaI adjustment about the bracket axis, vertical adjustment, rotational adjustment about the mast arm and rotaCional adjustment right & lefi from the vertical plane. b) Bracket shall be pravided with aircraft type stranded cable for fastcning the bracket to Chc supporting arm or structurc. c) Bracket shall be easiiy adjustable to fit alI sizes of round, octagonal, elliptical or other shaped structure without special tooIs or equipment. d) Bracket shall attach to the signal in a clamping manner halding the signal both top and bottotn in order to assure maxirnum rigidity. (1) For the 1-way cable mount, a standard bracket shall accommadate all major signal manufacturers' signals from a 3 section 1-way 12 . inches signal through a 5 section 1-way 12 inches signal and any comhination thereof including 3M and ICC configurations. (2} For the 2-way cable rnount, a standard bracket shall accomrnodate ail major signal rnanufacturers' signals for a 3 section 2-way 12 inches signal and ar�y com�ination tlzereof including 3M and ICC con� gurations. e) Upper and Lower Arms { 1) Shall be cast irom 319 aluminum or equivalent (Z) The lower bracket arm shall be internally threaded to accommodate the threaded r�ertical support tube. (3) The lower arm shall be furnished with ABS plastic covers, which will slide and snap into position without thc use of fasteners or tools. ' (4) All upper and lower arms shall have 72 tooth serratians cast into the arm to assure a positivc lock with signal housing and shalt be secured about their rotational axis with sclscrews. (5) Both upper and lower arms shall have a tri-bolt arrangement for attachment to the signal housing. {6) Opening in the lower a�nns shall accommodaYe a minimum of 3, 12 conductor 14 gauge cables. � Vertical Support Tube (1) Shall be a double gusseted tubc extruded from 6063-T6 aluminum alloy or equivalent and have a cross section. CfTY pF FQR"i WORTk West 7th Sueet Tmprovemcnts STANDARD CONSTRUCTiON SPECIF�CAT[OPI �JOCUML:NTS City Pruject Nu. I 01555 Revised Septembcr 01, 202Q 34 41 10-26 TRAFFIC 51C'�IVAi,S Page 26'nf 107 {2) Each tube shall be comp[ete with a vinyl closure strip and be threaded on 1 end to accommodate the lower arm assembly. g} Mast Arm C1amp Assembly ([) Both rnale and femalc hal�es shal] bc cast from 713 alurninum alloy or equivalent. (2} The male clamp hali shall be secured within the female half, utilizing a spring steef retainer ring. (3) Such assembly sha11 provide an unabstructed center of 2 3/8 inches minimum diameter, aliowing for 3b0 degree rotatinn of the clamp assembly. {4) There shall be no internal cross bracing assembly obstructing the centcr opening. h) Aircraft Type Stranded Cable (1) Shall be fab�-icated in 1 piece with a minimum diameter of 3/l6 inches either galvanized ar sCainiess steel (2) The cable shall be compfcte r�vith 7/j b inch stainless stee] clamp screw permar�ently attachcd Co each end. Each clamp scrcw shall be fitted with a stainless steel hex nui, SAE flat washer and an aluminum-beaeing washer. (3} The clamp screw shall be flattened on 2 opposite sides far wrench accommodation. The stranded cable shall be af sufficient lengt� to fasten thc clamp assembly to a minimum pole diameter of 8.6 inches. i) Fach bracket shall be completc with all necessary bolts, washers, gaskets, etc. to allow assemb[y of the signal to the bracket and the bracket ta the mast arm. j) AIl alurnir�um parts shall have an Alodine (or cquivalent} finish. AlI stee] parts shall have a traffic yellow [RAL I023) zinc di-ehromate finish. 2. LED Cauntdawn Pedestrian Signal Head Assemblies a. General 1} Famish a single, seIf-contained madule, not requiring on-site assembiy for retrofit into cxisting tra.ffic signal housings as defir�ed in TxDOT' DMS- 11130, Pedcstrian Signal Heads. Ensure that installation does not require special toals. 2) PrQvide LED's rated for 100,000 hours of continuous operat�on over a temperaturc range of -44°C to +74°C. 3) Ensurc modules are rated far a minimum life of 60 months. 4) Ensurc modules meet all parameters of this specification throughout this 60-month period. 5) Use L�Ds manufactured using aluminum-indium-gallium-phosphide (AIInGaP) technology or other LEDs with lower susceptibility to temperature de�adation than alutninum-galliutn-arsenic (A1GaAs) technology. AIGaAs LEDs are not alIowed aluminum. . b. IIousing 1) The product bid shall be manufact�.ired by one of the following manufacturers: a} McCain Traffic Supply b) Other prior approved equivalent � CETY OF FOR'f WORTH Wcst 7tli Su�eet lmprovemcnts STANUARD L'ONSTRUCTTON SPEC[FiCATION T)OCUMENTS City �'rujccL No. I p 1555 Revised Septemher 01, 2020 3441 IU-27 TRAFFIC SIG3+iA[.,S Page 27 of ] (17 2) Housings wil� not be pravided for r�trofit modules. 3) Housing uniis shall be new and unweathered. 4} Housing shal! be in accordance with TxDOT DMS-11130. 5} The housing shall be fitted with an LED module that has an incandescent look_ 6) The housing shall be a l-piece corrosion resistant aluminum alloy die- casting with integrally cast top, bottom and sides that are weather proof and dust-tight. 7) The housing shall be right and left drilled for clanr�shell attachment and shal[ have top and bottorn ports that are opened and capped and will accommodaie standa.rd 1'/2 inches pipe. 8) The approximate size of housing (including body, door, and ears} shail bc I 6.0 inches H x 18.75 inches W x 8 inches D. 9) The door frame shall be a 1-piece corrosion resistank aluminum die-casting. 10) The housing shall be traffic yellow (RAL 1023). l 1) Thc housing sha�l havc a standard 3-position terrr�inal block, pre-wired to receptacles to permit casy field installation of a power supply. 12) All necessary hardware shal! be provided with housing. Rivets shall be aluminum and boits, lack washers, screws, eyebolt asser►�bly and pins shall be stainless steel. c. Mounting ha►-dware 1) Mounting hardware shall be the clamshell mount type #4805 manufactured by McCain, or approved equivaIent. 2) Mounting hardware shall be a 2-picce, cast aluminum alloy assembly. 3) The 2 separate castings shail be joincd in the final assembly by the use of stainless steel spring pins. � 4} The pole half of the assembly shall be designcd ta adapt to a widc range of pole eonfigurations (4 inch nninimum diameter}. 5} Unit construction shali allow band-it type mounting. 6) Band-it type mounting shall be permitted by 2 recessed slots near thc top and bottom of the pole half of thc assembly. 7) The pedestrian assembly shall be capable of being mounted on the pole by lining up the mounting pins of the pole half with the mounting ears of the pedestrian assembly and lowering it into position. S) 3 sets of screw terminal pairs shall be located on a terminal block in the upper third of the head half of the clamshell assembly. 9) A closed cell neoprenc sponge gasket shall be provided on the mating surfaces of the 2 halves of the assemb�y to compete the rain-tight construction. d. Module I} Modules shall com�ly with TxDOT DMS-1 l 130. 2) Ensure retro�t modu[es are capable of rcpiacing the optical unit. 3) The modufe lens may bc a replaceable part without the need to replace the complete module. 4) Ensure the walking person and hand icons (16 in. x 18 in. size only} are fulI (not outlines). 5) Ensure thc countdown digits arc made up of twa rows of LEDs. 6) Ensure each digit is a minimum of 7 in. in height, '7) For each nominal message bearing surfacc (module) size, usc the con-esponding H {height) and W (width}: CITY OF I'ORT WORTH West 7th Sireef Improvements STAI�DARD CONSTRi3CT[ON SPP.CIi'ICATiOtY DOCUM�NTS Ciiy Pruject No. ] O1555 Revised Septembcr 01, 2020 34 4l l0 - 28 TRAPF[C SiGNALS Page 28 nf 107 Bearing Module Fcon Icon Countdown Countdown Surface Size Hei ht Width Hci ht Width {16 x 18 H Min 7 in. 7 in, Min 9 in. 6.5 in. in. 8} Ensure the units do not have any attachments or options that will allow the mode fo be changed from counting the clearance cycle, to thc full walk/dan'i walk cycle. 9) Provide modules that are single, self-c�ntained devices, not requiring on- sitc assembly for instalIation into existing traffic signal housing. ] 0} Ensure t3�e power supply is designed to fit and mount inside the pedestrian signaE modulc. 1 1) Ensure the assembly and manufacturing process for the module is designed to assure all internal LED and electronic components are adequatcxy supported to withstand mechanica] shock and vibration from high winds and other sourccs. e. Environmental Rcquirements t} Ensure the module is rated for use in the ambient operating temperat�re range, measured at the ex�osed rear of the module, of —40�C to +74°C (— 40°F to +165°F}. 2) Ensure the pedcstrian module is dcsigned ta meet NEMA 250 Hose down Test. 3) The test is to be conducted on a srand-alone unit. No protective housing will be used. . 4} Ensure thc module lens is UV stabilized. 5) Ensure that the LED optical unit is dust- and moisture-proof ta protect all internal.LED and e[ectrical components. 6) ProvicEe housing for each.LED optical unit that is a sealed watertight enclosure that pre�ents dirt contamination and allows for safe handling in all wcather conditions. 7) PerForm moisture-resistance testing on LED signai sections in accordance with the requiremcnts in the latest NEMA Standard 250 for Type 4 enclosures. 8) Evidence of internal moisture after tesEing will be cause for rejeciion. f. Signal Lens 1) Ensuxe tl�c lcns of the LED pcdestrian and countdown signal modules are po[ycarbonate UV stabilized and a minirnum of U4 in. thick. � 2) E�stiire thc exterior of the ]cns of the LED pedcstrian and countdown signal module are smooth and frosted to prevcnt sun phantom. g. Module Identification 1) Each module must be permanently identi�ed on ihe backsic�e with the manufacturer's namc, model num�ers, marnif'actured datc (minimum wcck and year), and serial number. 2) Ensure the following operating characteristics are identified: nominal voltage, power cansurription, wattage and Volt-Annpere. C I"E'Y OF F�itT W012Ti-[ West 7tf� Street Impro�cments STAI\DARD CONSTRUCTION SPECiFiCATION DOClJMENTS Ci[y Yrojcct �o. I O 1555 Revised 5epiembcr 01, 2020 34 41 l0 - 2) TRAFFIC SIGNALS Page 29 of 107 h. Photometric Requirements 1) Luminance, Uniformity & Distribution a) Ensu�•e that for a minimum period of 60 months, the maintained mirni3num luminance values for the modules under norma! operating conditions are not less than 2200 cd/m2 far the Walking Person icon and 1400 cd/m2 for the Hand ican when measured perpendicular to the surface oFthe module at nine {nine) separate points on the icon. b} These va�ues may decrease up to 50% of these table values beyond 15° from the perloendicular in either to the Ieft or rigi�t on a horizontal piane. c} Ensure khat the luminance of the module does not exceed three times the maintained minimum luminance of the modules. d) Ensure that the uniformity of the r�valking person and hand icons' illumination meet a ratio of not more than i to 5 between thc minimum and maximum luminance measurcments (in Cd/m2}. 2) Chromaticity a) The standard colors for the LED Pedestrian Signal Module must be White for the walking person and Portland Orang� for the hand icon and countdown digits on a black opaque background. b} Furnish an optica] unit that remains in accordance with the chromaticity (color) requircments in the latest Equipment and 1V[aterial Standards of the Institute of Transportation Engineers, Chapter 3: "Pedestrian Traffic Control Signal Heads,° for a minimutn of 60 months over an operating temperature range of —40°F to 1 b5°F. i. Electrical I ) General a) Furnish modules that are operationally compakible with traffic signal controllers, cabinets and accessaries manufactured to City speciiications. b} Ensure that all wiring and terminal blocks meet the requirements of Scction 13.02 of the VTCSH Standard. c} Thrce secured, color coded, 914 mm (36 in) iong 600 V, 16 AWG minimunn, jacketed wires, conForming to the National Electrical Code, rated for service at +1 �5°C, are to be pravided for electrical connection. d) Furnish LED signal modules that are dcsigned so that there is no noticeable light output when connected to rated voltage through an impedance of 15 Kohm (either resistive or capaciCive). e) Furnish signal modules that are designed so that, under normal operatioa, an AC voltage of no greater than 10 volts RMS shall be developed across the unit v�hen it is connected in series with any val�e of impedance greater than 15 Kohms and far any app�ied AC voltage between 95 and 135 volts RMS that is connected across this series combination. fl In addition, the signal module must be designed so that the voltage across the module will reduce in vaIue to less than 10 vo�ts RMS within 100 msec when thc module is switched ofFby any solid state switch or switch pack having an impedance of 15 Koi�rns or greater. C1TY DF FORT WOR'l'FE West 7t13 Sueet lmprovements STANDARD COIVSTRUCTION SPECiFICATION DOCUMENTS City Praject No. I D 1555 Rcviscd Septeinber0l, 2024 3a a> >n . �o 3'RAFFiC SIGNALS Page 30 of 1Q7 g} Inco�porate a regulated power supply engineered to electrically proteck the LEDs and maintain safe and reliable operation in each LED opt�cal unit. h) Use a por�ver supply that pravides capacitor-filterecf dircct current {DC) regulated current to the LEDs �er the LED manufacturer specification. Designs that operate at currents greater than the LED manufacturer's recommended drive current will not be allowed. i) Design the power supply so that the failure of an individual component or any cambination of components cannot cause the signal to be illuminated after alternating current (AC) power is remo�ed. Provide a signal module thai is equipped such ihat each indication (i.e. walk symbol, hand, and cQuntdown display) is provided with a separate power supply. Z) Voltagc Range a) Ensure the LED modu�cs operate from a 60 t 3 Hertz AC line povver .over a voltage range from 80 ko 135 VAC RMS. b} The current draw must be sufiicient to ensure compatibiliry and proper triggering and operation of load cur�-ent switches and can�lict monitors. c} Nominal operating voltage for all measurcrr�en�s must be l20 f 3 Volts rrr►s. d) Fluctuations in line voltage over thc range of 80Vac to 135Vac must not affect luminous intensity by more than t 10%. e) Ensure the LED circuitry pre�ents flickering at less than 100 Hz over the �oltage range stated above. f) Pro�ide modules that are designed ancf constructed so that thc failure of a single LED will nat result in the luss of additional LEDs. g) There shou�d be no illumination of the znodule when thc applied voltag� is less than 35 VAC RMS. h) To test for this conditian the each icon must first be fully illuminated at the norr�inal operating voltage. i) The applied voItage must thcn be reduced to the point where thez�e zs no illumination. j) This point must be greater than 35 VAC RMS. k) Turn-On and Turn-Off Ticne (1) Ensure each icon of the module reaches 90% of their full illumination {turn-on) within 75 msec of the application of the nominal operating voltage. � (2) The modules must nof be illuminated (turn-aff) after 75 msec of the removal of thc nominal operating voltage. 1) For a6normal conditions when nominal voltage is applicd to the unit across the two-phase wires (rather than being appEied to the phase wire and the neutral wire) the pedestrian signal unit must dcfault to the hand symbol. m) Transient Voltage Protection {1) Ensure the module's on-board circuitry includes �oltage surge protection to withstand high-repetition noise transients and 1ow- repetition high-encrgy transients as stated in Section 2.1.6, NEMA Standard TS-2, 2003, or the latesi version. n) Electronic Noise {;]'I'Y OF FdRT WORT[1 West 7th Street [m�co�ements STANDARD CO7�ISTRUCT[ON SPEC[FTCATION DOCUMENTS City 1'roject No. Y01555 Revised Septemhcr 01, 2020 3441 [0-31 TRAFFiC SIGNALS Page 31 of 107 (I) The modules and associated on-board circuitry must meek Federal Communications Commission (FCC) Title 47, Sub Part B, Section I 5 z-�gulations conceining the emission of electronic noise. o) Power Factor (P�') and AC Harmonics (1) Ensure the modules provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 25°C (77°F). (2) Total harmonic distortion induced into an AC power line by the modute, operated at nominal operating voltage, at 25�C (77°F) shall nnt exceed 20%. 3) Module Functions , a} Cycle ( l) The module must operate in one mode: Clearance Cycle Countdown Mode Only. (2) The display of the number of remaining seconds must begin only at the beginning of the.pedestrian change interval. {3) Af�er the countdown displays zero, the display must rernain dark until the i�eginning of the next countdown. (4j Module wiI! not have user accessible switches or controls for modification of cycle. (5) Ensure the countdown pedestrian signal dispiays the number of seconds rcinaining until the termination of the pedestrian change . intervaL (6) Countdown displays must not be used during the walk interval nor during the yeiiow change interval of a concnrrent vehicular phase. b) Learning Cycle (1) Ensure that at power on, the module enters a single autorr�atic learning cycle. (2) During the automatic (earning cycle, the countdown display remains dark. c) Cycle Modification (1) The unit rc-progtams itself if it detects any increase or decrease of Pedcstrian Titning. (2) The counting unit will go blank once a change is detected and ihen taicc ane complete pedestrian cycle (with no counter during this cycle} to adjust its buffer timez-. d} Recycling (1) Ensure the module allaws for consecutivc cycles without c�isplaying t�te steady Hand icon {"Dog't Walk") or the conntdown display, e) Prcemption (1} Provide modules that recognize preemption events and �emporarily modify the crossing cycle accordingly. (2) If �the controller preempts during the walking man, khe countdown will follow the controller's dircctions and will adjust from waiking man to flashing hand. (3) It will staz-t to count down during the flashing hand. If the pedestrian changc interval is interrupted or shartened as a patt of a transition into a preemption sequence, the counfdown pedestrian signal display should be discontinued and go dark immediately upon activation of the preemption transition. CITY OF FORT W�RTH West 71ii Street Improvements STANDARD CpNSTRUCTION SPECIFiCA1'[ON DOCUMENTS City Projcct No_ I OlSSS Revksed Septe�nLernl, 202� 3441 ]0-32 TRAFFfC STGNALS Page 32 af 107 (4) THe next cycle, following the preemption event, must use the correct, initially programmed values. f} "Don't Walk" Steady � (1) if the coniroller output displays Don't Walk steady candition and the unit has not arrived to zero ar if both the hand and man are dark for some reason, the unit sus�ends any timir►g and the digits will go dark. .(2) A steady UPRATS�D HAND (symboiizing DONT WAI.K) signal indicatic�n must be displayed during the yellow change interval and any red clearance interval {prior to a conflicting green being � dispEayed). . g} Power Failures (1) The module must maintain a consistent countdown during short powcr failures (Icss than 1 sccond). (2) A longcr failurc or an abscncc of signal grcaEcr than onc (l ) sccond must turn off countdown display and trigger a restart system I-emembering the last sequence, as it is done for the 170/2070 traffic controller. . 3. Pedestrian Push Sut�on Assemb�ies . a. The product bid shall be the Bu1lcEog''"' pushbutton BDLM2-Y with Bulldo� Paie Mount BDPM-X manufactured by Polara, or approved equivalent, and shall meet the following speciftcations: 1) Bu#ton must be highly vandai resistant a�d pressure activated with essentially no moving parts. 2) Button must be able to withstand an impact from a baseball bat or hammer. 3) Buiton housing must be cast aluminum pawder coated tra�c yeilow (RAL 1023}. 4) BuEton cap must be made of 315 stainiess steel. 5) 5w�tch must be solid state electronic Piezo switch rated for 100 million cycles with no moving plunger or moving electrical contacts. 6} Button must have LED ta give indication of button being pushed. 7) Button must give a 2 toned beep indication of bukton being pushed ( i tone for push, i tone for release). S) Butkon must have built in surge protectinn_ 9) Button must be able Eo hold the ca[I for a minimurn of 5 seconds. � 10) Butron must operate i�mmediately after being completely immersed in water for 5 minutes. 11) But#on must not be able #o allow ice to form such that it would impede function of button or button cap. 12� All switch electeonics m�st be sealed within the cast aluminum housing. 13) Button must have raised ridges to protect the button .from side impacts. 14) Tne button shall come complete with an aluminum round housing to be mounted to the signal pole. The housing shall be cast aluminum powder coated traftic yellow (RAL 1023}, 15} R10-3e push button signs 16} AI[ necessary polc mounting hardware shall bc supplied. 4. Accessible Pedestrian Signals (APS) a. 'I'he producL bid shall bc eithcr Navigator APSTM by Polara, Pelco intclliCross, or approved equivalent, and shall mcek thc following specifications: CETY OF FORT WORTH West 7i1� Street Ilnprovements STAN�ARD Cp�ISTRUCTiON SPEC[FTCAT'ION DOCUMEI+FTS City YrojccL No. 101555 Revtsed Seplem6er 01, 202f1 . 344i IU-33 TRAFFIC SICiTVALS Page 33 nf 107 1) Hausing requirements a} Provide a 2-piece cast aluminum hausing unit co�sisting of a base housing and a removable cover. b) ShalI be vandal proof and be powder coated to provide a high contrast to the support structure for the visually impaired. c) Made of corrosion-resistant material. The bolts used for mounting the APS housing to the support structure shall be stainless steel. d) Shall come as a two part swivel and lock system with APS bucton station and mounting plate. The mounting �Eate must have two elongated holes for mounting to the stanciard of minimum 0.300" x 0.5". One mounting hole shall be in a vertical orientation and the second mounting hole shalI be in a horizontal orientation to ailow for drill alignment errors. e) For ease of mountfng a push 6utton height indicator will be located on the mounting plate to assure consistent and uniform installation. f} The swivel and lock system shai! provide a minimum of plus and minus 15 degrees of rotation. A single security screw shal{ bc used to sec�.u•e ihe AFS assembly to the mounting plate for quick assembly and disassembly. g) The mounting pIate shall pro�ide for banding the APS assembly to a pole with two 5I8" type steel bands. h) The mounting plate shall provide a bend/ z�adius #or wiring exiting from the pole and create a natural drip loop of the wires before entering the APS assembly. i) Be attached to the pole with twa `/4-20 screws suitable f'or use in tapped holes. The mounting plate hole arrangement sha11 ensure that the clear space between any two n�ounting holes required in the post must be at least twice the diameter of the larger hole. � j) The size and design of tlze AP5 butto�n shali be to allow two APS button assemblies to be mountcd adjacent on a four inch diametcr pole without necd for an additional adaptor or spacer. k) Access to wiring and �rogra«in�ing ports is provided via a separate compartment distinct from the main housing. 2) Ensure the internal components �rovide a pushbutton with atl the electrical and mechanical parts required for operation. 3) Supply housing ar an adapter (saddle) that conforms to the polc shape, fitting flush to ensure a rigid installation. 4} Supply adapters of the same material and construction as the housing. 5) Close unused openings with a weather-tight closure painted to match the housing, 6) Provide a minimum 0.5 inch hole with an insulating bushing through the back of the housing. 7) Ensure the manufacturers name ar trademark is located on ihe housing. 8) The APS pushbutton shall be a solid state switch rated for at least 1 million aperations. 9) Ensure APS complies with US Access Board's "Draft Guidelines for Accessible Publie Rights of Way" (PROWAG) Section R306. CI7'Y OF FORT WORTH West 7th Sireet lonprovcnicnts STANDARD CO�ISTRUCTION 5PECIPTCAT�p3�I DOCUMENTS Ciry Preject No. l O1555 Revised Septc�nher 6E, 2020 34 41 10 - 34 TRAFFTC STGNAL5 Page 34 oF 107 10) Ensure that the AP� compiaes with.and provides operation consistent wit�► requirements of Sections 4E.09 through 4E.13 of the 2009 Edition of the Federal Highway Administration publication Manual on Uniform Trafiic Control De�ices. 11) Supply an APS (pushbutton station) that inclucies a pedestrian sign, a pushbutton, vibrotactile arrow and an audible speaker contained in one unit and with the following features: a} Vi6rating tactile arrow with high �visual contrast. h) Vibrotactile arrow shall be i-otatable without disasscmbly of the APS enclosure. The arrow shalE be adjustable by 4-degree incrEments. c) T'actile arrows (1) Raised a tninimum of 0.031 inches {0.8mzn) from the pedestrian detectorsurface � (2) Between 1.378 inches (35mm) and 1.772 inches (45mm) in lcngth (3) A stroke width between 1D and l S percent of the length of thc arrow (4} An ope.n arrowhead at 45 dcgrees to the shaft and not exceeding 33 percent of the length of the shaft (5} Be easily removable and ro�atable without APS button station disasscmbly (6) Arrow affixed ta the pedestrian detector face securcd with security typc screws {7) Where required a doubie aerow shall be provided on the pedestrian detector (8) Tactile arrows shall be located on the pedestrian detector, have high �visual contrast (dark ou light), and sY�all be aligned pagallel to t�e direction of travel on the associated crosswalk d) Pushbutton locator tone with a duration of 0.15 seconds or less, rcpeating at 1-second intcr�als. e) Thc pushbutton locator tones must deactivate when the ttaffic control signal is operating in a flashing rnode. � The locator tones must be intensity responsivc to ambient sound and be audible (a maximum of 5�BA fouder tha�n ambient sound} up, to 6 to12 feet fro�n the pushbutton or to the 6uEiding linc whichever is less. g} Speech walk mcssage for the WALKING PERSON (symbolizing WALK} inc�ication. h} Speech pushbutton information messagc. i) Unless plans require otherwise, provide each pushbutton station wi#h a 9" X I S" sign. Use sheet aluminum with minimum thiekness of 0.08Q in. for information signs for push buttons. j) Pecfcstrian detector s�a11: (l) l�e a minimum of 2-inchcs (50mm) in diameter, (2) Raised abovc !he surrounding surface for ease of operation, {3) The mechanism shauld not require marc than 5 pounds (22.2 N) of force to activate, {4) Provide mounting for the directional tactile arrow, and (5) Provide a slot for changing khe direction of the arrow through buiton rotatian with a blacic type screwdriver. k) Audible tone walk indicatio»s CiTY OF FOR'I' WUR�1'H West 7fli Strect Lnprovements STANDARD CONSTRUCT[ON SPrCT�iCATTON DOCUMENTS City 1'roject No. 101555 �2cviticc3 SeptemberDl, 2020 344t ED-35 'FRAFFiC SIGi�TALS Page 35 of 107 (1) Consisting of ticks repeating at S to 10 times per second at rr�ultiple frequencies with a dominant component at 880 I-Iz f 20%. {2) It must provide an audible walk indication during the walk inteival " only. (3) The audible walk indication must be from the beginning of tkae associated pedestrian walk phase and must have the same duration as the pedestrian walk signal except it must be possible to limit the accessible walk indication to the first 7 seconds of the walk interval when the pedestrian signal rests in walk. (4) When the accessible walk indication is lirr�ited during rest in walk a button press during the wal�C interval must recall the wallc interval pravided the crossing time remaining is greater than the pedestrian change interval. i 2} Operational Features of system a) Sound verification (1) A sound verification feature shall be employed tn the �1PS button to prevent incorrect or erroneous sound dircction indications frotn reaching pedestrians. (2) The sound veri�cation system shall provide independent rrzonitoring ofthe sounds and pedestrian signals and independent control over the relcase of the sound to the pedestrian. (3) The APS button znternal program shall compare the digital sound to be played directly with pedestrian signals monitored by the push button station. {4) This shall be accomplished by a separate microcontroller ch�p located directly in each button station. b} DisCributed Intelligence (1) The APS button stations shall operate independently and not require a central contrai paint for normal button operation. (2) Button ko button communication shall usc cxisting field wiring. (3) The APS button stations shalI not use wireless {over air) communications for any co�nmunication requirement bctween buttons_ {4) if the AP5 features fail in one pushbutton station the button wiil still o�erate as a button and the othcr station will operate as normal. c) 5ounds (1) The APS button station shall be capable of emitting sound cues and voice messages during the Walk, Pedcstrian Clearance, Don't Walk, 5hort and Lon� button presses, and an demand Train, Etx�ergency or AlerCs requests. (2} The APS butEon sha11 provide a playlist for cambing up to four sound cues or rr►essages. The APS button shal] provide a minimurr► of eight walk sounds, four button press sounds, two pedestrian clearance sounds, and one don't walk sound. d) Crossing sounds concurrent or aIternating CITY OF FORT WORTIi West 7tit Street Iuip�-ovements STA[�IDARD COtJSTRUCTIO�I SP�CEFICAT[ON DOCUMENTS Ci[y Yrojecl Nn. i01555 [2evised September Ol, 2020 3441 10-36 TRAFF�C SIGPVAi,S Page 34 nF l07 (1) When buttons are used at each end of a crosswalk, the audible "Walk" and/or "Flash Don't Walk" (Pedestrian Clearance) rnessages shaIl be agency configurable to emit tones that are concurrent or alternating (when one is emitCing a tone the other is silent}, for the full duration of the associated signal. (2) The concui�rent/alternating mode shall be available on both the button and overhead beaco� speakers and separately set�able to commence with the Walk signai, Pedestrian Clearance si�nai or both. The concurrent or alternating sounds shall be adjustable on- site with the programming device. e) Audible beaconing sound during Walk {1) The button shall pro�idc several optional sounds for beaconing including custom sounds/messages. This sound shall be configurable to play through a push buiton speaker andlor optional overhead spcaker. {2) The button shall provide smart deteciion logic to provide a way- finding sound "on-demand". This includes a short button press to only activate the button Walk soundlmessage and a long button press to play the walk and/or pcdestrian clear sound/mcssage through thc button AND ovenc�ad beacon speaker. t) Ambicnt noise compensa#ian (1} A microphone shall be intcgrated at the button station to automatically adjust the volume levels to compensate for t�ie am6icnt noise. Ambient noise shall be sampled prior to cach sound P�aY• g) Sound playback an� sound pressure level settings (1) Configuration for each sound shall be independcntly settable as follows: (a} MiniYnum sound levcl settable from SOdB to 110dB in 1 dB increments (b} Maximum sound level settable from S�cfB to 1 I OdB in 1dB increments (c) Gain {abo�e ambient) leve[ settable from OdB to 20dB in IdB increments (d) Period (repetition rate) settablc from 0.1 sec to 999scc in O.lsec in crcmcnts (e} Pfay6ack speaker settable as; Button, Overhead {Bcacon) or both {#} Duration of sound settable from Osec to 999sec in lscc incremenks with default = 0 for maxirrtuzn c�uration (2) All sound level adjustmcnts shall be presented it� decYbeIs (dB) and . settable in increments of 1 dB. Separate sound icvet settings, as above, shal[ be provided for short and long button press. h) Rest in wallc applicatinn {1) Fixed walk sound titne — no re-service until next walk signal (aj During the Walk signal, iithe Wa1k sound has completed due to a fixcd F]uration setting, iI'no Pedestrian Clearancc sound is prngramrned the Don't Wallc sound shall play by default, (b} An APS button activation shall not replay thc Walk sound after the duration has passed while the Walk signal is still active. C[TY OF FOR'1' WORTH Wzst 7th St3cct impro�ements STAN�)ARD [`,UNSTRUCTiON 5PL:CIPTCAT'CON DOCUMENTS City Project No. ]Q1555 Rcviscd Septemher 01, 202f1 34 4l I O- 37 TRAFFIC SIC�NALS Page 37 of 107 {c) The APS button shall remember the activation call and at the beginning of the Pedestrian Clearance the APS button shall • ca�se a contact closure to the traffic controller pectest�7an input and subsequently play the walk sound at the beginnang of the next Walk signal. (2) Fixed walk sound time — re-service on demand (a) If a Pedestrian Clearance sound is proga�ammed in the APS Button, the Walk sound shall be re- serviceable within the Walk Signal whcn activated. (b} The Pedestrian Clearance sound is to ensure thak there is a continuity of sound Far pedestrian wayfinding in the crossing should the Walk sound play and be terminaeed abruptly from a signal change. i) Adjustable long button press timin� {1) Configurable iiming shali be available for the button to define how � long the button must be pressed to requcst a"WaIk" sound/message, played in accordance with the "long push seiting" for the sound message. (2) This indicatian is defined as a"long button press". An acl�►awledgernent tone shall be emitted whcn a"long button press" has 6een detected which is different frorr► the sf��rt button press. Thc acknowledgement tone shall be cusiomizablc and contain at least �ve default choices. j) Sound without button press (1) Configuration shall be availab�e on the button station to allow the Walk sound and vibration to be activatcd at every Walk and Pedestrian clearance signal without push button press requircment. k} Signal malfunction monitoring {1) The APS button station shall directly monitor the status of the pedestrian signal and provide signal malfunction detection s�ould both walk and don't walk signals either be steady OFF, ON. (2) In the case of a detected malfunction, the sound and vibration functions shall be disabled until the conflict is removed for more than approximately 1 second and the APS is in thc Don't Walk interval. 13) Spccial Features {Cornmunications Interface Uni,t (CUn) a) Fault indication output to traffic controller (1) The CIU shall monitor the health of each APS button and can be programmed to provide a fault output to thc traffic�signal controllex. {2) In the event of failure of an APS button or the CIU a contact closure shall provide fault indication to the traffic signal controller. b} Evening sound control (]) T�e CIU shall support an "Evening Maximum" sound control hardware input which can be connected to a iraf�c controller time of day control output. CfTY Oi' FORT WDRTH West 7th Street LnprovcmcnEs STANDARD CONS'iRUC'ilbN SPI:CiFICATION DOCUM�NTS City Project Nu. IUi555 Revised September0�, 2U20 34 41 l0 - 38 TRAFriC SIGNALS Pagc _i8 af I 07 (2) The Evening Maximum input, when active (must be settable as voltage `present' or `absent'), shall cause selected APS 6uttons to use the Evening Maximum sound level setting for all sounds. This control shall be independcnt for each sound on each button to achieve optimaE intersection sound levels. (3) The APS button shall support a timeaut fat- this input to guard against a stuck condition should the CN fail. c) Sound inhii�it control {1) The CTU shall supporC an APS button "Inhibtt" coiitrol hardwarc input which can he conneeted to a traffic controller time of day control output. (2) The Inhibit fnput, when active (must be settable as voltage �`presenY or `absent'), shall cause the APS buttans to Inhibit Sound for all button speakers. (3) The APS button shall support a timeout far this inpui to guard against a stuck condition shou[d the CIU fail. d) Special event sounds (1) The CN shall support a"Special E�ent" sound control hardware input which can be cannected to a traffic controller or exEerna] device event or time of day control output. (2) The 8pecial Event input, wf�en active (must bc scttable as voltage `present' or `absent'), shall cause selected A�'S buttons to use play a Special E�ent sound playlist for that input. {3) The CIU shall support contiguration of up to 1 l Special event type inputs including at a minimurn; l-Train, 5-Emergency vehicle and 5-AEert rnessages. e) Pre-timed intcrsection APS operatian {1) When APS buttons are installed at pre-timed (non-pedestrian actuated) intersections they shall provide Che same level of APS service as if they were installcd at a pedestrian actuated zntersection. An actuation at one APS button shall be transmitted to the associated APS button on the same signal phase for proper APS Button heaconing as may be required to assist pedestrians in the crossing area, {2) The CIU shall pro�ide a rrfin�mum of four pedestrian rcquest outputs that can be connected to the traf�c sigial coi�trollcr pedestrian inputs. The CIU pedestrian request outputs shall be configurable to mirror AFS button actuations to a nrzinimum of four phases. (3) The CN pcdestrian request outputs shail providc a solid-state pu11 down to a TSC pedestz-ian input. ] 4} Product aperating conditions a) The APS but�on system shall be pawered and operate from the cxzsting nominal 120 Vac pedestrian Don't Walk and Walk signals only. b) .The APS bu%tan shall a11ow direct connection to the traf�c signal pedestrian isolator inputs. The APS system shall operating in temperatures from -37 °C to f74 °C (-35�F to +165 °F). 15) Materials and fabricalion a) Audibie Signals shall be supp3ied wi1:h all mounting hardware for pole and signa[ head mounting. CrI'Y QF' FOIt`� WORTH West 7th Strcet [zupro�e�nents STAIVDAKD COIVSTRi7CTT01+� SP�,CIFIC;AT[OTQ TJOCUMENTS City I'�nject �lo. 101555 Rcvised Septen�ber01, 2020 � 34411U-39 TRAFFiC SIGNA[..5 Page 39 of ] �7 b) The but[on siation shall be die cast aluminum and shal! 6e weatherproof and vandal proof. The approximate dimensions are 336.55 x 127 x 88.9 mm or 13.25" x 5" x 3.5" {L x W x H). c) Thc button station shall be designed to adapt to mounting on a support structure without compromising the mechanical stability and the environmenta[ protectron. d) The Tactile Arrow shall be integrated into the button station housing. e) Security screws shall be incorporated in key areas to discouz-age tampering or unauthorizcd access. fl Existing signage shall be used or sign and mounting bracket supplied as follows. Sx7-3/4 sign with integraCed sign holder g) 9x12 sign with sign adaptcr 9x15 sign with sign adapter 16) Coating a) Thc button station body shall be powder coated customers requested cotor. b) The button p�ungcr shall be powder coated silver. c) The Tactile arrow shall be E-coated black with clear top coat. 17) Programining requirements a) The APS Systcro shal] a]low pre-con�guration or onsite configuration of the APS attributes. The APS button can be ordered with a built in configuration to the MUTCD 2009 standards for pedestrian poles that are 10 feet or more apart and allow setup through a simple button press method without need �f a programming device. b) Pragramrning device and/or software application sha11 be available for �onfiguration af all components of the APS system. The programming device shall be compatible with Microsoft Windows 8.�, 7, Vista, XP. c) The programmer shall allow wired and wireless programming of the AP5 button and system components. It shalI be possible to pragrazn one or more APS buttons fram any APS ]�utton at the interscction. d} It shall be possiblc tn prog►•am al� push buttons from the CIU at the traffic signal controller. e} Wireless programming shall al[ow remote programming of the APS button system within 150 feet (SOm) of the Craffi.c cabinet. �} The programrning device shall allow programming of AI'S button under wired and wireless conditions for; configuration, custorrz sounds, frmware, HW profiles and CN programmin�. g} The programming device shall allow storage of an ualirz�itcd number oi custom templates and intersaction profiles (within the storage capability of the PC). h) IP based connection to the APS Button systena for remote pro�-amrning and management shafl bc available. 18} Automatic volume adjustment in response to ambient traftic sound level provided up to a nnaximum volume of 100 dBA. l 9} Tone or voice voiume mcasured at 3 ft. from the pushbutton station sha11 be 2 dB minimum and 5 dB maximunr� above ambient noise level and shall be respons�ve to ambient noise level changes. 20) The pushbutton rnust be Americans with Disabilities Aci compliant and activate both the wa.lk interval and accessible pcdestrian signal. 21) Actuation indicator-tone and pedestrian acknowledgc l�ght. The light shall remain on until the next walk cycie has started. C11�Y UF FOR'f W�RTiI West 7th Su-eet IinpA�ovemcnts STANDARD CONSTRUCT10i�I SPEC[FICA-['ION DOCLIMI;NTS City F�nject No. I OI555 Revised Septe3nber0l, 2020 34 4l I 0- 40 TRAFPTC SIGT�IALS Page 40 nf I 07 22) Extended button press which can be used to request a louder WALK signal and locator tone for subsequent clearance intervai. 23) Inte�-naI speaker a) Weather-resistant spcakcr pratected by a vandai resistant screen. b) Norninal 15w speaker that shall pro�ide audible �eedback in the form . of various signa[ing sounds c) The button housing shall provide speaker ports to direct the sound in front and behind the button sration in line with the button sign face. d) The APS button shal l provide for the instailation of speaker baffles to block sound from the front or back as may be required for special applications. 24) Pedcstrian Button Feedback a) Have a functional pushbutton that activates �lie pedestrian walk signal whenever actuated, e�en if the audiblc speech walk messagc, the pushbutton informatian message, thc pushbutton locato�� tonc, and the vibrating surface features arc disabled. b} Havc a pushbutton that whcn actuared activates thc pcdestrian walk signal's timing during an AP,S attrihute failure. 25) Power intcrface Module (PIM} a} A PFM shall be used to providc a low power interface to the AP5 button station (nominal 12-15 VDC). b) Thc PlM shall be installed in the Pedestrian Signal hcad or in an electrical box as required. The PIM shall be UL approved and bear necessary rr�arkings. c) The PiM shall meet NEMA TS2-2003 (or Iatest releasc) Environmenta] and ElectricaI requirements. 26) Ovcxhead Beaconing Capability . a) The APS button station shall have the option of ciriving an external averhead (pedestrian signal or pole mounted) spcaker with independcnt audio amplifier and audio controls. b} This may be uscd where: {1) Crosswalks are longer than 70 feet (22m), uniess they are divided by a median that has another accessible pedestrian signal with a locator tone; (2) Crasswalks that are skewed; (3) Intersections with irregular geometry, such as moz-e than four legs; (4) Crosswalks where audible beaconing is requested by an individual with visuai disabilities; or (5) Othcr locations where a study indicates audib[e beaconing would be beneficial. c) The overhead beaconing is used ta assist pedestrians vvith orientaiion in the crossing area. Overhead beacons have been shown to improve directionaE information and safety for �isually impaired and sighted pedestrians. NCHRP Document 117A: Accessible Pedestrian Signals: A Guide to Best Practices. 27) Capable of operating at, as a minimum, up to 1000 ft(AWG #�12) cable run from signal cabinet. 28) Pushbutton station and Central control unit shall be rated for #he following temperature range: a) Pushbutton station: -30°F to +155°F. CiTY OF kOR'I� WORTH West 7th Street lmprove�nents STANDARD CONSTRLICTiON SPi;CTPICAT[ON DOCi3MENTS City Projcct No. ]Q1555 Ravised September OI, 202{} , � 34 41 10-41 'I'RAFFIC SIGNALS Page 41 of 107 b) Central Control Unit: -30°�' to +165°F 29) APS units shall be operational�y compatible with TS1, TS2, 170 and 2070 controllers and cabinet assemblies, currently used by the City and any other � Texas government entities. 30) Unless specified otherwise in the plans, supply a central control unit (CCU) for the pushbutton stations thak resides in the Traffic Signal Controller Cabinet. a} Provide a CCU capable Qf controlling up to 4 pedestrian phases and 12 Pushbutton stations. b) Ensure ihat ail inputs and outputs on tlie CCU have Transient Voltage Protection. 31} If plans specify that the APS vvill require no additional spacc or wi�-ing in the cabinet, provide one control unit per push button station capable of mounting in the pedestrian signal housing. 32) Tf a special device or software is required to configure the APS operation, provide a minimum of one device or copy of software per signal cabinet along with any requircd connectors, unless required otherwise by the plans. 33) Provide any wiring harnesses, connectars, interface cables, terrninal blacks, • etc. required for connccting the pushbutton station or CCU to the traffic signal controller assembly and making the Pushbutton stations operational. 5. Radar Detection Equipme�t and Cable a. Radar presence detection 1) The product bid shatl be the SmartScnsor MatrixTM by Wavetronix, or approvcd equivaleni, and sha11 mect the follawing specifications. 2) General . a) Sensor Outputs {1) Radar detector shall transmit rcai-time presence data frorri up to 1 Q lanes, depcnding on mounting location and lane widths. (2) The radar detcctor shall support a minimum of eight detection zones. (3) The radar detector shall support a minimum of eight detector channel outputs and have user-selectable clzanncl assignments. (�F) The radar detector sha11 usc 'OR' or `AND' logic gates to map a single zone to multiple channcl outputs, and shall have channel output extend and delay fiinctionality. {5) The radar detector algorithms shall mitigate detections from wrong-way or cross traffic. (6) The radar detcctor system shaIl have fail-safe mode capabilities for contact closurc outputs if communication is 1ost. Contact closure will occur an all programrned detector channels associated with the interface module when the failsafe is triggered and will r�xz�ain in this state until communication is re-established between the interface module and the radar vehicle sensar. ' b) Detectablc Area { 1) The radar detecto�- shal] be able io detect and reporl presence in lanes with boundarics as close as 6 feet frorr� the base of khe pole on which the detectoz� is mounted_ The detector shall be able to deiect and report presence in lanes located within the 140 feet arc fi•om the base of the pole on which the RPD is mounted. CiTY OF FORT W(3R'I'�[ Wcst 7th Street Improveinents STANDARD CONSTRUCTTON SPECIFfCArIO1�I DOCilMENTS City Project Nn_ 101555 Revisct3 September0l, 2020 3441 ]0-42 T[tAFFIC SIGNALS Page 4Z of 1 Q7 (2) The detector shall be able to detect and report presence for vehicles within a 40 degree field of vier�v. {3) The detector shall be able to detect and report presence in up to 10 lanes. {4) The detector shall be able to detect and report presence in curved lanes and areas with islands and medians. c) System HaE•dware (1} Preassem6l�d back plate {a) Each detector shall have a traf�c cabinet �reasscrnbled back plate with the following: � AC/DC power conversion o Surge �rotection (Lightning and surge protection will be provided for power connectians and communications links to the radar RVDS meeting ar exceeding EN 61000-4-5 class specifications.) 0 Tcrminal blocks for cablc ianding o Communication connection points (b} The preassembled bac�C plate for the detector shall be a cabinet sidc mount or rack mount. {2) Contact Closure Input File Cards (a} The detector shall use contact clos�zre input file cards with 2 ar 4 channel capabilities. (b) Thc contact closure input �le cards for the delector shall be compatible with industry standard detector racks. [3) Radar design (a) Frequency 5tability e The circuitry shall be vaid of any manual tuning elements that could lead ko human error and degraded perfortt�ance over time. o All transmit.modulated signals shall be generated �y means of digital circuitry, such as a cfirect digi#al synthesizer, that is referenced to a frequency source that is at least 50 parts per million (pp�n) stable over thc specified temperat�.ire range, and ages less than b ppm per year. o Any upconversion of a digitally generated modulatcd slgnal shali presexvc the phase stability and frequency stability inherent in the digitally gcncrated signal. • The detector s�all not rely on temperature compensation circuitry to maintain transmit frequency stability. � The bandwidth of the transmit si�nal of the detector shall not vary by mare than 1% under alt speci�'ied operating conditions and over the expected life of the detcctor. (b) Antenna Design o The detector ante�nas shall be designed on printed circuit boards. � The �ertical beam width of the detector at the 6dB points of th� two-way pattem shall be 65 degrees or greater. C1TY OF FORT WORTH West 7t1� Street Icnpra�ements STANDARD CONSTRUCT[ON SPHC3FTCATTON CIOCUM�NTS City Project �Io. IU1555 Revfsed Sepccmbcr D l, 2fl20 3441 IU-43 TRAFFIC SIGNA€.S Page 43 of 107 � The antennas shall cover a 90 degree horizontal f eld of v�ew. � The sidelobes in the RPD two-way antenna pattern shall be -40dB or Iess. (c) The detector shall transmit a signal with a bandwidth of at ieast 245 MHz, v�+hich provides for a resolution of 2 feet. (d) The detecior shalE pr.ovide at least 8 RF channels sa that mul[iplc units ean be mounted in the same vicinity without causing interfe�-ence beCween thern. {e) The dctector shall have a self-test that is used to verify correct hardware functionality. (� The detector shall have a diagnostics mode to verify correct system functionality. (4) Physical Properties � (a) The detector shall not exceed 4.2 pounds in weight. (b) The detector shall noi exceed 13,2 in. by 1 Q.6 in. by 33 in. {33.5 cm x 26.9 cm x 8.4 cm) in its physical dimensions. (c) All external.parts of the detector shall be ultraviolet-resistant, corrosion-resistant, and protected from fungus growth and moisture deterioration. (d) Enclosure . � The detector shaEl be enclosed in a Lexan, Makrolon, or oiher approved polycarbonate material. o The enclosure shall be ctassified "fl" ouidoor weatherability in accordance wit.i� LTL 74GC. � The detector shall be cIassified as watcrtight according to Che NEMA 250 Standard. � The detector enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. � Test resuits shall be pravided for each of Che foliowing type 4X criteria: External Icing (NEMA 250 clause 5.6), Hose-down (NEMA 250 clause 5.7), 4X Corrosion Protcction {NEMA 250 cIause 5.10), Gasket {NEMA 250 clause 5.14). �� The detectar sh�ll be atile to withstand a drop of up to 5 feet without compromisin� its fnnctional and stnictural integrity. � The detector cnctosure shall znclude a connector that meets the MIL-G26482 speci�cation. o The MIL-G26482 connector shall provicic contacts iar all data and power connections. (e) Power o The detector shall consutr�e Icss than I Q W. � The detector shall operate with a DC input between 9 VDC and 28 VDC. { fl Communications Ports • The detector shall have two communication ports, and both ports shall cominunicate independently and simultaneously. CiTY pF FpRT WORTi-i West 7th Street Improvemenls STANDAR�7 COiQSTRUCTION SPECIFICATFO�T I)OCi111�ENTS Ciry Pruject Nu. 10i555 Revised Septem6cr 01, 2020 3AA! 1U-44 TRAFFTC SIGNALS Pxge 4a aF ]07 o The detector shalI support the upload of new firmware into the detector's non-�iolatile memoiy o�er either communication port_ � The detector shall suppart the user coniiguration of the following: Response delay and Push port. � The cocnmunication �arts shall support at least a 9600 bps baud ra[e. Radar ad�anced detection 1) The prodt�ct brd shaii be the SmartSensor AdvanceT"' by Wavetronix, or � approved equivalent, and shall meet the following speciiications. 2) Genera] a) All rz�aterials furnished, assembled, fabricated, or installed under this Item will be new, corrosion resistant; and in strict accordance with the details shown on the plans and in this Special Specification. b} The detector will be non-intrusive, easy to install, remotely accessible, and prov�de �nultip]e conncctivity options for easy integration into legacy systems. {1) The detector will ha�ve a method for automatically calibrating ihe deiection de�+icc; this method will be executed in the detectar's internal procc5sur. "t"his auto-calibration mcthod will automatically determinc detection thresholds_ c) Sensor Performance (1) The deteGtor will accurately and continuously detect Estimated Time of Arrival (ETA), speed, and range data' for �ehicles, ar clusters of �ehicics simuitaneously movrng wilhin 100 feet to 500 feet from the sensor in the selected dircction of travel. (2} The detectox will be mounied in a forward-�re position, Eaoking into either approaching or departing traffic for the selected dircction of travel. � (3) The detcctor will filter the ETA data, speed data, and range data based upon minimum and maximum constraints to produce alerts, customizable for safe and efficient dilemma zone protection, congestion management, and other operational goals. {4) The defector will mazntain accurate perfarmance in all wcather conditions, inctuding rain, frcczing rain, snow, wind, dust, fog, and changes in temperatures and �igfit. {5) The device will not rely on temperature compensation circuitiy and will be capable of cantinuous operation over and ambient temperature rangc from -40° C to 75� C, and a rclative humidity range fronn fivc percent io 95 percent {non-condensing}. (6) Detector operation will continue in rain or snow up to 10 cm per hour, and the device will not expericnce degraded performancc when encased in l/2 inch of ice. (7) Speed data will be accurate for individual vehicle measurement when there are no adjacent �ehicles traveling in the sarne direction. (a) Eighty-ti�e perccnt of all measurements will bc w�thin 5 mph of truth when vchicles are not changing speed. CI"fY OF FORT WORTiI West 7tli Strcct Ina�z�oveuients STANDARD CONSTRUCTTOi�f SPEC[F[CATIOM DQCUM]?NTS City ['roject Nu. 101555 Revf sed Sep�emher {I1, 2020 34 4l l0 -45 TRAFF�C SIGNALS Page 45 of 107 {b) Speed accuracy will be verified with radar gun, by video speed trap using the frame rate as a time reference, or equivalent method. {8) Range data will bc accurate for tndividual vehicIe measurcmcnt . when there are no adjacent vehicles traveling in the sam� direction. (a) �ighty-five percent of all measurements will �e within ten feet of the distrihuted length of the vehicle when vehicles are not changing speed. Range accuz-acy will be verified with: LIDAR gun, by video using visual markers as a distance reference and frame rate as a time reference, o�- equivalent method. (9) ETA data will be accurate for individual vehicle measurements when there are no adjacent vehicles traveling in the same direction. (a) ETA is the estimated time of arrival as calculated by dividing the vehicics range from the stop bar by the speed of the vehicle. (b) ETA is calculated for purposes of safely and ef�ciently protecting vehicles within the decision dilemma zone, vvhich is nominally defined to exist for motorists with an ETA beiween 2.5 and 5.5 seconds from the stop bar who are driving faster than 35 mph when the light turns yellow. {c} Eighty-�ve percent of all measurements wil[ be within one second of truth for all vehicles not changing speed wiihin the decision dilemtna zone. (d) ETA accuracy will 6e verified with: LIDAR gun, or by video using visual markers as a distance reference and frame rate as a time reference. d) Lightning snrge protection.that meets or exceeds the EN 61000-4-5 Class 4 specifications will be installed no �arther than 40 feet along the dctector cable from the detector unit. To ensure the continued operation of the detector in the prescnce of electrical surges, all connections to the c#etector will be protected, including power, RS-232, RS-485 communication lines and ground. e) Communicatian { 1) The detector will provide two or more communication porCs that can be accessed simultancously using any detector-supported protocal. (2) This will enable multiple operators to callect data from the detecto�• at the same time without interrupting or interfering with each other. (�) The detector will provide RS-232 and RS-485 serial communication parts; each communication port will support aIl of the following baud rates: 9600, 19200, 3840U, 57600 and 1 15200. {4) The RS-232 port wili be full-duplex and will support ttue RTS/CTS hardware handshaking for interfacing to various communication devices. fl Pawer ( L) The detector will consu�ne less than I O watts rvrth a DC input between 12 VDC and 28 VDC. CCI'Y OF FORT WORTH West 7th Street Improvements STAN�ARD CONSTRUCTION SPECIF1CATiql+i ➢OCUM@NTS City P�vject No. ] 61555 Revised Septembcr 01, 251211 3441 1�-46 TRAFF[C S[GNAI.S Page 4G nf 107 (2} The equipment will be designed such that the failures of the ec�uipment will not cause the failure of any other unit of equipment. (3) Automatic recovery from pawer failure will bc within 15 secnnds after resumption of power. g) Windows� and PocketPC� -based Software {1) The detector will also include graphical user interface software that displays all configured zones and provides visual representation of a�l detected vehicle clusters. The detected range, speed, arrival time, and identification number will he viewab[� on the visua] representation af all detec.ted vehicle clusters. The graphicaf interface wil� operate on Windows 98, Windows 2000, Windows NT 4.0, Windaws XP Pro and Windows PocketPCs equi�alent to the Dell Axim XSOv. The software will automati�ally scicct the correct baud ratc. (2) The gtaphical user interface will also display all configured alerts and pro�ide visuaf representation of their actuat�on. The operatar will have the ability to con�gure alerts using minimum and maximurri constraints on the dctected ETA, speed, and range of vehicics. {3) 't'he operatQr will have the ability to save the conf guration � information to a file, or reload the detector configuratian from a Fle, usin� the graphical user interface software. Using ti�e installation sofiware, the operator will be able to easily change the baud ratc on the sensor by selecting ba��d rates tiom a drop-down list, as welE as add response delays for the communication ports. Additionally, the operator w�ll have the ability to switch between data pushing and data polling, and change the detector's settings for FIow Contro] from none to RTS/CTS and �ice versa. (4) The operator will be able to upioad new firmware into the detectar's non-volatile rr�emory over any supported communication channel. h) RF Design (1) All microwave circuitry within the detector will be designed utilizing active eontrol thaE dyt�amically adjusts to cc�mpcnsaEe for tem�eraturc and age variations in component per%rmance. This eliminates most opportunities for hurz�an error or age dcgradation in circuits thai contribute to product, perforn�ance. The circuitry will be void of any manua] tuning c�em�ents that could �ead to human en-ar and degraded performance over time. . �(2) All transmit modulated signa�s wiIl be generatcd by means of digital circuitry, such as a direct digital synthcsizer, that is referenced to a frcquency source that is at least 50 ppm stablc o�er the speci�ied temperature range, and agcs less than six ppm per year. Any up-conversion of a digitally generated modulated signal will preserve the pl�ase stability and frequency stability inherent in the digitally gencrated signal. Thcse specifications ensure that durin� operation the detector strictly conforms to FCC . rcquirements and that the radar signal quality is maintained for precise algorithmic quality. C1TY OF FOR'i WORTH West 7th Strcct Improvements STANDARD CONSTRUCT[ON SPFCT�ICA'fION DOCUMENTS City Project No. 1Ot555 I2eviscd Septen�ber01, 202U 3aa� io-a� r�aFric sicnrnLs Page A7 of 107 i) J) {3) The detector antennae will be designed on printed circuiC boards, eliminating the need far RF connectors and cabling that result in decreased reliability. Printed circ�it antennae are less prone to phystcal damage due to their extremely low mass. (4) The antennae parameters will meet the following criterion to ensure quality perfocmance: {a) 3 dB �levation B�am Width: � 65 degrees (b) 3 dB Azimuth Beatn Width: < 15 degrees (c) 5ide Lobes: � -20 dB Enclasure . {1) The deteckor will be enc�osed in a Lexan polycarbonate, ultraviolei resistant material and will be classifted as watertight according ko the NEMA 250 Standard. The enclosure will be classified "fl" Qutdoor weatherability in accordance with UT_ 746C. (2) The detector will be able to withstand a drop of up to 5 feet withauC cumpromising its functionaE and structural integrity. Input file cards (1) The detector manufacturer will provide an optional input file card compatible with 170, 2070, NF,MA TS 1 and NEMA TS2 input file racks. The input file card will translate per vehicie data packets or actuation packets from the detector inCo corresponding contact cIosure outputs. Operators wiil be able to assign any contact closure oukput channel ta a.ny configured alert. These settings will be saved in non-volatile memory on the input file card for complete recovery in case of power failure. (�} The input filc card will suppart DuaI Loop (Speed Trap) emulation, as well as the following modes of operation: (a) Actuation (true presence filtered by conditional alert constraints output in rcal time with 2.5 ms resolution) (b) Pulse (a single 125 ms outpuk pulse for each vehicle} (c) Presence (an output pulse corresponding to the duration of each vehicle cluster in the detection zone with a resolution of 2.5 ms) (d) Singie Loop Speed (duratian of the pulse corresponds dircctly to thc spccd of the vehicle, speed (mph) — 13.64/duration in seconds) (3) The input fiie card will rcceive data packets over an R5-485 bus at any of the following baud rates: 9600, 19200, 38400, 57600 and 115200. Also, the input file card will auto-baud and auto-detect a detector over wired and wireless communication channels that have a maximum latency of 500 ms. (4) The input file card wi11 comply with the NEMA TS2-1998 Traffic Controller Assemblies with NTCIP Requirements, Section 2.8 specification. Documentation and results of the NEMA T52-1998 test will be provided_ (5) The input file card will also provide failsafe operation, so that in the event of failure of communication from thc sensor, a constant call will be placed on all contact closure c�annels. C1TY OF FORT WORTH West 7th Streel [mprovements 5TANDART] CONSTRUCTiON SPECIFICATION DOCUMENTS City Pruject �lu. I p 1555 Revised Septembcr 01, 2024 3aat to-�s �rxnF�rr, src��rar�s ���� aR �r i o� (6) The input f[e card will comply with the EN 61000-4-5 Class 4 lightning surge protection test specification. Documentation and results of the EN 61000-4-5 Class 4 test wiil be provided. k) PCC (1) Each detector will be Federa[ Communications Commission (FCC) certified under CFR 47, Part 15, section 15.245 as a field disturbance sensor, or sectian 15.249 as an intentional radiator. This certification will be displayed on an external label on each device according to the rules set out by the FCC. (2) The detector will transmit in the 10.50 — 10.55 GHz or 24.00 — 24.25 GHZ frequency band and will meet the power transmission requirements specified under seetions 15.245 and 15.249 of CFR 47. (3) The manufacturer will provide documentation proving campliance ta all FCC specitications. c. Radar Detection Cable 1) The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-G26482 connector. 2) The connector back shell shall be an environmentally scalcd shell that offcrs cxcellent ixnmersion capability. 3} All conductors that interface with the connector shal] be encased in a single jackat, and the outer diameter (O.D.) of this jacEcet shaEl be witnin the back shall's cable O.I]. range to ensure praper sealing. 4} The back shell shall have a strain relief with enough strength to support the eable s[ack under extreme weather conditions. 5) The cable sha11 confortn ta the following specificatians: 6) The RS-485 conductors shall be a twisted pair. 7) Thc RS-485 conductors shall have nominal capacitance conductor to conductor of less than 71pF/Ft ai 1 KHz. $) The RS-485 conductors shall havc nvminal conductor DC resistatace of lcss than 16.5 ohms/ (304_S m) at 68°F (20°C). 9) The power conductars shall be one twisted pair with nominal conductor DC resistance ofIess than 11.5 ohms/ {304.8 m) at 68�F {20°C). 10} Each wire bundle ar thc cntire cable shaIl be shielded with an aluminumlmylar shicld with a drain wire. 11) The wire shall be a single continuous home-run cable with no splices allowed and terminated only in ti�e junction box provided by the manufacturer and in the trafiic signal cabinet at the other end. 12} Thc cablc O.D. shalI not exceed 0.4 inches. 13) Thc'cablc length shall nof exceed 20Q4 fect for the operational baud rate �f RS-485 communications {9.6 Kbps). l4) rf 12 VDC is being supplied for the detector then the cable length shall �ot exceed 90 feet_ 15} If 24 VDC is being supplied for the detectbr then the cabie length shall not exceed 500 feet. 16} Both communication and power conductors can be bundled together in the same cablc as long as the abave-mentioned condi�ions are met. 6. Hybrid Vehicle D�tection System and Cable C[l�Y OF FORT WORTH West 7th Strect Improven�cnfs STANDARU CONSTRjJCTiON SPP.CiP�CA"1"ION DOCUMENTS City Project Nu. 101555 Revi5ed Seplember0l, 2020 � 3441 10-49 TRAFF�C S�GNALS Page 49 oF Ifl7 a. The product �id shall be the Iteris Vantage Vector HybridTM system, or approved equivalent, and shall meet the following specifications. b. The multi-sensor system shal] utilize two different sensors of different technologies, video innaging and radar, to detect and track licensed and unIicensed vehicles at distances up to 600 feet. c. The sensor system shall fuse vehicle information from the two sensors to provide highly ac�eurate and precise deteceion for special or advanced applications. d. Thc multi-sensor system shall use a prirnary detector rack mounted processor to interface with the traffic controf cabinet. The module shalf process information from both video imaging and rada�� sensors simultaneously in real- time. e. - System configurations 1) The multi-sensor dctection system {MSDS) shall consist of up to two video cameras and radar units, detection processors (DP} capable ofprocessing from one to two intersection approaches, output extension modules, surge suppressors, a setup tool and a pointing dcvice. 2) Availa6le system configurations a) The MSDS wi11 be deployed at locatians where site conditions and roadway geometry vary. The MSDS syskcm may atso be deployed at locations where existing ca6inets or equipment exist. Existing site con�gurattons will dictate the availahility of cabinet space and MSDS usage. b) The proposcd MSDS shall be available in various configurations to allow maximum deployment flexibility. Each configuration shall have an identica� user interface foz- systcro setu� and confi�uration. The communications protocol to each configuration shall be identical and shal[ be hardware platform independent. Th� proposed MSD5 shall have muttiple configurations.availablc fnr deploytnent as described in Table 1. Tablc 1. M�DS Confi uration No. af Description Multi- No. Video Mounting Power Supply � Sensor Outputs Con�iguration Requerements In uts Rack Mount 12 or 24 VDC 5ingle-Chann�� 1 1 (Type 170 or power Frorn lZack Mounted NEMA TS-i, Rack TS-2 Racks Rack Mount � 2 or 24 VDC Dual-Channel 2 1 (Type l 70 or power From RackMounted NEMA TS-f, Rack TS-2 Racks f. System software CITY OF FORT WOR'CH West 7th Streel hn�rovements STAAIDARD CONST�ZUCT[ON SPECiP1CATION DOCUMENTS City Yrojccl No. ] O1555 FZevised September Ol, 2020 34411U-50 TRAT FTC; SiGNALS Pagc 50 of 1 p7 1) .The system shall include software that detects vehicles in multiple lanes. Video imaging detection zones shall be defined using anly an on-board video menu and a pointing de�ice to place the zones on a video image. Up. to 2� �+ideo detection zones per camera view shall be avaiIable. Twa additional trigger zones for the radar sensoe shall be available and be configurable by using the same system setup menu on the DP. A separate cazr�puter shall not be required to program the detect�an zones. A portable setup tool shall be available far sensor alignment and adj ustment of camera's field of view and focus. g. Materials 1) Multi-Sensor Detection System Hardware a) The MSDS hardware shall consist of the following four elements: {I) Video i�naging camera sensor (2) Radar scnsor (3) Sensor data corribiner (4) Detectian processor b) Thc MSDS shall be madc in the U.S.A. in compliance with FTA "Buy Atnerica" regulations. � 2) Videa Imaging Camera Sensor a) To accommodate deployment f7exibi�ity, the MSDS camera sensor shall be compatible will all DP platfarms identificd in Table 1. The MSDS camera sensor shall be supplied by the MSDS nnanufacturer. b) The advanced camera encloseare shall utilize Indium'i'in Oxide {I�O) technoiogy far the heating clement of the front glass. The transparent coating shall not impact ihe �isual acuity and sha]] be opticaliy clear. c) Cable terminations at the data combiner for vidco and power shall �nnt require crimping or spccial tools. d) The camera sensor shall allow the user to set the focus and field of view via Wi-Fi conncctivity. e) The camera shal] producc a useable videa imagc of the bodies of �ehicles under all roadway lighting cnnditions, regardiess oftime of day. The minimum range of scene iuminance over which the camera � shall produce a useable video image st�all he the minimum range from nighttime to. daytimc, hut nat less than thc range 1.O lux to I O,OOO lux. fl The camcra electronics shatl includc automatic gain control (AGC) to produce a satis�actory image at night. g) T�e imager luminance signal to noise ratio (S/N) shalE bc more than 50 dB with the automatic gain control (AGC) disabled. h) The imager shall employ three ciimcnsional dynamic naise reduction (3D-DNR) to remo�e unwanted image noise. i) The camera imager shall crnploy wide dynarnic range {WDR) technoIogy to compensate for wide dynamic outdoor lighting conditions. Thc dynamic range sha[E bc greater than 100 dB. j} The camera shall be digital signal processor {D5P) based and shall use a CCD sensin� element and shall output color video with resolution of not less than 550 TV lines. k) The camera sensor shall inclucie an cicctronic shutter control based upon average scene lurr►inance and shall be equippcd with an auto-iris lcns that operates in tandcm wiCh the electronic shutter. The electronic shutter shall operate between the ranges of [/l to 1/1d,000th seconci. CiTY OF FURT WORTH West 7th Street Tn}provements STAiVpARD CONSTRi7CTTON 5PI;CIFICAT[OIJ DOCLIME1v;T5 City Pruject Nu. l O1555 Rcvised September 01, 202.f1 34 41 10-51 TRAFFIC SIG[YAI.S Page 51 of 107 1) Th� camera sensor shall utilize automatic white balance. m) The camera sensar shall include a variable focal length lens with variable focus that can be adjusted, without opening up the camera housing, to suit the site geometry by means of a portable interface device designed for that purpase and manufactured by the detection system supplier. n) The horizontal �eld of view shall be adjustable fram 4.6 to 53.6 degrees. This camej•a configuration may be used for the majority of detection approachcs in order to minimize the setup time and spares required by the user. The lens shall be a 12x zoom lens with a focal length of 3_7mm to 44.Omm. o) The lens shall also have an auto-focus feature with a manual overridc to facilitate ease of setup. p) The camera shall incorporate the use of preset positioning that store zoom and focus positioning information. The camera shall have the capability to rccall the previously stored preset upon applicatian of power. q) The camera shall be housed in a weather-tight sealed enclosure conforming to IP-67 speci#ications. The housing shall allow the camera to be rotated to allow proper alignment between the camera and thc traveled road surface. r) Thc camera enc�osure shall bc equipped with a sunshield. Tlie sunshield shall include a pro�isian for water diversion to prevent water from flowing in the camera's ficfd of view. s) The camera enclosure shall be design so that the pan, tilt and rotation of the camera assembly can be accornplished independently without affecting the other settings. t) The camera enclosure shall include a proportion.ally controlled Indium Tin Oxide heater design that maximizes hcat transfer to the lens. The output power of the heater shall vary with tcmperature, to assure proper operation of the lens fiinctians at low ternperatures and prevent moisture condensation on the optical faceplate of thc enclosure. u) The glass face on the front of the enclosure shal� have an anti-refleckive coating to minimize light and image reflections. v) When mounted nutdoors in the enclosurc, the camera shall operate in a temperattu-e range fram -34 °C to +74 °C and a humidity range from 0% RH to 100% RH. Measurement of satisfactory video shall bc based upon DP system op�ration. w) The camera sensor shall acquire its power from the sensor data combiner. x) Recommended camera placernent height shall be 18-33 feet (o�' 6-10 meters) above the roadway, and o�er the traveled way on vvhich vehicles are to bc deiected. For optit�um detection the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 350 feet for reliable detection (height to distance ratio of 10:100). Camera placement and ficld of view (FOV} shail be unobstructed and as noted in the installation documentation provided by the supplier. � y) The video signa] shall he fully isolated from the camera enclosure and power cabling CIIY OF FORT WORTH West 7tEi Street L�provements STAiV�ARD CONSTRUCTiO�I SPHCIFTCAT[Of�f DOCLlMENTS City Pruject No. 101555 Revised Septembcr f�l, 2020 34 41 l9 - 52 '1'RAFFiC SIGNALS Yage Sz of I 07 z) A weather-proof protective cover shall be pro�ided to protect all terminations at the camera. 3) Radar Sensor a) The r�dar sensor shall operate in the 24 GHz frequency band and shall operate on 1 of 7 available enumerated channels that is user selectable. b) The radar detection range shall be b00 feet minimurr�, }I- 5°/a. c) 'I'he radar sensor shall be able to track up to 20 independent objects simultaneously. d) Qbject spced detection shall be within a rangc of 0 to 150 mi Ics per haur +/- i.0 miles per haur. e) The radar sensor shali be able to detect vehicles in 1 to 4 traffic lanes. fl The radar sensor shall be haused in a weathcr-tight sealed enclosure . conforming to IP-67 speciiications. The housing shall allow ihe radax to be adjusted to allaw proper alignmcnt between Che sensor and the traveled road surfacc. g) When mauntcd outdoors in thc enclosure, the radar shall operatc in a temperature range from -34 °C io +74 °C and a humidity range fronn o�io � tQ z oo�ro �-�. h) The radar sensor shall communicate with the sensor data cambincr. i} The radar sensor shall acquire its power from the scnsor data combiner. 4) Multi-Sensor Assembly a} Both camera and radar sensors shall be housed in an overall, singlc enclosure assembly. b) The overai� sizc of the multi-sensor enclosure shall not exceed 14 inches x 15 inch�s x 17 inches. c) �'he overall weight of the multi-sensor�unit shall not exceed 11 pounds. d) The effective projected area {EPA} shall not exceed 2.0 squarc fcet. e) The maximum power consumption for the multi-sensar assembly shall be less than lb watts typical, 20 watts peak: 5} 5ensor Data Cambiner a) A sensor da#a combiner that combines scnsor informatian fram.bokh . video and radar sensors shall be employcd. b} The sensor data cor►�biner shail supply primary power to each sensar uniC. c} The sensor data combiner shall facilitate digital communications bctween the sensor data combiner and each of the sensor units. d) The sensor data combiner shall get its primary pawcr from an AC power source using industry standard 3-conductar cabling. e) The sensor data combiner shall comrnunicate wiCh tl�c detectian processor using a single coax cable. Both �idco imaging and radar data shall usc the singie coax cable. fl The sensor data combiner shall also emplay rttdustry standard Wi-Fi conncctivity for remote sensor system sctup using a mobi le programrning device such as a netbaok or tablet computer. Video camera and radar sensor shall be able to be con�gured independently. g) The sensor data signal shall be fuljy isolated from the mechanical enclosure and power cabling h) Cable terminaCions at the sensor data combiner shall not require crimping kools. CTTY Oh' FORT WORTiI �cst 7th Street Improvcmcnts STA�lDARD CONSTRUCTTON SPEC[FICATTON i)OCUMENTS City Projcct No. I p1555 Revised Septem6er 01, 2020 ' _ 3441 i0-53 TRAYFiC SiGNALS Pagc 53 of ]07 i) The sensor data combiner shall be housed in a weather-iight sealed enclosure conforming to IP-67 speci�cations. b} Detectoz' Processor (DP) a) Each sensor input shall accept RS170 {NTSC) or CCIR (PAL) signals From an external video source. T'he interface connector shall be BNC type and shall be located on the front of the processing unit. The sensor input shall have [he capabiliry to he terminated into 75-ohrns or high impeciance {Hi-Z) using dip switches or software control from the user menu. The sensor input shall also facilitate the data from the radar sensor. b} A LED indicator shall be provided to indicate the presence of the sensar signal. The LED shall illuminate upon valid sensor synchronization and turn off when the presence of a valid sensor signal is removed. c) Onc video output shall he provided. Thc video output shall be RS170 or CCIR compliant and shall pass through the input vrdeo signal. d) Por multi-channel video input configurations, a rnomentaiy push- button shall be provided on the front panel to cycle through each input �ideo channel. in the absence of a valid sensor signal, the channel shail be skippcd and the next valid sensor signal shall bc switched. The real time video output sha[f have ki�e capability to show text and graphical overlays to aid in systcro setup. The overlays shall display real-tirne actuation of detection zones upon vehicle detection or � presence. Overlays shall be able to be turned of`fby the user. Control af the overlays and sensor switching shal] also �e provided through the seiiaf cornmunications port. The video output interface connector shall be positive locking BNC type. Friction type (e.g. RCA type) connectors shall not be allowed. e) A serial communications port shall be provided on the front panel. The serial port shall cornpliant with EIA232 electricaI interfaces and shall use a DB9 type connector mountcd on the front panel of the DP. The serial communications interface shall allow the user to remotely configure the system andlor to extract calculated vehicle/roadway information, The interface protocol shall be documented or interfacc software shall be provided. The interface protocol shall support multi- drop or point-to-multipoint communicaYions. Each MSDS shall have the capability to be addressable. The D� shall support data rates of 1200 bps to 230,400 bps, iz�clusive. f� Open collector (contact closure) outputs shall be provic�cd. Fouz- (4} open collector outputs sha11 be provided £or the single or dual channel rack-mount coniiguration. Additionally, the DP shall a�low the use of extension modules to provide up to 24 open collector contact closures per carnera in�ut. Each open collectar output shakl be ca�able of sinking 30 mA at 24 VDC. Open collector outputs will be used for vehicle detection indicators as w�il as discrete outputs for atarm co�ditions. The DP outputs shail be compa#ible with industry standard detector racks assignfnents. CiTY OF F'O!2'I' WORTi[ Wcat 7alt Street Improveinents STANDARD CQtJSTEZUCTTON SPECIFICATION DOCUMF.NTS City Project No. IQ1555 Revised Septeatber Ol, 2020 3441 1U-54 TRAFF[C SIUNAI.S Page 54 nF 107 g} Logic inputs such as delay/extend or delay inhihil shall be supported through the appropriate detector rack connectar pin or frant panel connector in the case of the 110 module. For DPs and extension modules, 4 inputs shall be supported via detector rack interface. The I/O module shall accommodate eight {S) inputs ti�u�ough a 15-pin "D" connector. h) Detection status LEDs shall be provided on the front panel. 'I'he LEDs shall illuminate when a contact clos�ue output occurs. Rack-mounted detection processors shall have a minimum nf four {4) LEDs. Rack- mounted extension modules shall have two (2), faur (4) or eight (8) LEDs (depending upon extensian module type) tn indicate detectinn. i) The fi�ont panel of the DP shail have detector test switches to allow the user to manually place ca11s on each DP output channel. '[�he test switch shall be able to place either a constant call or a momentary call depending on the position of the switch. j) A USB mouse port shalI be providcd on the front paneE of the rack mount detection processing unit. The rnouse port shall not require special mouse software drivers. The mouse port shail be used as park of system setup and configuration. A mouse shall be provided with each detection processor. k} Extension modules shall be connected to the DP by an 8-wire twisted- pair cable with modular RJ45 connecCors. DP and EM communications shall be accommodated 6y methods using differentiat signais to reject electrica�ly coupled noise. I) �xtension modulcs (EM) shall be a�ailable to eliminate thc need af rewiring Ehe detector rack, by cnabling the user to plug an extension module into the appropriate slot in the detector rack to provide additional open collector outputs. The exkension module shall be a�ailable in both 2 and 4 ehannel configurations. EM configurations shall be prograrnmable from the DP. A separate IIO module with 32 outputs through a 37-pin "D" connector on thc front panel and S inputs through a 15-pin "D" connector using an external wire harness for expanded flexibility shall also be available. m) The DP and EM shall be specifically designed to mount in a standard detector rack, using the edge connector to obtain power, provide contact closure outputs and accept logic iilputs {e.g. delay/extend). No adapters shall be required to mount the DP or EM in a standard detector rack. Detector rack rewiring shall not be required. n) The DP shall utilize non-volatile memory technology to storc on-board firmware and operational data. o) �'he DP shafl enahle the loading of modified or enhanced software through the EIA232 or USB port�t (using a USB thumb drive) and without modifying thc DP hardware. �) Thc DP and EM shall be powered by i2 or 24 volts DC. DP and EM modules shall automatically compensate for either 12 or 24 VDC operation. DP power consu�nption shall not exceed 7.5 watYs. The EM power cansumption shall not exceed 3 watts. q} The DP shall operate satisfactorily in a temperature range from -34 °C to -�74 °C and a humidity range from 0%RH to 95°/aRH, non- condensing as set forth in N�MA specifications. C]'CY OF FORT W�R"�'El West 7th Strcet Improvements 5TAIVDARD CONSTRUCT[ON SPECIFiGATiON DOCUMEIYTS City Pro�ect No. I O1555 ReviSCd Septemher 01, 3020 3441 ID-55 ']'RAF�iC SIGNALS Pagc 55 nf [07 r) An Edco CX-06M video surge suppresser skaall be provided for each sensor input. The surge supp�•esser shall be app�•opriately grounded to the cabinet ground rod using l4 AWG tt�in�nnum. 7) System Software � a) Detection zones sha!! be programmed via an on board menu displayed on a video monitor and a pointing device connected to the DP_ The menu shal� faciliCate placement of detection zones and setting of zone parameters ar to view system parameters. A separate computer shall not bc required for programming detection zones or to view system operation. b) The DP shall store up to three different detection zone patterns in non- volatile memary. Tl�e DP can switch to any one of the three different detection patterns within 1 second of user request via menu seIection with the pointing device. Each configuration shal) be uniquely labeled and able to be edited by the user For rdentrfication. The currently active configuration indzcator shatl be displayed on the monitor. . c) The DP shal! dctcct vehicles in real time as they travel across each detection zone. d) The DP shall acccpt new detection patterns from an external computer throu�h the EiA232 port when the external computer uses the co�-rect cornmunications protocol far dowr�Ioading detection patterns. A WindowsTM-based software designed for local or remote connection and providing video capture, real-time detection indicatiori and detection zone modification capability shall be pravided with ti�e system. e) The DP system shall have the capability to automatically switch to any ane of the stored configurations based on the time of day which shall be programmable by tfie user. f} The DP shall send its detection patterns to an externaI computer through the EIA232 poti when requested when the external computer uses the appropriate communications protocol for uploading cEetcction patterns. g} The DP shall defauit to a safe condition, such as a constant call on each active detection channel, in the event of unacceptable intcrfcrcnce or loss of the sensor signal. h) The systetxa shaIl be capable of automatically detecting a low-visibility condition such as fog and respond by p�acing all effected detection zones in a constant call rnode. A user-selecked alarm output shall be activc duting thc Iow-�isibility condition that can be used to modify the controller operation if connected to the appropriate controllcr input modifer(s). The system shall automatically revert ta narmal detection mode when tlie low-visibility condition no longcr exists. i) Up to 24 detectior► zones per camera input shall be supported and each detcction zone can be sized to suit the site and the desired vehicle detection region. j) The DP shall support 2 independent trigger poir►ts for radar outputs far dileEnma zone applications. k) The DP shall provide up to 24 open co�leclor oul�uC channels per sensor input using one or more extension modules. C[TY OF FORT WORTH West 7th Sh�eet impo•ovcmcnts STAAFDARD CONSTRilCTiON SPIiCiPTCATION DOCUMP.TVTS Cily Pruject No. 101555 iievi sed Septcmbcr D I, 2p26 � 34 4l l0 - SC TRAFFIC SIGNALS Page 56 of I 07 �� m) n) o). l�) �1) r) s) t) u) v) w) x} A single detection zone shall be able to replace multiple inductive loops anci the detection zones shall be OR'ed as the default or may be AND'ed together to indicate vehicle pres�nce on a single approach of traffic mo�ement. Placement of detection zones sha[l be done by using only a pointi�g device, and a graphical interface built into the DP and displayed on a video monitor, to draw the detection zones on the video image from each video camera. No separate computer shall be required tn pro�ram the detection zanes. When a vehicle is detected within a detection zone, a visual indication of the detection shall activate on the video overlay display to confirm the detection of the vehicle for the zone. Det�cCion shall be at least 98%'accurate in good weather conditions, with slight degradation possible under adverse weather conditions (e_g. rain, snaw, ar fog) which reduce visibility. Detection accttracy is dependent upon site geometry, carricra placement, camera quality and detection zone locakion, and these accuracy levels do not include allowai�ces For occlusion ar poor video due to camera location or quality. The DP shall pro�ide dynamic zone recontigura�ion (DZR). DZR enabtes normal operation of existing detection zoncs.when one zone is being added or modified during the setup �rocess. Thc new zone configuration shail not go into effect until the configuraYion is saved by thc operator. DetectiQn zone setup shall not require site specific inforrnation such as latitude and longitude to be entered into the systcm. The DP shall process tl�e video input from each camera at 30 frames per second. Multiple camera processors shall process all �ideo inputs simulkaneously. The DP shall output a constant call during thc background learning period nf no more than 3 rninutes. Detection zone autputs shall be conftgurable to allow the selection af presence, pulse, extend, an�i delay outputs. Timing parameters of pulse, extend, and delay c�utputs shall be user definable between 0.1 to 25.0 scconds. Up to six vidco dctcction zones per sensor input shall have the capability to count the number of vehicIes detected. The count value shall be internally stored for later retrieval through the EIA232 port. Thc zonc shall also ha�e the capability to calculate and store a�cragc speed and lane occupancy at bin intervals of 10 scconds, 20 seconds, 1 minute, 5 minutes, 15 minuies, 30 mxnutes and 6� minutes. One radar sensor zone shall also counk vehicles, cafculate, and store the a�erage speed and lane occupancy acrass Che approach. • In addition to the count typc zonc, the DP shall be able to calculate and/or acquire a�erage speed and lane occupancy using both video and radar sensors. These values shall be s#ored in non-volaiile memory for later retricvaf. "I'he DP shal� have an "advance" zone type where detec�ion ouCputs to the traffic controller is comper�sated for angular occlusion and distance. CI'E'Y OF FORT WORTFI West 7th Street I�nprovements STANI�ART] C�NSTRUC'C[ON SPEC[F[CAT[DN DOCUMElVTS CiLy Prujccl No. 1O1555 Rcviscd Septe�nber Ol, 2020 3491 ]0-57 TRAFF{C STGNALS Page 57 nf 107 y) The DP shall employ color overlays on the video output. z) The DP shall have the abiiity to show phase status {green, yellow, or red) for up to 8 phases. These indications shall also be color coded. aa) The user shall have the abiIity to enable or disable the display of the phase information on the video output. bb) The DP shall have the capability to change the characteristics of a detection zone based on external inputs such as signal phase. Each detection zone shall be able to switch from one zone type (i.e. presence, extension, pulsc, etc.) to another zone ty�e based on the signaI state. For example, a zone may be a"count" zone when the phase is green but change to a"prese�►ce" zone type when the phase is not green. cc) Another application would be zone type of "extension" when the signal phase is green and then "delay" whe� red. dd) For alpha numeric user inputs, the DP shall utilize a virtual keyboard on the vidco overlay system to ease user input. The virtua� keyboard shail use Chc standard QWERTY keyboard layout. ee) The DP shatI aid the user in drawing additional detection zones by automatically drawing and placing zones at appropriate locations with only a single click of the mouse. The additional zone shall utilize geometric extrapolation of the parent zonc when creating the child zone. The process shall also automatically accommodate lane marking angles and zone overIaps. . tt) When the user wishes to rnodify Yhe location of a zotte, the L1P shal] allow the user move a single zone, multiple zoncs or al] zones simultaneously. gg) When the user wishes to modify the geometric shape of t�e zone, thc DP shall a11ow th� user to change the shape by moving the zone corner or zonc sides. hh) On scrcen zone identifiers sha116e modifiable by the user. The user shall be allowed to select channcl output assignments, znne type, input status, zone labeis or zone numbcrs to be the iden�ifier_ ii) F.or multiple camera input DPs, the user shall have the ability to enable automatic video output switching. Thc dwell time far each sensor input shall be user prograinmable. jj) For radar sensor zones, the output can be triggered by presencc of a vehicle only or by �resence of a vehicle above a user-defined spced threshold. 7. Vehicle Detector Laops {Sawcuf) a. Detector Loap Wire 1) Use stranded copper Na. 14 AWG XHHW cross-lin�Ced-thermosetting- - polyethylene insulated conductor rated for b00 volts CA for vehicle cletecto�� Ioop wire. b. Detector Lead-In Cab�e 1} Loap detector lead-in cable shall be a single 4 conductor No. 18 AWG, shielded cable. Z) 1 cable shall service cach toop where practical. c. Sealant CITY OF FORT WORTH West 7th SEreet [mprovements STANDARD CONSTRUCTCON SPTCiP1CAT10N DOCUMENTS Ciry Project Nu. IO1555 Revised Seplemher 01, 2020 34 41 10 • 5$ TRAFF�C 51<iNALS Page SR of 107 1) Use sealant for the vehicle detect4r loops in accordance with TxDOT DMS-6340, "Vehicle Loap Wire Sealant." S. Emergency Vehicle Preeri►ption Eqnipment and Cable a. The product bid shall be the OpticamT"' system by Globa! 7"raffic Technologies, or approved equal, and shall meet the follawing specifications. b. Provide new, coiYosior� resistant materials. c. Ernergency Preemptian Phase Sclector � 1) Shall be a piug-in two channel, dual priority, encoded signai device. 2) Sha11 have the capability to. be installed direcdy into the input file of Type 170 traffc controtlers equipped with priority phase selection software. 3) Shall recognize anci ciiscriminate among three distinct emitter frequency rates via Emergency Preemptian Detectors: Cammand Priority, Advantage Priority and probe vehicles. 4) When E�nergency Preemption Detector signals are recognized as a valid ca91, the Emergency Preemption Phase Se[ectar sha11 cause the signal controller to advance to and/or hold the desired traffic signal display. This is accomplished by utilizing �,mergency Preemptian Phase Selector circuitry in conjunctian with normal intemal controller funclions. 5) The Emergency Preemption Phase Selector shall be capable of lssigning prioeity traffic tnovement ta one of two channels on a t�rst come, �rst serve basis. Each channel shal[ be connected to select a particulai traffic movcment from those norrrtally available within the controller. 6} Once a call is recognized, "commit to green" circuitry in the Emergency Preemption Phase Selector shall funetion so that the desired grccn indieation will be obtained even if optical communication is lost. After seiving a priority traffic demand, the Emergency Preemption Phase Selector shall release the contro�lcr to follow normal sequence operation. 7) The phase selectar shall not change the timing of thc following intervals for any normal controller phase: minimum green, walk, pedestrian ciearance, yeilow change, or red clearance. 8) Emergency Preemption Phase Selector shall also have the following features: two auxiliary dctcctors per channel, corr�patiblc with encoded signal and non-encoded emitters, computer-baseci interface (RS232 communications front port, and rear hack�lane, customizable ID code validaCion), crystal controlled circuitry, opticafly isolated outputs, front panel switches a�d diagnostic indicators %r testin�, and multi-function test switch. 9) Phase selector shall be powered from AC mains and shall pro�idc 24-�olt DC output for its associated detectors. IO} Emergency Preernption Phase Selector shall utilize solid state and relay circuitry to interface between the Emergency Preemption Detector and the traffic signal controllcr. 11) Emergency Preemption Phase Selector shal] supply power to and receive electrical signals from the Emergency Preemption Dctectoe. 12) Emergcncy Preemptian Phase Selcctor shal! be tested to NEMA eleclrical test specifiications. 13) Emergcncy Preemption �'hase Selector shall operate at a voltage rangc of 89 ta 135 VAC +1p�/fl and 60Hz + 3Hz. CITY OF FORT WORTH West 7th Street Improvements STANi)ARD CONSTRUCTION SPEC[FICATiON DOCUMLNTS City ]'roject No. lU I555 Aeviscd Sc�tcm6er Ol, 2020 344L 10-59 TRAFFiC SiGNALS Page 59 of 107 14} Provide equipment that is not affected by the transient voltages, surges and sags nortnally experienced on commerciaE power lines. It is the Contractor's responsibility to check the local power sezvice to determine if any special design is needed for the equipment. Any extra eost, if requrred, is subsidiary to this Item. 15) Install appropriate surge pratectars in the cabinet for the Emergency Freemption Fhase Selector and Emergency Preemption Detector. I 6) Provide equipment that meets the requirements of Sec. 2.1.6, "Transients, Power Service" of the NEMA Standard T52-I 992, and/or thelatest revision. 17) Provide xll wiring to the requirernents of the NEC. Cut alE wires to �roper lcngth. Pro�ide cabte slacks to facilitate z-err�oval and replacement of assembIies, panels, and modules. Do not double back any wires to take up slack. Neatly lace wires into cable wiih nylon lacing or pfastic straps. Secure cables with clasnps. 1 S) Provide diodes or other �rotective devices across the coils of all DC relays, solenoids, and holding coils for transient suppression. 19) Furnish equipment with readi�y accessible, manually re-settable or replaceable circuit p��otection devices (such as circuit 6reakers or fuses) for equipment and power source protection. 20) Design the equipmcnt such Ehat the failures of the equipment shall.not cause the failure of any other unit of equipment. 2I) Equipment furnished shall be maduiar in desi�n to allow major portions to be readily replaced in the field. 22} Emergency Preemption Phase Selcctar shai! have mechanica�ly key modules of unlike functions to prevent insertion into the wrong sockct or connector. � 23) Clearly identify all modules and assemblies with name, model number, serial number, and any other pertinent information required to faciIitatc ec�uipment maintenance. 24) A card rack sh�ll be supplicc� with every Emergency i'reemption Phase Selector. a) Shall be a metallic enclosure with a dedicated card slot far one phase seiector wikh cither two or four channel units. b} The fi•ont panel of the card rack shall include a tertninal strip for connecting the detectors, as well as a 9-pin circutar connector ancf harness to connect the phase selector's inpttts and outputs. c) The card rack shall be subsidiary to the Emergency Preemption Phase Selector. d. Emergency Preemption Detector 1) Furnish Emer�ency Preemption Detector that shall seamlessly operate with the vehicle emitters used in the projccE area. 2) Detector shall transform the optical energy detected from an approaching, vehicle mounted emitter to an electrical signal. 'I'he electrical signxl shall „ be transmitted a�ong an Emergency Preemption Detector Cab1e to the Emergency Preemption �hase Selector for processing_ 3) Dctectors shall permit a direct, unobstructed line-of-sight to vehicle approaches. CiTY �F FORT W(]RTH West 7t1� St��eet Iniprovements STAN�ARD CONSTRiTCTiON SPECIFiCATION DOCUMENTS City Project No. l O1555 Revised Scptcinber 01, 2026 �441 l�-fi0 TRAFF[C SiC,I�Af,S Page 60 af 107 4) Detector shall have a cone of detection of not more than 13 degrees. The Emergency Preemption Detector and/or Emergency Preemption Phase Selector shall not sense a pre-emption signal from an emitter outside this cone. � 5) Detector shall ha�e soEid state circuitry and advanced electrical transient immunity. 6) Detectors shall have a range of 200 feet and is adjustable up to.2,500 feet. 7) Detector shail operate at an electrical voltage of 24 to 28 VDC, 50 MA minimum. 8) Detectars shall operate at a te�nperature range of -30 degrees F to 165 degrees F. 9} Detectar shall include mounting hardware, as specificd, for mast arm mounting, span wire mounting, pole-side mounting, mounting on top of a signal head, or rnounting on top oF a pipe or pedestal. l0) Dctcctor shall have an adjustabie turrei configuration to accommodatc slcewed approaches. 11) Detector housing shall bc of li�ht weight, durable, high-irnpact polycar6onate material having stainless steel and brass �ttings. 12} Detector shall operate at a humidity of 5°/o to 95% relative. c. �mergency Preemption Detectnr Cable 1) Shall be Model 138 Opticom'�M cable, or ap�roved ec�uiealenC, and shall be compatible with all other equipment used in this specification. 2) Cable shall be individually tinned copper strand three-conductor cable with yellow, orange, and blue conductor wiees. It shali also ha�c a bare shiejd drain wire. 3) Cable shall be AWG �f20 {7�t28), stranded with conductor insulation of 600 volt, 75�C { 167�F). 4} Cable shall have a DC resistance not to exceec! l 1.0 ahms per 1000 t�. S) The capacitance from one conductor to other 2 conductors and shield shall not exceed 4$ pf./ft. 6} Cablc. jackct shall be rated for 600 volts, SO dcgrees C(176 degrees F), ane� minimum average wall thickness af 0.045 in. 7} Finished O.D. of 0.3 in. maximum. 9. Battery back-up (SBi� System for Signal Cabinets a. The product bid shall be the Alpha FXM 2000 model, or approved equi�alent, and shall meet the fo[lowing specifications. b. .Functionality 1) Stat�dby Mode a) The BBU shall be �rovided with a standby mode. b) The utility AC power shall be passed directly to the oatput. c) The system wiil transfer to Backup mode at user de�ned, low and high cutoff voltagc Icve1 transfer paints thaE are adjustable between 90 and 135 VAC. d) The BBU shall automatically apply a SVAC dif�'erer►ce for the return transfer points. e) When the BBU is in Standby modc (Buck/Boost Disabled), the BBL1 shall bypass the ut�lity Iine powcr wlienever the utility line voltage is autside the transfer set points (�2 VAC). 2) Low Restore C[TY OF FORT WOR"fH West 7th Strect Lnprovements STANDARD CONSTRUCT[ON SPECiFiCATTON DOCUM�;NTS City i'roject �lu. I OI555 Revised Scptcenber4l, 2620 • 34 4l IU - 61 TRAFFIC SIGNALS Page 61 of 107 a) In cases of low or absent utility line voltage, when the utility line voltage has been restored at or above 5 VAC t2 VAC of the low transfer set paint for rnore than 20 seconds, the BBU shall transfer from Backup Mode to LTtility Line Mode. 3) High Restore � a) In cases of high utility line voltage, when the utility line voltage has been restored at or above 5 VAC t2 VAC of the high transfer set point for moz�e than 20 seconds, the BBU s�all transfer from Backup Mode to Utility Line Mode. 4) Buck/Baost Line — Interactive Mode a) The SBU shall include Buck/Boost FunctionaliCy. b) The Suck/Boost mode shall have a minimutn range of 90-150 VAC. c) There shall not be any user definable transfer set points for the buck boost mode. d) Whenever Buck/Boost mode is selected, the output ofthe system shall be rcgulated between 100-130VAC. e) When the output of the system can no [onger be maintained with this range, the BBU shall transfer to Backup Mode. 5} Line Qualify Time a) The BBU shail have a user definablc line quali#y time. b) The user shall be ablc to select a minimum of three (3) possible settings. c) The minimum setting shal� 6e 3, 20, and 30 seconds. d) The default line qualify time shall be 30 seconds. 6) Battery Charger a) The BBU shall have an integral charger. b) The charger shaIl be a 3-step chargcr using bulk, absorption and float charging techniques, appropriate for the battery type. c) The integral3-Step Gharger shaIl use tempetature com}�ensation. d} The charging system shall compensate over a range of 2.5-4.OmV/°C pei• cell. e} A temperature probc which phigs into the front panel of the BBU sha11 be used to monitor the internal temperature of the batteries. f} The Temperature sensor shal! be of sufficient len��th to properiy reach the center battery and yet not too lnng to cause an inaccuratc readi�ng. g) The battaries shall not be recharged whenever the battery temperature exceeds SO�C. h) The recharge time for the hatteries irom "protective low-cutoff' to 80 percent or more of full charge capacity shall not exceed 12 hours. c. Operation 1) Thc BBU system shall provide the following operational modes when operating on battery power: full operation of all trai�c signai devices, flash operation, and combination of full and �ash operation. 2) The BBLT shall provide a minimurn of 2.0 hours of fiall time operation and 3.0 of flash operation.for a traffic signai utilizing LED only vehicle and pedesirian indications. 3) The BBU shall be compatible with all City cabinet and controller types; and ali cabinet components for full time operatian. 4) The BBU shall provide a minimum of 1 SOOW/1800VA[c�25�C active output capacity with 85 percent minirnuzn inverter efficiencv. CIl'Y OF FORT WORTH West 7th Street Improvements STANDARD CONSTRUCTiON SPECIFICAT�Ot�i DpCUMEI`'TS City Project No. I Q I555 Revised SepteEnber 4�. 2020 34 41 10 - 62 TRAFF[C SIGNALS , Page b2.of 107 5) When operating in backup mode, the BBU output shall be I20VACf5VAC, pure sine wave output, <3%THD, 60Hz f 0.05 Hz. 6) The BBU DC system voItage shall be 48VDC. 7} The maximum transfer time allowed, from disruption af normal utility line voltage to stabilized inverter line �oltage from batteries, shall be 40 milliseconds (ms). The same maximum allowable time shall alsa apply when switching from the inverter Iine �altage to utility-line voltage. Transfers to and fi�om i�atteiy o}�r;ration sl�all not interfere with the operatic�n of the oiher equipmcnt in the intersectiott. 8) The BBU arad all components shali operate without perfarmance degradation over a temperature range of -37°C to +74°C. Additionally, all camponents and parts used shall, at the minirz�um, be rated for this temperature range. 9) In the event the AC service feeding the BBU is severed, or there is a utility blackaut, the AV �oltage measured at the AC inputs to the BBU {line to neutral) shall be less than 1 VAC. 10) The BBU shall have lightning surge protection complaant witl� IEEE/ANSI C.62.41 and rnust be able to withstand 2000 volt surges applied 50 times across line and neutral. These surges shall not cause the BBU to transfer to Backup mode. 11) The AC input and output shatt i�c panel mounted pluglreceptacles that allow no possibility of accidental expasure to dangerous voltages. The AC Input shall be a male receptacle anc! the AC Output shall be a female receptacle. The receptacles shail ut�Iize sotne form of locking mechanism ar hoId down clamps that prevent accidental disconnects. • 12} The DC connection shall he a reccssed one or two pieces Anderson 5tylc receptacle. 13) The Power Transfer relay control and the battery ternperature sense inputs shall be heavy duty panel-�nountcd style connectors. 14) All connections shall provide mechanicaliy and electrically secure connections without the use of a screwdriver. The only exception is the Relay Terminal Block. 15) The BBU must be able to shut down in order to protect against internal damage in thc event of an overload at the output. 16) The BBU shall provide a Yime-of-day schedule. The time-of-day schedule shail allow the user ta schcdule operational modes. 17} The BBU shall automatically change o�erational modes based on the time- of-day schedule. 18) The BBU shall not switch from Flash Operation to Ful� �peration mode when the remaining battery capacity is �40 percent. 19) The BBU shall prevent a malfunction feedback ko the cabinet or from feeding back to the utility service. In the event of BBU failure (inverter/charger or battery) or camplete battery discharge, the power transfer relay sha11 revert to NormaEly Closed (de-energized) state where utility line power is connected to the cabinet. � 2D) The BBU sha11 initiate an automatic shutdown when battery output reaches 42DVC. 21) The BBU shall be equipped with an integraE system to prevent the ba.ttery from desYructive discharge or overcharge. d. Power Transfer Switch CETY OF FOR`]' WORTH i7Vest 7th Strcct Improvemenis $TANi)ATZD C;ONSTRUCTIOT�i S'PECIFICAT'ION DOCUM�;NTS City i'roject Nu. 101555 Revised Sepfem6erU1, 2020 . 34 91 10 - 63 TRAFFIC 5[GNALS Page 63 of 107 1 } Rating a) The BBU shall i�clude a Powe�- Transfer Switch rated at 120VAC/50 amps minimum. 2} Manual Bypass Switch � a) The Power Transfer Switch shall include a manual bypass switch_ Placing the manual bypass switch in `Bypass" mode shall cut AC power to the Invert�r/charger and route it directly to the traffic signal cabinet. b) In this conditian, powcr to the inverter is disconnected, and battery power from the inverter is disconnec�ed. c) The inverter can then be powered off without affecting normal intez'section operation. d} With the in�erter tut�ed off, the batteries can be safely disconnected � ftortt thc inverter. 3) Indicator light a) The Power Transfer Switch shall include a bypass indicator light ii�at automatically illuminates when the Manual b}rpass switc� is in Bypass position. 4) Status Relay a) The Power Transfcr Switch shall incluc3e a bypass status relay wfth narmally open, dry contacts that automatically close when the Manual bypass switch is in Bypass posiEion. 5) Power Trarasfer Relay a) The Power Transfer 5witch shall include a 50 Arr�p power transfer relay controlled by the inverter to cause the Power Transfer Switch to switch betwccn AC power from the utifity and baEtery power from the inverter. 6) Integrated Switch a) The manual bypass switch and the powcr transfer relay shall bc integrated togethcr within the Power Transfer Switch allowing the manual b}rpass swiich ta be rated at i 5 Amp and to be integrated with the bypass indicator light and 6ypass status relay. 7} Terminal Blocks a) The Power Transfer Switch shall have terminal blocks capable of accepting #6 AWG wiring with #6 AWG intemal to the Power Transfer Switch as required for 50 Amp operation. e. D'zsplays, Controls, Diagnostics and Maintenancc 1) The BBS inverter/charger unit shall include a backlit LCD display for viewing all status and configuration information. The screen shall be easily viewable in both bright sunlight and in darkness. 2) 5creen sizc a} The scrcen shall be large enou�h to display the foliowrng inf'ormation: (1) Operating mode (standby, buck/boost) (2) Utility input voltage (3) BBU output voltage (4) Charger status (5) Percent battery charge (6) BBU status (standby, backup, buck, boost) (7} Any alarms and faults CITY OF FORT WORTN West 7th,Strcct Improveirients 5TANDARD CONSTRUCT[ON SPECiFICATION I]OCUM�NTS City E'roject No. IOt555 Revised Seprcmher Ol. 2020 3441 LO-fi4 TRAFFIC SIGNALS Pagc 64 of I 07 3) The BBU inverter/charger unit shall include a keypad for configuring system parame�ers and na�igating system in.formation. 4) Communications a) The BBU sha11 be equipped with an industry standard RS-232 serial connection for• user contiguration and management. b} The serial port shall be an ETA-232 (DB9-Female) connector_ c} The BBU shall have an Ethernet communication interface far user can�g�u-ation and management. The Ethernet Port shall be an R7-45, EiA 56$B Pin Out Connector. d) The BBU shall be incle�de remote �r►onitaring & alarms transmission capabilities through the Ethernet RJ45 TP Addressable Port, using SNMP protocol. O�er mcans of communication wilI be considercd. e) All BBU configuration and System menus shali be accessible and programmable fram thc RS-232 and Ethernet Port. � The BBU sha�l support TCP and UDP over IP protocol corr�municakions. g) The BBU shall support FTP, Tclnet, and HTTP. h) The BBU shall be SNMP compliant. 5) Web-based interface a) The BBU shall be provided with a web-based-interface for user con�guration and management through a web browser. b) The BBU shall allow the user to do the following through the web browser: {1) Vicw logs {2) Change modes of operation {3) Configure ernail alarms (4) Adjust line qualify time (5) Program telay contacis (6} Coniigure nctwark parameters 6} Status LEDs a) The BBU shall have discrcte sYatus i,ED indications an the front of the inverter/chargcr. {1) Green output LED (a) This LED will be ON any time that the output of the BBU is tnodified, eithcr by backup Mode or by Buck//Boost Modes. (2) Red fault LED {a) This LED will bc ON any time that tnerc are any faults in the system. (3) Yellow Alarm LED (a) 7'he LED wi11 be ON any time that there are any alarms in the systern. {4) Eventtog (a) The BBU shall maintain an event log containing a minimum of 200 of the most reccnt events recorded by thc BBU. At a minimum, the event log shall record the following: date/time stamp, current operating mode, what the e�vent was. {b) The E�ent log sha11 be viewablc through thc LCD display, EiA-232 part, and the Ethcrnet Interfaccs. (5) Co�nters CfTY OF FOR'I' WORTH West 7th Sheet �mproveinents STANDARU CDNSTRLICTTOIV SPECIFICAT[OiJ DOCLIivTTsNTS City Vrojeet No. l O1555 Re�fsed ScptemberDl, 2020 �aa� io-�s 'fRAFFiC SIGt�lALS Pxge 65 of 107 (a) The BBL] shall keep track ot'the following: the number of times that the unif was in backup, buck, and boost modes. Programmable Relay Contacts 1) The BBU shall provide the user six (6) progra�nma6le dry relay contacts. As a minimum, the programmable options shall be On Battery, T�ow Battery, Timer, Alarm, Fau[t, and Off. 2) Relay Contact Terminals a) The relay contacts shall be made available on the front panel of the BBS via an 18-position, screw hold-down, printed circuiC board maunted terminal bloc[c. 3) Contacts a) Each relay shall have theiz own comman and their own set of normally open (NO) and normally closed {NC) terminals. The terminals for each relay shall be oriented as NO-C-NC on the terminal blocfc. 4) Labeling a) Thc contacts on the terminal block shall be labcled 1-i S, left ta right. Additionally, each set of contact shall be labeled with the NO-C-NC designaYion, as well as C 1.. . C6 frorri left to right. A11 additional contacts an the terminal block shall be labeled as "spare". 5) Rating . a) The relay contacts shall be rated at a minimum of 1 arnp Gi 25 VAC. 6) Display a) When a relay is energized, it shall be displayed on the LCD screen. 7) On Battery Relay Contact a) The dry relay contacts that are configured for "on battery" sha11 only encrgize when the Inverter is operating in Backup Mode. 8) Time Relay Contacts a) The BBU shall include a tirner that wili energize the "timer" configured dry relay contact after the user conf gured tirne has elapsed. b} The timer is started when the BBU enters Backup Mode. c} The user can con��Yurc the timer from 0— 480 minutes in 15 minute incrernents. 9) I,ow Batiery Relay Contact a) The BBU shall have an adjustabEe low battery relay setting. b) This setting shall be adjustable so that the user can set the point at vvhich the low battery relay contact is encrgized. g. Batteries 1) Provide batteries from tne same manufacturer/vendor of the BBU system. 2} Individual batteries shall be 12V. 3) Batterzes shall be comprised of cxtreme temperature, f�oat cycic, GEL VRLA {Valve Re�lated Lead Acid). 4) Battery amp-hour rating shall be 105 amp-haur maximum. 5) Batteries shall be easily replaced and commercial�y avaiIable off the shelf. 6) Battery string a) Batteries used For the BBU shall consist of a 4 battery string with a cumulative minimum rated capacity of 210 amp-hours 7) Batteries shall be sized and rated to operate a 700W load for 4 hours {normal operation) followed by a 300W load for 2 hours (fiash operation) for a tota] of � hours. � 8) Operating temperature CiTY OF FORT WORTH West 7tli Street improvements S'['ANDARD COidSTRUCT3Q�I SPECIFiCAT10N DOCUiv1ENT5 CiLy Projcct No. I O1555 Revised Septe�nbcr 6E, 2420 3441 ]0-G( TFtAFFiC SIGNALS Page b6 of 107 a) The battery system shal[ consist of one ar more strings of extrer�e temperature; float cycle GEL VRLA {Valve Regulated Lead Acid) batteries. b) Batte��ies shall bc certified to operate at extremc temperatures fram — 40°C to f74�C 9) Construction a) Battery construction shaII include hea�y-dury, inter-ceIl connections for low-impedance between cells, and heavy-duty plates to withstand shock and �ibratian. 10) Top cover a) The top cover shall use tongue and groove construction and shall be epoxied or heat-sealed to the battery case for maximum strength and durability. 1 I) Ability to function a} The battery sha�l function if laid on its sidc without leakage of chemicals and be so designed. b) An intcgral lifting handle should be provided on the batteries for ease of remo�allinstallation. 12} Interconnect wiring a) 1\ll 6atteries shall be pravided with the appropriate intcrcannect wiring ' and corrosion-resistant mounting trays and/or brackets appropriate for the cabinet into which they will be installed. h. System Hausing 1) EIA 5tandard a} The internal cabinet shali come with installed EIA rails. h) Al] references made to EIA rail ar EIA 19" rack sha11 conform to Electronic Industrial Standards EIA-310-B, Racks, Panels, and associated equiprr�ent with 10-32 "Universa� Spacing" threaded holes. c) The BBU shall be installed in an cxternal cabinet adjacent to or connccted to the Txaffic Controller cabinet 2) Inverter/Charger Mounting a) The Inverter/Charger Unit shall be shelf or rack mounted on a standard EiA19" rack. 3) Power Transfer Switch Mounting a} The Fower Transfer switch shall be mountcd on EI� Rai1. 4} Interconnect wirin� a) All interconnect wiring shall be provided and shall be UL Style 1015 CSA TEW. 5) BBU replacernent a) The BBU equipment and batteries sha11 be easily replaced and shall not requirc and special iools for installation. 6) The BBU inverter and battcries shall be hot swappable. T'here shall be no disruplion to the TraF[ic Signa� when rernoving the inverter or ba�teries for maintcnance. 7) All inverter and battery connections shall be oithe quick disconnect type for ease of maintenance. 8} All necessary installation hardwarc (bolts, fastencrs, washers, shelf angles, racks, etc.) shall be included. 9) Cabinet shall have a cabinet white LED light that is wired to turn on whcn the cabinet door is open. CI"FY OF I�ORT WORTH West 7th St��eet lmprovements STANI�AI2D CONSTRUCTIO�I SP�CiF[CATTON DQCUMENTS Ciry �'roject Ido_ 1Q1555 Reviscd Sepiember 0 ] , 2620 344] 10-67 TRAFPiC SIGNALS Pxge 67 uf ]07 10) The external cabinet shall be capable of housing batteries, inverter/charger unit, power teansfer switch, control panels, wiring, wiring harness�s, and all other ancillaiy equipment. 1 f } Cabinet Types � a) TYPE 1: Fole mounted ext�rnal cabinet (for 336 type cabinet locations) b) TYPE 2: Side �nounted external cabinet - Side mounted {attached to the side of the mode1332, 336, 350i, 352i, or 357i Cabinets) c) TYPE 3: Base mounted external cabinet - Frecstanding (for aIl type cabinet locations). The base mounted external cabinet shalI have a minimum S" riser for easy cable entrance. 12) Ali external cabi�aets shall be NEMA 3R rated. � 3) The external cabinet shall be ventilated th��ough khe use of louvered vents, filter, and one thermostatically controlled fan. a) The External fan cabinet shal I be AC or DC operated from the same line output of the Power Transfer Switch that sup�lies power to ihe traffic cantroller cabinet. b) A 2-postion terminai block shafl be provided on the fan panel 14) The extcrnal cabinet shall come provided with a]] bolts washers, nuts, cabinet-cabinet coupler fiiting, shelves, wiring, and all other hardware necessary for mounting and connecting the external cabinet. i. Documentation I) Cabinet wiring diagrams and equipment manuals must be provided for ' each cabinet. 2) Detailed directions/irtstructions Far installation, prograrnming and maintenance for each BBU u�nit must bc included. 10. Multi-conductor cable a. All cablc shall be multi-conductor capable of operating at 600 volts maximum, and suitable for use at conductor temperatures not cxceeding 75 degrees C{167 degrees F). b. Multi-conductor cable shall be either stranded iMSA 20-1, #14 AWG, stranded copper wtrc. . c. The copper wire (beforc insulating} sha�l meet the requirements of the latest American Society for Tcsting and Materials {ASTM) standards for uncoated wire_ d. Ensure fillers are non-metallic, rnoisture resistant, non-wicking material. e. Supply ca6les that clearly show the nanr�� of the manufacturer and the IMSA specificaiion number applied at approxitnate 2 foot intervals to the outer surface of ti�e jacket by indent printing. 11. Power Iead-in cable a. Power Iead-in cable shall be stranded RHW copper wirc and suita6le for A/C . electric service. b. The cable sha12 bc capable of op�rating at 600 volts maximum and suitable for use at conductor temperatures not cxcecding 16Z degrees Fahtenheit (75 degrccs Celsius). c. Material and construction shall be in accordance with the applicable requirements of IMSA and NEC standards. d. Conductors shal] be stranded, anneal coatcd copper. e. Copper wire before insulating or stranding, shail rneet the requirements of the latest edition of ASTM B-033 (for coated wire). CiTY OF FORT WOR"CFE West 7th Street lmprovemenis STANDARD CONSTRUCTTON SP�:CiI' iCATiON DOCUMENTS City Project No. 101555 RevltiCd Septeinber 01, 2020 34 41 10 - b8 TRAFFIC SICiNALS Page 68 nf 107 £ Stranding shall be class B, in accordance with the latest edition of ASTM B-8. g. Insulation shall be THHN and comply with Federal Specification A-A-59544 and all applicable ASTM standards. 12. Grounding conductor a. The grounding conductor shall be a#8 AWG soIid copper wire. b. The conductor shall be bonded to a11 ground rods. 13. Ground rod a. Ground rod elech•ades shall be copper-bonded steel being at least 5/8 inch in diameter. � b. All ground rods shall be a minimum of 8 feet. c. All ground rods shall be a minimum of 6 feet in ground. 14. Ground Soxes a. Ali boxes shall meet all tesi requirements of the latest SCTE 77 "Specification of Underground Enclosure Intcgrity" for Trer 22 app�ications. b. Bottom edge of box or extension shall be faatcd with a minimum 1'/4" flange. c_ Cover lift eye shal[ be molded with cover. d. Cover lettering shall be I" incised ]etters reading "Danger High Voltage Traffic Signal." . e. Cover shall include the City of Fort Worth lo�o in upper left-hand corner. f. Cover rnust 6e secured with "Penta Head", stainless steel, sc(f-cleaning bolts and nuts. g. Provide security bolts if indicated in the Drawings. h. The top surface of the ground box cover sha11 have a minimum co-efficient o� friction of 0.5. i. Boxes shall be stackable for extra height. j. Box�s shail be manufactured from Reinforceci Polyme�- Concrete {RPM) composcd of borasilicate glass fiber, a caCaly�cd polyester resin and an aggregatc. Side walls may be rcinforceci polymer. k The size and dimensions of the requircd ground boxes shall be shown in standard detai134 41 ] 0— D601. 15. Traf�c Signal Structures a. Design 1) Structures shall he designed in accordance with 1994 AASHTO "SCandard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals" for 80 MPH wind zone. 2) Refer to Che City's Standard or Decorative Tr�ffic Signal standard detail sheets for additional details. b. Markings 1) All pole shafts a�d mast aians for this project shail be marked witl� the identificatian numbers from the drawings to facilitate asscmbly of these items in the field. 2} For Projects with multiplc intersections, thc pole sha#'ts and mast arms shall be identified by intersection. c. Vibration dampers 1) Steel �nast arms ranging above 28 feet in length shall be pro�ided with aluminum vibration dampers. d. Structure Finish 1) Standard CITY OF F02T WORTii �esF 7tli Street Improvcments STANDARD CONSTRUC"CCON SPECiFICATTON DOCUMENTS City Yrajcct Nn. I O1555 Revised Sep�ember 01, 2020 344t [U-69 'CRA�FfC SIG�YALS Pagc 69 oE 107 a) The traffic signa� po]es and mast arms shall be galvanized in accordance to ASTM A 123. Each component must be completely coated in a singIe dip. No double dipping will be allowed. All miscellaneous hardware shal! be galvanized per ASTM A153. 2) Decorative a} As shown in the plans. e. High strength galvanized steel bolts 1) The allowable working stresses for A325 bolts shall be given in the AASHTO Streetscape Structure Specifications fo�• St�uctural ,Toints using ASTI�I A3250-N or A490-N bolts. f. Powder Coating 1) After gaIvanizing, the steel and aluminum products shall bc btastcd to an SSPC-SP7 comme�-cial blast. 2) All galvanized parts shall be p�•e-bakcd to ensure all gasses are released from the coating surface prior to powder coating. 3) Finish with 1 coat of UMC super.TGIC thermosetting powder coating 3-S mils (D.F.T.) and baked in accordance with powder manufacturer's recotntnendations. 4) Top coatin� is electrostatically applied and oven baked at 400 degrees Fahrcnheit and cured for a minimum of 10 mimites. 5) Top coat color shall be black (RAL 90� 7) unless otherwise selected by the City. g. Terminal block � 1} Terrr�inal shall be Pelco 12-Circuit termina! biock assembiy, or approved equal. Rated at 85 AMP 600V h. Mast arm pole shaft 1) Each traffic signal mast artn pole shall be fabricated from a 1 piece high stren��th steel sheet, and shali have no more than 2longitudinal full length high frequcncy resistance welded joints and no horizontal welded joints except at thc base of the pole. 2) Welds shall have a smooth ar�d consistent external surfacc appearance. 3} All we�ds shall be performed hy an American certified structural steel welder. 4) Traffic signal poles shall have a uniforrn taper. S) Po1es shall havc a minimum of 50,000 PSI yield strength. 6) Cold working the steel to attain ihe 50,000 PSI required yield strength is not acceptablc. 7} The certifications from the vendor an the stee� must indicate a mfnimura of Sd,000 PSl yield strength after fabrication. . Mast arm 1) Each traffic signal mast arm shall be constructed from a 1 piece high strength, steel sheet with guarantccd minimutn yield strength of SQ,000 PSI. 2) Arnns over 40 %et may be 2 piece but shall arrive at the Site and City yard as welded 1 piece. . 3) The certifications from the vendar on t�e steel must indicate a rninimum oF 50,000 PST yield strength after fabrication. 4) Cold working the stee] to aftain thc 50,000 PSI required yield strength is not acceptable. C[TY OF FQRT W(3RTi[ West 7th Street Imprnvements STANDARD CONSTIZUCTiON SPI:C[FiCATTON DOCUIv1Ei�fT'S City Project No. 101555 Rcvised Scptc�nbcrQl, 2020 3441 IU-7U 9RAFFIC 5EUNA�.S Pagc 70 of 107 5} Mast arms shall have no more than 2 longitudinal full length high frequency resistance welded joints. 6} W�lds sha11 have a smooth and consistent extemal surface appearance. 7} All mast arms shali have a unifarm taper. j. Lute�inaire Arm . 1) Luminaire arms sha[I be fabricaied in accordance with the Drawings. k. Pedestal Siructures 1) Pedestal structures for mounting pedestrian signals or median-mount traffic signals shali be furnished with a transformer base, pole cap, and all necessary hardware for praper installation. 2) Height of pale shall be set in the Drawings, but sha11 not exceed 15 fe�t. 1. All other hardware necessaxy for complete installation of traffic signal structures, i.e., simplex plates, pole caps, transformer bases, anchor bolts, etc. shall be hot dipped galvanized and conForm to thc dcsi�n, dimension, and strength rec�uirements of said items as indicatcd on the Drawings. ' m. All hardware shail be packed on a per pole basis. 16. Foundatians a. All foundations shall be bui�t in accordance with Section 03 30 00 and the rcquircmcnts stated in the Drawings. 17. Hardware Signal Pole Paint a. Primer coating shall be Kwal Paint #SS10 G-Prime Preznium AcryEic Universal Primer or a�provecE equi�alent. This is a] 00 perccnt acrylic prit►�er for all types of surfaces, including galvanized finishes. b. Finish coating 1) The flat finish coat shall be Kwal paint ##6300 Accupro l OQ percent Acrytic Extcrior Flat Finish or approved equivaEent. 'C'his is a 100 percent acrylic #inish that is durablc and chalk resistant. 2) 7'he semi-g�oss finish coat shall be Kwal paint #3914 Accupro 100 percent Acrylic Exterior Semi-Gloss Finish or approved equivaient. This is a I00 percent acryfic finish that is durablc and chalk resistant. c. Finish coat colors that are permissible within the City inciude: 1) Black: RAL ��9017 2) Pure aluminum 3) Arch brown: RAL #�8019 . 18. Signal Co�trollcr a. The traffic signal controller shall be Intelight ATC controller or approved cquivalent, and shall meet the specifications as shown in Specification Attachment `B", b. Traffic signal controller shall be capable nf running latest version of Intc[ight's Maxtime controtler software and shall meet the folEowing specifications as shown in Specification Attachment "C". 19. Controller Cabinet Assembly a. The traf�c signal conit•ollcr cabinet shall be McCain A'['C type cabinet, or approvcd cqui�alcnt, and shall meet the specifications as shown in Speciilcation Atkachment�"A". Z0. Roadside Flashing Beacon Assembly a. Providc flashcr coritrol assembly in accordance with TxDOT DMS 11160, "Flasher ControI Assembly." CITY OF FORT WOT2Tii West 7th Street Lnprovcmcnts STANT7ART] CONSTRUCTiON 5PP.C[�1CATION DOCUM�NTS Ciry Project No. 101555 RcviscdScptcmhcrOf,2020 _ 34 4l 10 - 71 TRAFF�C SIGNALS Page 71 of 107 b. Provide pedestal pole bases in accordance wiEh TxDOT DMS-1 i 140, "Pedestal Pole Sase." c. Wlien shown on Drawings, provide solar powered flasher controller assemblies in accordance with TxDOT DMS 1 I 150, "Solar Power Flasher Controller Assem6ly." �1. School Zane Flasher Assembly a. Reverse flashing beacons shall be installed on the bacic side of traffic si�nal mast arms at signalized intersections within the schoo� zone. b. Cabinet 1) The cabinet shail have a hinged panel for mounting the time switch, the flasher and interface board, and the solar regulator. This hinged panel shalI be in front of tkae battery compartment. The cabinet shall be designed to mount a time switch with dimensions oi 10 3/8"h x 4 7/8"w x 4"d with the CPC cannector. 2) The cabinet shall be fabricated of .125 inch sheet aluminum. The cabinet shall be weatherproof using a neoprene gasket and shall be supplied with a standard #2 Corbin lock and key. The cabinet shall be of sufficient size to house one (! ) l 00-amp hour battery. The autside dimensions of the cabinet shal� be a minimum of 17"h x 18.5"w x 14.75"d. The outside af the cabinet shall be the natural aluminum finish. 3) The cabinet shall have a rain �lap designed to cover the top of the cabinet door. The rain flap shall extend the width af the cabinet and shall be 1.75" deep. The rain flap shall have a sii�ht down angle and extend past the door of ihe cabinet when the door is clased ta allow rain water to drip past the opening of the cabinet door. 4) In order to allow batteiy gasses to escape, the cabinet shaEl be equipped with vents on the left and right side of the cabinct. Thc vents shal! be covercd on the inside of the cabinet with a screen to prevent insects and other debris from entering the cahinet. The battery comparttnent shall have 1/2" foam on bottom, sides and bacic to proper�y insulate the baitery. 'I'he �attery campartment shall be of sufficienk size to house one (1) 100-amp hour {Group 31) battcry. S) The flasher cabinet shall be supplicd with appropriate hardware for mounting to a 4 112" o. d. pedestal pole using Pc1co 5E-1100. c. Flasher and Interface Circuit Board 1) The flasher cabinet assembly shall include a flasher and interface 6oard. A two (2,) circuit 12VDC flasher shalf be integral to the flashcr and interface board. Thc flasher shall be of all soGa state construction and shaII be rated at a minimurr► of 6.0 Amps per circuit. The tlasher shall uY'tlize zet-o- valtage turn-on and turn-off of cun•ent thus eliminating electromagnetic interference. 2) The flasher and interface board shall have two terminal blocks for connecting the wiring of the cabinet. Banier type temunal blocks shall be used to terminate atl wires. The terr�inal blocks shall terminatc the following functions: � I. Solar Panel -� 1. Time switch relay common 2. Solar Panel - 2. Time Switch relay normally open 3. Battery �- 3. DC + pow�r to time switch 4. Battery - 4. DC — to time switch C[TY OF FORT WORTH West 7t1� Street Improveinents STAtVDARD CONSTRUCT[ON SPECiPiCAT10N DOCLIMENTS Ciry Pruject i�lo. l O1555 12evised September Ol, 2020 " 34 4l l0 - 72 7'RAFFTC SIGNALS Yagc 72 of I 07 5. Confrmation light �- 6. Confrmation Iighi - 7. Load-1 from the flasher S. T.,oad-2 from the flasher 9. DC common from flasher 10. DC cammon from flasher 3) The above �unctions shaIl be clearly silk screened on the circuit board adjacent to the appropriate terminal. 4j The flashcr and interface board shall bc pre-wired for connection to a solar regulator. The wires connecting the F[asher and interface board to the solar regulator shall be a minimum of l6AWG and sh�El be permanently saldcrcd to the flasher and interface board. 5) The flasher and interface boat-d shall be pre-wired with a 16-posi#ion, CFC type, quick disconnect conncetar to accommodate a timc switch. "i'he time switch connector shall be wired as foltows: Pin 4: Relay common Pin 10: Relay norn�aEly apcn Pin 13: DC common Pin 15: DC + 6) The tYasher and intcrface board shall include 3 separate fuses to protect the solar array, the battery and the Eoad. The fuscs shall be easily replaccablc from the front of the board with the use of a standard fuse removal tool. 7} Ik shall be possible to configure the flasher and interface board to operate as a 24 hour flasher witl� tkte use of standard tools. $) The flasher cabinet shall be supplied with appropriatc hardware for mounting to a 4 1/2" o. d. pedesta] pole using Pelco 5E-1100. d. Battery 1) Group 31 a) Each battery shati.be Valve-Regulatcd, Gelled -Eleckrolyte, with a nominal voltage of I2 volts and rated at 108Ah {100 hour test mcthod). Each battery shall conform to the following: (1) Operating temperature rangc: -76°F (-60°C) to 14p�F (60°C) {2) Resistance: 4.0 Milliohms full charge {3) Plate Alloy: Lead Calcium {4) Vents: Pressure rclicf self-sealing (ZPSI operation} vents permanently attached {5) Case: Polypropylcnc {6} Terminals:'Forged with opening for `/�" bolt (7) Maximunn sizc: L-13.0" x W-7" x H-9.75" (8) Wcight: b9.5 lbs. (9) Non-Spilla6le: ICAO, IATA & DOT standards ( I 0) Group Size Rating: Group 31 (I 1) Cycle Life vs. DOD: 5000 or greater @+25°C (77°F) BCI 2- Hour Capacity 2) Group 22 a) Each battery shall be Valve-Regulated, Gelled-Electralyte, with a nominal vo�tage af i 2�o�ts and rated at 58.2A�► ( i p0 hour test methocE}. Each battery shall conform to thc follawing: (l) Operating Ternperature Range: -7b°F (-60�C) to 140°F {60°C) (2) Resistance: 4.0 Milliohms full charge C[TY OF FOR"]' WORTH West 7th Street lmpi�oveuiencs STAi�T7ARD COI�iSTRUCTION SPECTFECATTON DOCUM�I+fTS Ctry Project Nu. 101555 Rc�iscd Septein6er Ql, 2020 34 41 l0 - 73 TRAFF�C SiGNALS Page 73 of 107 {3) Plate Alloy: Lead Calcium (4) Vents: Pressure re�ieiself-sealing (2PS1 operation) vents permanently atEached (5) Case: Polypropylene (6) Terminals: Forged with openrng for 1/4" bolt (7) Maximum Size: L-9.3$" x W-5.5" x H-925" (8) Weight; 37.0 lbs. (9) Non-Spillable: ICAO, IATA & DOT Standards (IO) Group Size Raiing: Group 22 (11) Cycle Life vs. DOD: 5000 or greater @+20°C (77�F) BC12- I-Iour Capacity Photovoltaic Controticr {Solar Regulator/Charger) 1) The flasher cabinet shall include a Photovoltaic Cqntroller (Solar iZegulator/Charger) that uses Pulse Width Modulation (PWM} type tcchnology. The PWM contzoticr shall be I00% solid state and be designed far use as a battery charge regulator in photovoltaic (solar) enexg}+ sysYems. 2} The PWM controller will allow m�imum solar panel curreni to flow into the battety throughout the battery charge cycic and once full charge is reached; the rcgulator will continually aliow small current pulses to maintain a full charge. The PWM type controller shall allow a true 0 to I DO% d�ty charging cycic without having over-current to the battery. 3) The photovoltaic controller shall have terminals to accept up to � OAWG wi re. 4) The solar regulatot shall have the following LED status indications: Charging Status LE'D Color Indication Operatin� Sfate ' None Flickers "on" , Night (LED flickers every 5 sec) Green Solid: flickers "off" Charging (LED flickers every 5 sec) Red Flash�in�; Error -Solar array current too high disconnect -High Voltage disconnect -High kerriperature disconnect Aed 5o�id: flicker "off ' Critical ezxor -Temp sensor damaged (for battcry charging) -Heat sink temp damage {for internal heat levcl) -MOSFIT damage -Firtnware error Battery Status LEDs (3j I.ed indication Greeu 2 flash per sec Green i ilash per second Grccn Solid Grcen 1 8ash per 2 secands Ycllow Salid Red [ t3ash per second Rcd Solicl Battery Status Load Status Fu[l Baliery (N/U for Crc! Ccll) Rcgulator "LOAD" output good Final stage of charge Regulator "LOA]Y' outpul gnnrl Battery nearly full chargc Rcgulator "LOAD" output good maintaining full charge Regu[xtor "LOAD" oniput good Battcry lialf full state Rcgulator "LOAD" output �ood Bal[eiy low "LOAD" good near disconnect Battcry slate critica{ Low Voltagc Discannect {LVD) (No i'ield Tndicadons) LVD occurs at 11 S VDC CI"fY OF FORT WORTH West 7th Street impinvcmcnts STANDARD GON$TRUCTFON SPECI�ICATiON DOCUMENTS Ciry Project Nu. I O 1555 Revised Septem6cr Ol, 2020 - 34 4l l0 - 74 TRAFFiC SIGNALS Page 74 oF I 07 Reconnects "LOAD" at I 2.6 VT]C 5) Amperage Rating a) The amperagc ratin� of the solar rcgulator shall be a minitnum of 125% greater than the amperage suppli�d by the solar array. b) The solar regulator shall be canfigurahle to work with both sealed and flooded batteries. It shall be possible to switch between sealed and flooded with the use of simple tools or by usc of switch setting. c) Operating temperature: -40 to b0° (C) Time Switch 1) This specification sets forth the minirraum acceptable design req�irements for a two {2) circuit salid state time switch. It is intended for use in industrial applications and h-affic contrat systems, and shall bc of all soiid state construction excepi for the 2 rclay outputs. All components shall be made availa6le to the purchaser for servicing for ftve years af�er ex�iration of the m�nufacturer's warranty, or shall be so idcntified that they may be purchased from industrial elecCronics suppliers. The time switch shall use day plan programming with the annual exception method for ease of • programming. 2) Physical a) The time switch shall be equipped with a means for maunting to a suitable back plane. Mounting holes that provide clearance for at least a No. 10 screw will be accepiable. b) The time switch shall not cxceed 8 3/8"h x 4 7/8"w x 2"d without harncss and 10 3/8"h x 4 7/8"w x 2"d with harncss. A case shall bc provided to protect the time switch circuitry from dust. The unit shall fasten securely to the case and must be easily removable from the case with the use of simple tools. c} interface to the powcr source (AC or DC) and to the controllcd device shall be provided by means of a quick disconnect connector with a 4$" mating harness. The E1C and DC power inputs shal� bc p��otected with a fuse and MOV. 3) Power Supply and Timing a) The tirr►e switc� shall operate on eithcr 12 Volt DC +-/-2VDC or an AC power source bctween 95 and 135 VAC and from -30 ta +74 degrees C. b) The AC & DC power supply s�all be an integral part of the time switch circuit board for operaiion in AC powered or solar DC powered systexns. A separate 12VDC p.awer supply modulc, similar fo those used for calculators and battcry chargers, is not acccptable. c} No time shall be gained or lost during changcover from AC powe�• to the back-up system and back to AC power. �) Programming a) AIl programming shall be accomplished �via a 16 key positi�e action push button keyboard which is an integral part of the unit. Prompt r►iessages shall be displayed during the prvgrammin� process to guide the operator as the data is being cntcred. b) The time of day shall be able to be set to one sccond. CETY OF FOR'I' WOR"fH Wcst 7th Street lmprovements STANDARD CONSTRUC'F[ON SPF.Cii'ICATIOAi DOCUMENTS Ciry Project Nu_ I 01555 Revised September Ol, 2020 3441IU-75 TItAHFiC S1GAlALS Page 75 of 107 c) Time of day, day of week, date, year and th� operation of the Z relay outputs shall be able to be easily set from the integral key�oard. The functions af the keys shall be clearly marked on the keypad. Prompt messages shal] be displayed during the programming process to guide the operator as the data is being entered. A11 data required to properly set and program the unit and revfew the stored program shall be clearly displayed without the use of auxiliary devices. d) Changeover from standard time ta daylight savings time or vice versa shall be accomplished automatically. The nperator sha[I have the capability of er�kering the daylight savings Cime information from the keyboa�•d thus eliminaiing the need for a PROM change should the current U.S. law change. The daylight savings time feature shall be able to be defeaied from the keyboard. Leap yeai compensation shall be automatic. e) When the user is programming the unit, the display shatl providc for verification of cach piece of data prior to its being entered. Provision shall be made for correction of any ancorrect data prior to entering it. It shall be possible to alter any individual program step wiChout disturbing ar�y other step in the program. fl When an instruction is given to turn the output/s on or ofE, that instruction ti�ne shall be a61e to be set to one minute, and thc change shall take place at the zcro second of that minute. g) A set oiclear operating instructions shall be furnished with each time switch. h) A software package shall be available that wili allow the operator to upload programming and download �rogramming to the time switch from a tabEc top central computer or laptop. Tlae programming shall include all day plans, week plan, annual plans and a unique name assigned by the opexator. The software shall be ablc to store the programming for an unlimited number of time switches. 5} Day Plan Programrnix�g a) Each time switch shali have ten (10) day plans. One of the Day Plans shall be used for holidays throughout the school year. The other nine Day Plans shall be capablc of programming 16 program steps per plan. Each day plan program step shall include the following: (1) Time of day in: Hours, Minutes, AM or PM (2) ON/OFF Comtnands: ON, OFF b) One day plan shall be reserved for programming a narnr�al school day and the other 8 day plans are pro�ramnrzed for any schnol flasher schedule other than the norax�a.l schooI day such as an early out schedule. c) Means shall be provided to allow the operator to clear the . programming of a single Day Pian or all af the Day Plans by simpte keystrokes. 6} Week Plan Programming Cll'Y OF FORT WORTH West 7tli Street imp��ovements STANDARD CONSTRUCTIO%I SPL.CIFICATIO� DOCUiv1EIVT5 City Praject No. 1 Q I555 Revised Septembcr Ol, 2U20 3441 LO-7fi TRAFFI.0 SIGIYALS Page 76 of I 07 a) Each time switch shall have a Week Plan. The Week Plan is the normal Monday through Friday school program. The time swikch shall automaticaIIy assign Saturday and Sunday to no Day Plan, and Monday through Friday to the Normal Day Plan. 'I'he o�erator shall ha�e the ability ta reprogram any day of week in the Week P�an to any other Day Plan. 7} Annual Plan Programming a} The time switch sha11 be capab�e of executing thirty-six (36) sepaz�ate Annual Plans. The Anttual Plan programming shall use the exccption day rnethod where the time switch automaticalfy runs its Week Plan until an Annual .Plan pragram instructs it to run a different day plan. b) Programming for thc Annual Plans shall be accomplished through the integral [�eybaard. Each Annual Plan shall be programmed by entering a Day PEan number and thc beginning date (month/date/ycar) and the ending date for which the tirne switch is to run that Day Plan. The time switch shall be capable ofrunning a Day Plan as short as one (I} day or as long as six (6) months. It shall be possible to begin an Annual Plan in one calendar year and end that same Annua! Plan in the next consecutive year. c} It shall not be necessary to enter the Annual Plans in chranoIogical order. d) Means shall be provided to allow the operator to cicar all of the data in the Annual Plans without affecting the operation oF the time switch. e) A means shall be providcd to review thc Annual Plans without affectin� the normal operation of the timc switch. 'I'he display shall include the Annual Plan numher, thc Day PEan number, and the beginning and ending dates. 8) Program Transfer a) it shall be possible to program any time switch, and transfer that prngram to any other like time swiYch by rr�eans of a simple unit-to-unit cable. Upon completion of thc program transfer, an electronic check sha�L be activatcd to insure an accurate transfer of data. In the event an invalid transfer occurs, an enror message sttall be displayed alerting khe operator. The transfer cable cor�ncction shall bc accessible from �he front of the time switch. 9) ManualOperation a) The iime switch shall havc the capability of mae�ually turning on or aff the two relay outputs from tt�e integral keyboard. The manual operation shall remain in cffect until the ncxt vatid program step occurs. At tYtat point the time switch wi11 release from manual control and revert to its internal program. b) The main display of the time switch shall indicate when the unit is under manual control. IO) Display a) Integral with the time switch shall be an easy to read, 2 line, 16 characters per line, aiphanumeric Liquid Crystal Display (LCD)_ This display shall provide a cEear indication of� the time of day {HH:MM:SS}, AM or PM, day of week, date {MM/DD/YY) and thc status of the output relays. Time shartl }�c entered on a i 2 hour format with a clear indication oflLM or PM. C1TY OF FOR"f WORTi[ West 7th Ste�eet Lznprovemcnts STAAIDAIZD CONSTRUCTiDN SPEC3FiCATIOIV DOCiJMENTS City Pmject i�To. ] Q I 555 Reviscd Septeinber 61, 2020 � 34411�-77 'fRAfF[C SIGNALS Page 77 nf 107 b) The operator shall be able to display the current status of the time switch with simple keystrokes. This status screen shall include which Day Plan and Annuai Plan numbers are in effect. c) A means shall be provided to review the program in the unit's memory, and such means shall be integral with t�e time switch. Such program review sha11 not affect the current operation of the time switch. 11) Back-up System a) A means shall be provided to maintain timiekeeping when the line power source (115VAC) is not available. This back-up system shall maintain timekeeping for not less than 7 y�ars at 25C. Upon resumption of the line power, the unit shall automatically resume nor�nal operation. b) A means shall be pz'ovided to maintain the time switch progratn when the [ine power source ( I 15VAC) is not available. This back-up system shall maintain all programmed steps intact for not Iess ti�an 7 years at 25C. Upon tesumption of thc Gne power, the unit sha�l automatically resume narn�al operatian. c) Should the timekeeping ar the program of the time switch be erased during an AC power outage, thc unit shall display an indication of the Ioss. The display shall be an easy ta read LCD and shall be able to be reset from the integral keyboard. d) When the time switch is operaYing on the back-up system, the displays shalt be blanked and the output disabled to conserve back-up power. 12) Outputs a) The time switch shall have two (2) single-pole, double-throw rclay autput with a contact rating of at least � S amps at 1 I 5 VAC resistive load. g. 12" Polycarbonate Traffic Signal Head I} The purpose af this speci�cation is to set forth minim�zm design and operating requirements for a 12" adjustable face palycarbonate traffic signal head which can house a 12" 12VDC L�D. 2) General a) The per%rmance of each signaI shall conform to the standard for Adjustable Face Vehicular Traffic Control 5ignal Head, Tcchnical Report No. 1, of thc Institute af Transpo�-tation Engineers, as most recently reviscd. b} The signal shall be scctional in construction, requiring one lens per section. Sections shall be of such design and eonstrucNon as to ft togekher rigidiy and securely, to prcvcnt the entrance of dirt or moisture and prevent the ratation of misalignment of the individual sections. 3) Housing a) The housing for the individual sections sha[E be injection molded from uitraviolet and heat scabilizcd flame retardant permanently colored polycarbonate resins. b) Ail parts shall he clean, smooth, and free from flaws, cracics, blowholes, and other imperfections. c) The top and bottom of each seckion shall be molded with a 5� serrated boss and reinfo�'cing ribs. CiTY OF FORT WORTH West 7th Stj�eel [mproveme�ts STANDARD CONSTRUCT[ON SPEC[FICATTON DOCUM�NTS Cily Prujccl iVo. l O1555 Reviscd Se�rtcmber0l, 2{V2ii 3441 1I3-78 TkAFFTC SIGNALS Pagc 7ft nf 107 d) Openings in the top and battom of the signal shall accommodate standard bracket arms. e) A cast boss shall be provided for mounting a 5 or 6 position terminal strip. 4) Door a) The doors for each section shali also be injection molded from similar material to that used for the main section housing. h) Two integrated hinge lugs shall be mounted to the housing with twa stainicss steel hinge pins. c) Positive latching shall be achieved with stainless steel eyebolts and wingnut assembiies. d) Tl�e insidc of the door shall have a graove to a�commadate a pliant gasket resulting in a conripletely weatherproo#' and dustpt'oof assembly when the daor is in the closcd position. c) The door shall be equipped with four metal threaded inserts molded in for added strength to the visor attachment scrcws. 5} Visor a) All signal head shall have a tunnel visor for each section. b) The visor shall be onc piece made of molded permancntly cotared polycarbonate resins and have twist-on attaching cars. � 6) Hardware a) All screws, latching bolts, and hinge pins shall be 300 series stainiess steel to prohibit rust and corrosion. 7} Ter�ninal Block a) The traffic signal shall be equipped with a 2 or 3 section #12 terminal barrier strip; or�e side with a quick disconnect Cerminal for socket ]eads. The opposite set of terminals with a screw clamp terminal for iield wiring. 8) Signal Closurc Kit a} A signal closure kit will be furnished with cach signal head unless otherwise noted. The closer kit shall be designed to seal the signal hcad at either top or bottom without use of special tools. The cfoscr cap shall be molded ABS plastic having the same color as the signal hcad with UV sta�ilizers and having a durometer neoprene gaskct. The adapter bar used to sccure the ciosure kit to tl�e head shall compensate for varying thickness of the signaI heads. Two screws shall be provided to fit any manufacturers signal. h. SignaI Mounting Hardwar� 1) The purpose of this specification is to set forth minimum dcsign and specification requircments for a signal mounting bracket assembly to attach an 8" & l2" polycarbonate traffic sigr�al head to a 4 1/2" pole. 2) Materials a) Thc bracket shall consist of a hallow aluminum cast arm with circuiar tz-i-boli signal centering bosses, drilled and tapped 114" x 20 for attachment of a traific signal head and on pole end cast openings for 3/8" U-bolt. b} All associated hardware needcd to attach s�gnal head to a 4]/2" pole shall be supplied with the bracl�et. c) No specia] toals required. d} The hollow aluminum arm shall have a 1 1/2" wire racewav_ C]TY OF FORT WOR"['H West 7th SYrcct Tmprovc�nenta STATV�)ARD COAlSTRUCT[ON SPECIFICAT[ON DOCUM[ENiS City Project No. 141555 Re�iscd Scptember Ol, 2026 34 41 lU - 7) TRAFFIC SIGNALS Page 79 af 107 e) The castfng shall be free of voids, pits, dents, molding sand and excessive foundry grinding marks. f� The exterior �nish shall be free of molding fins, cracks and other blemishes. g) All design radii shall be smooth and intact. h) Minimum alurrtinum ingot requirements: (1) Aluminum alloy: 314 (2) Yield strength: 18 (3} Tensile strength: 27 • (4) Brinell hardness: 75 {5) Elongation (% in 2"): 2% 3) Finish a) Bracket arm: alodine finish b} Hardware: zinc di-ch�-omate Pedestal Base 1) The pedestal hase shal� be 13 3/4" squarc and 1 S" high. 2) Thc base shall be cast aluminum with natural finish and minimum weight of 20 lbs. 3) Thc pcdestal base shall be fabricated from new aluminum billet with thc following minimum requirements: a) Aluminum alloy: 3 i 9 b} Tensile strength, KSI: 34 c) Yield strength, KSI: 19 d} Elongation (% in 2"): 2.S e) Brinell hardness: 85 � Shearing strength, KSI: 23 4) No scrap material shall be used in Che fabrication process. 5) The pedestal base shall be free of voids, pits, mol�ing sand and excessive foundry grinding marks. 6) AIl design xadii shall be smooth and intact. 7) The top af thc pcdestal base shall �e threaded to rcccive a 4" NPT pedestal pole. S) The pedestal base shall be designed to be fastened to a concrete foundation by means of 3/4" anchor bolts located 90 degrees apart on the bottom of thc base. 9) Thc base shalf ha�e slots in the bottom 1 1/2" wide and 2 1/2" long measured along the circumference of thc bolt circle, aliowing a proper f t even if the bolts are placed slightly off center. 10} The basc shall accommodate boit circles from 12° to 14 1/2". L I) Each pedestal base shall be supplied with a set of 4 anchor bolts, 3/4" diameter hy 18" length, galvanized per ASTM-A-572. Each anchnr bolt shall have a hex nut and flat washer. l2) The pcdestal base shall have an 8 1/2" square door opening that is frec of bucrs and sharp edges. � 13) Each pedestal base shall be supplied with a remo�able 8 1/2" square door. The door shall 6e attached to the base by using one socket button head screw at the top and two injection molded lugs with slots at bottom. 14} The door shall be injection molded ABS plastic that is frce of burrs and sharp edges and shall conform to the fo]lowing minimum rcquirements: CITY OF FORT WORTH West 7th Street lmprovemenis STAIVDARD CONSTRUCTCON SPECiPiCATIQN DOCUNEENTS City P��oject Nu. 101555 Revised Scp�ember 01, 2020 34 4! l0 - SQ TItAFFIC SIGTtiTALS Page 80 of 107 ASTM Method Value Tensile ield 1/8" D638 6,600 si Flexural c� ield D790 11,000 si Rockwc�l Hardness D785 101 R Scale Not�ched Izod D256 5 ft. Eb./in. 15) The door shal] have reinforcing ribs and shall have an ecEge thickness of 25" and a minimum thickness of .156"_ 16) The door shal] contain a fire retardant me�ting or exceeding Underwriters Laboratories UL94 test H.B. and ultra-violet inhibitors and stabilizers for protection against U.V. de�,radation. 17) The cotor of thc daor shall be gray alurninum tone. All surfaces shall be flat and straight without blislers, buckling or war}�ing. j. Pedestal Pol� 1) The pedestal pole sha11 be 15' in length. 2) The pedestal pole shail be extruded with the following minimum requi rements: a) Aluminum alloy: 6063-T6 b} 7'ensile strength, KSI: 30 c) Yield strength, KSI: 25 d) Elongation; 10% e) Minimum wall thickness: 423T' � Outside diameier: 4.5" 3) Thc pedestal pole shall bc threaded and de6urrcd 4° on one end only per NPT speciitcation_ 4) The pedestaL pole shall have a rough surface texture consisting of a uniform grain pattern that is perpendicular to the axis of the pole for thc fuil length of the pole. 5) The pedestal polc shall be free of heat discoloration, holes, ridgcs, cracks or other surface defects, k. �ole Reinforcing Collar 1} The reinfarcing collar shall be designed ta rcinforce a pedestal polc at the point where thc threads enker the pcdestal base. 2) The reinforcing collar shall be three piece cast aluminum with the followin� minimum requirements: a) Aluminum alioy: 319 b) Tensile strength, KSI: 27 c) Yicld strength, KSI: 18 d) Elongation:2 � e) Brinell Hardness: 70 � �inish: Alodine 1200 � g) Minimum wall thicicness: 5/8" h) Mini�num mounted height: 4 3/8" 3} The reinforcing collar shaII clamp around tt�c top of a pedestal base with six (6) 5/i 6" socket head bolis. 4) Each reinforcing callar sha]] be supplied with a 5116" x 3/4" roll pin for holding thc collar securely in placa The colIar shalI have an openir�g to be used for c3rilling a pilot hole for the �-oll pin. 1. Anchar Balts C[TY OI^' H'ORT WDRTH Wcst 7ch Street Improvements STANDARD CONSTR[JCTTON SPEt;[FICAT[dN DQCUMi:NTS City Project Nca, 101555 Revised Septem6er {}], 2020 34911U-8] TRAFFIC S[GNALS Page 8 ] nf 107 1) A set af four (4) anchor bolts shall be furnished with Four (�}) washers and four (4) heX nuts. 2) The anchor bolts shatl be 3/" x d8" in Yength as measured from inside of the bend to the threaded end of the anchor bo[t. 3) The anchar bolt shalE be threaded 3/a"-1 QNC far a minimum length of 3-'/4" inches. of thread. 4) The "L" bend shall be a minimum of 3 inches as measured from the inside of the anchor bolt shaft to the end of the bend. 5} The anchor bolt material shall conform to ASTM A-529 Grade 50 specifications, with minimum yield strength af 50 KSI and minimum tensile strength of 70 KSI. 6) The material shall be of domestic origin (manufacturcd in the USA). 7) The anchar bolt shall be hot dipped galvanized per ASTM A-153 their full len�h and the threads brushed or rcthreaded to remove any excess galvanize on the threads. 8) The material for thc hex nuts shall conform to ASTM A-563 Grade DH specifications. 9} The nut shall be hot dipped galvanized per ASTM A-153 and rethreaded to remove any excess galvanize on the threads. 10) The maLerial for thc washer shall conform to ASTM F-844 specifications. � l) The washer shall be hot dippcd galvanized per ASTM A-153. 12) Ail galvanized runs, drips, icicics and bare spots shall 6c properly treated. m. Ceii Modem for 2-way communicatians with CPR2102 or AAP22 Time 5witch � 1) Frequency Band a) Hepta-band 850/9QO/AWS 1700/�900/2100 MHz 2) Physical a) The cell modem shall be housed in an aluminum enclosure with a rrzeans for mounting. A mounting brackct shall be supplied with eaeh modern for attaching to a time switeh. b} The ceEl modem shall not exceed 3.17" H(3.816" including connectors) x 2.45" W x 1.16" D. The cell modem shall be approxixnately 8.8 out�ces in weight. 3) Connectors a) The RF antenna connector shall be a SMA female and �e marked CELL. The scrial connector shall be a DB9 female and the power shall be a 2.5mm zx►iniature screw-on connectar and both will be located an same end. b) SIM (Subscriber ldenti�cation Module) shall be a Mini SIM. 4) Cable Hamess . a) Each cell modem sha11 be supplaed with a cable hatncss with the appropriate connectors to conne.et the cell modem to thc time switch. The cable harness shal! connect I2 VDC power, serial data in, serial data out and ground from the time switch to the celi modem. The DC pawer shall be supplied from the time switch over this cable harness. 5) Electrical a) The cell modem shall be capable of operating on a DC power sourcc between +7 to +32 VDC and shall be designed ta operate from -40 to -�85 degrees C. The unit rnust be powered directly from the time switch. CITY OF FORT WORi'H West 7t11 5trect improvements STANDARD CONSTRUCT[ON SPECIFICATIOIV DOCUMENTS City Project Nu. 10 i 555 Revised Scplember Ol, 2420 34 41 l0 - 82 TRAFF�C SiC,NA1,S Page 82 af 107 b) A separate power supply module, similar to those used for calculators and battery chargers, is not acceptable. . 6} Antenna a) Antenna configurations rnust be providcd to insure a RSSI level necessary for dependa6l� communications to the remote unit. The antenna required will be determined at the time of installation by testing the signal strength at each individual location. Any necessary cabling and mounting hardware will be provided. b) Ai� omni antenna and eoax cable designed for the frequency band of the cell network shal I be suppl�ed with th� cell madem. The caax cable shall be a minimum of 24" long with connectors necessary to connect �e antenna to the ecll modem. The omni antenna shall have a nominal impedance nf 50 ohms and shall ha�e a gain of 0— 2 ctB. 7) indicators . a) The cell modcro shall have LED indicators to display the following: (1) Power-When the cclE rraodem has �owcr applied {2) Tr- When the cell modem is in the process of transmitting data {3) CD- When the cell modem has acquired connection to the cell network {4j LS- Link Status (5) Signal- Signal strcngth 8) SIM Card a) Each cell modem shalt be equipped with a SIM card that is pre- provisioned by the supplier for data through a 3G service provider. b) The cell modem shall ha�e a slot designed far rcceiving the STM card. The slot shall be accessible from the outside of the cell modem enclosure and shall hold the 5IM card firmly ir� place. 9) Cell Moc�em Configuration a) The cell modem shall have the ability to receive commands from the cenh-al computer using stat�dard modem "AT" commands. When an AT command is received, the modcro shall respond by sending the appropriate response to the central computer. These comznands shall allow the operator to determine or execute the following: (1) Unattended daily validation (2) Relay status � (3} Lc�w batt�ry voltage (4) Signa] strcngth (5) Last download (6) Last powcr-up (7) Data acquisition command for AP22 or CPR2102 from the time switck b) Each cell modem shali ha�e a serial connector that is pre-configured to work with Model CPR2142 and Modcl AP22 Time Switches. The pre- configuration of the serial port shall inctude the baud rate, data bits, stop bit, parity and #low controE. ��. Rectangular Rapid Flashing Beacon (RR�'B} Assembly a. Cabinet Ci�l'Y OF FORT WORTH West 7tki Street Improvemcnts STANDARD COT�TSTRUC'rIO� SPECTFICAT[ON DOCLIMENTS City ]'rojcct No. I 0 i S55 Revised SeplernhcrDl, 2020 34 4l 10 - 83 TRAFFIC SiGNALS Page 83 of 1 {I7 1) The cabinet shall be manufactured of 0.125" sheet aluminum. Nominal cabinet dimensions shall be 22" H x 12.0" W x 8A" D. The cabinet shall be a one ( l) compartment type. The cabinet shalI have screen covered louvers on each sidc for ventilation. On the bot�om of the cabinet thcre shali be two screened insect proof drain holes. The ca6inet shall be weather resistant, providing a degree ofprokection from falling rain or sleet and sha1l be undamaged by the formation of ice on the enclosure. 2} The cal�inet dooz� shall be a singie unit with a continuous piano hinge riveted to the door and the cabinet. The hinge shalf be an A7305, const�vcked with a 304 stainless steel hinge pin. 'Fhe door shall incorporate a neoprene gasket which farms a snug weather tight seal when the door is closed. The door lock shall be a standard Police lock. 3) Each cabinet shall be equipped wiYh a mounting bracket for 4.5" OD pole mounting. All necessary hardware for proper mounting shall be inciuded. Control Panel � 1) The systems elech'onic components including a solar charge controller, soGd state flasher, councdown timer and racfio shall he mounted on a modular control paneL The control panel sha11 mount in the cabinet using stando#fs and a self-retaining, spring loaded thumb screw for quick and casy removal. "C'he solar panel input, battery input and system load output shall be fused for short circuit and overload proiection and to provide ease of system maintenance. 2) The solar panel, beacons and battery shafl be connected to the control panel through a main wiring harness via a circular pin conncctor (CPC}. 3) SoIar Charge Controller a) The solar charge contr-oller shall be fully automatic charger using four stages of charging for rapid, efficienC and safe battery charging. 5tage I: Full Charge, with 100°/a of available solar energy. Stage 2: Pulse- Width Modulation (PWM) constant voltage regulation to prevent heating and exccssive battery gassing. Stage 3: Float Chaxge, after battery is fu�ly recharged, reduces to a float or trickle charge with transition dependent on battery history. Stage �F: Equalize Charge, a boost charge that depends on elapsed time and battery history. Flooded cells receive a vigorous equalization, sea�cd batteries a smaller boost �o bring uneven cells into balahce and extend battery life. Gel ceils are not equalized. b) The sa�ar charge controller shall have a low voltage load disconnect (LVD) of ll.4 VDC and shali automatically reconnect after LVD when the voltage rcaches 12.6 VDC. The chargc cantroller shall havc a high voltage disconnect {�IVD) af 153VDC. A liquid crystal display (LCD) shall bc provided on the frant of the charge controllcr to display battery volta�e, solar charge current, and load current. In addition, coiored LED's will indicate charging state and battery status. The green charging LED shall be on when charging and off when not charging. Batte�y status LED's indicate battery state, showing a blinking green LED during PWM charging, a solid green LED when battery is near full charge, a solid amber LED indicating battery at middle capacity, blinking red LED indicatin� low charge, or a solid red LED indicating load disconnected (LVD). CiTY QF FORT WOR7'H West 7th Stjeet [mprovements STAIVDARD CONSTRUCT[ON SPECiFECATION DOCUMENTS City Pi�oject vo. l O1555 Revised Sc��tcmberUl, 2420 �aai tu-xa TRAFFiC SIGNALS Page R4 of ]07 c) A multifunction manual discor�nect push button shall be provided lo allow disconnect of the Load or bath Load and Solar. When the button is pushed the red Led inside the button wili Iight. In addition, the Load of both the Load and Solar wifl display `OFF' in thc digital meter to indicate the disconnected state_ d) The solar charge controller will be capable of operating En a temperature range of -40 degrees C and +50 degrees G. e) Wire terminations to the solar charge controller shall be accomplished via Euro style tcrminations. � fl The solar charge controller shall be Morningstar Corporation's Prostar 15 with LCD display or approved equal. 4) Solid State DC Flasher a) The flasher shall be solid state, 2 circuit de�ice which conit-ols the wig- wag and rapid flashing sequence of the yellow indications on cach side and end of the RRFB. b} The �lasher shall allow an input voltagc range of 1 1 to 25 VDC, support a maximum power load of SOW per output and be capable of operating in a temperature range of -40°C and +'75° C. The flasher shall be an ELTEC FS-2B or approved cqual. 5) Countdown Timer a) The countdown timer shall be a multi-function, multi-range, multi- voltage electronEc timer with DPDT rclay oatput and LED status indicator. The timer shall operate upon system acti�ation to conta-ol the flash duration of the RRFB. The timer shall provic�e seven field selectable ranges of timing pro�iding 0, i s to 100h activation duration. b} The timer shall conform to the following minimum specif cations: {1) Operating Voltage: 12VDC Naminal {10.2V — 14.4V) {2} Max Power Consumption: 0.6W {3) Repetition Accuracy: +�- 0.5% (4) Operating Temp Range: -2�° C to -�-60° (5) Relay Output Rating: 1 QA — 250V (6} F�xing: Plug-in Base: 11-pin 6) Wireless Communications a) The units on cach side of the road shall comrr�unicate wirelessty. No irenching or boring is neccssary. The radio transmitter and recciver shall use Frequency Hopping Spread S�ectrum (FHSS) technology to ensure rcliab.le data delivcry within the unlicensed Industrial, Scientific and MedicaI (ISM) banci. b} The communication systcm radios shall conform to the �ollowing minimum specifications: {1) Operating Volta�e: lOVDC — 30VDC {2) Operating Currcnt: Typ - �] OOmA, Max —<2QOmA at 12VDC (3) Operating Frequency: 900 MHz {4) RF Transmit Power: 1 Watt (5) N�tworkIdentifcation: MAC ID Binding (6} Antenna Impedance: SOS� CITY OF FOR"F WOR"fH West 7th Street ImProveinents STATtiIDARD CONSTRUC'�'ION SP[:CiFICA"1'.iON DOCi1MP,TlTS CiLy Pruject No. 141555 I2eviscd Septeniber Ol, 2020 34411U-85 TRAFFIC SlGI+lALS Pagc RS nf 1 �7 c) The initiation of the signaE fo�� the flashers ta commence flashing will be by pedestrian push b�itton. Activation from pedestrian shall trigger the system countdown timer to op�rate the crossing indications for the }�rogrammed duration. Each time a pedestrian pushes a button, the countdown titner will reset and repeat to the preset t7ashing beacon cycle. d) The wireless communication system must be an ELTEC 730247-GW or a� approved equal. c. Solar Par►el 1} The so�ar panel shall be constructed of high efficiency, multi-crystal silicon solar cells that are laminated within a pottant of ekhylene vinyl acetate � (EVA) and cncapsulated between a tempered glass cover plate and a baek sheet, The entire laminate shall be secured within an anodized aluminum frame for stnxctural strength, ease of installation, and to protect the cells from the most severe en�ironmental conditions. The panel shall be self- cleaning, impact resistant, highly transmissive, tempercd glass supei�state. Tk�e panel moduIe frame shall Ue made of extruded, polymer coated aluminum alloy or similar approved construction. The panel module junction box shali be a W resistant, weatherproof wire termination system which handles # I 8 AWG -#$ AWG wiring. The typical wattage of the solar panel shall be 40 watts. The appropriate wattage of the solar panel shall be verified with a systcro sizing report based upon location aad specific sysiem configuration and op�ratirzg para�neters. 2) A mounting rack for the solar panel shall 6e included with the solar panel. The mounting rack shall nnount to a 4'/2" OD pole. d. Battery i) The systetn battery shall be valve regulated, rccombinant, starved electrolyte, sealed [ead acid absorbed glass mat (AGM) 12 volt DC battery. The battery self-discharge rate shall be 1% per month or lcss {at 68 degrees F). The battery wil! utilize T881 terniinals. The positivc terminal will be covered with a rubber boot to protect the baitery from accidental shorting. The typical battery capacity shall be 55 amp-hours. The appropriate battery size shall be veri�ed vvith a system sizing report based upon location and specific configuration and operating parameters. e. Rectangular Rapid Flashing Beacon (RRFB} Light Bar 1) The RRFB shall comply with FHWA Interim Approval Mernoxandum dated .Tuly 16, 2008 and alI subsequent officiai intcrpretation letters pravided as clarification. The RRFB shall contain 5 rectangular rapid- flashing ycliow indications; two on each side, and onc in the end visible to pedestrians in the cross walk. The indications facing the motorists shall bc approximately 5" wide by 2" high, and shall be yellow indications, Whelen S(}{l Series TIR6 50AA3ZCR, split ]ightheads teaturing a six Super-LED panel with a clear outer lens providing wide-angle visibility and high intensity output. The LED used on the end of tne tight bar facing the pedestrian shall be round. 2) Indications facing the motorists shall meet SAE J595 Class 1 peak luminous output requirements. The vendor shall submit third party certification of SAE J595 Class 1 compliance. C1TY OF RORT WORTH West 7th Steeet Improvements STANDARD CONSTRUCTiOiV SPP.C[�TCATiqN UOCUMENTS City Praject No. I p! SSS Rcvised Seplember Ol, 2020 34 41 10 - 86 TRAF'FIC S]CiNALS Page 86 nf 107 g• h. 3) The RRFB �lash pattern with be the VJW+S {Wig-Wag plus Simultaneous) as approved by the FHWA on July 25, 2014. T�e beacons shatl flash at a rate of 'IS flashes per minute. 4} The RRFB housing shall be constructed af 0. I 2S" brushed sheet aluminum. The housing shall ba powder coated Federa] Yellow. 5) 'I'he RRFB will be assembled and wired as a unit. The unit's two piece housing shall include a key�d quick disconnect plug between the wiring harx�ess of each side to allow for ease of installation and maintenance. The housing shall mount to 2-318" or 4-1/2" OD poles with integtal universal mounting brac[�et and a U-bolt. Night Dimming 1) Automatic night dimming may be enabled on the RRFB FS-2B flasher. The dirr�ming function shall employ an exfernal photocell to d�tect ambient light. The flasher sha[1 initiate the night dimming function when detccted light conditions reach the ambient light leve] as defined by the Fedcrai Aviation Administration (FAA). Pole and Base I) The pole shall be a schedule 40 spun aluminum 4" ID {4.5" OD) x 16' H. The basc shall be an AASHTO Certified square aluminum brcakaway base, Pelco PB-5340 or equal. A set of 4 anchor bo[ts shall be provided.. 'Fhe anchat- bolts shall be 3/a" x] 6" and be similar to Pelcc� parC number PB- 5306. A tvvo-piece aluminum polc collar assembly with standaed stainless steel fasteners s�al1 be provideci. Signage 1) Two (2) W l l-2 (36" x 3b") signs shall bc provided f'or each poic location and shall be mounted on each side of the pole just abo�c the light bar. Two (2) W16-7p {24" x 12"} shali bc provided for each palc location. One left pointing down ar�-ow mounted below the light �ar on one side and one right pointing down arrow mounted below the light bar on thc other sic�e oi'the pole. Signs shall be constxuctcd using 3M diamond gradc rcflective fluarescent yellow-grccn sheeting. 2) $ack to back sign moun�ir�g hardware for mounting the signs on a 4,S" �D pole shall be included. Pcdestnan Push Button 1) �1 pedestrian push button shall be pro�ided to activate the flashing beacons. The button shall be an ADA compliant push button with H-frame mount incorporating a plaque on the push button rcading `PUSH BUTTON TO TUAN ON WARNING LIGHTS'. 23. Louvered Back Plafes a. Material 1) Atuminum or acryloniteile-butadien�-styrene (ABS). 2) Onc-piece for 3- and 4-section hcads 3) Two-piece for 5-section heads � b. Finishes 1) Alurninum: powdcr coat 2) ABS, integrally moldcd c. Cnlor(s} 1) Face: f[at black 2) Back: flat black CTCY qF FOR'I' WURI'H West 7t1� Street Impravcments STANT]ARD CONSTRUCT[ON SPCC1PiCATCON DOC:UMENTS CiLy Project Nu. IO1555 Rc�iSed SeptemberDl, 2020 34 41 l0 - 87 TRAFFIC SIGNALS Yage 87 of 107 d. Optional reflective tape can 6e added to aluminum plates when called aut for in the plans or approved prior to installation. e. Sha11 b� vacuutn fortned. f. Aluminum plates shall be fouvered. g. ABS sheet material shall conForm to ASTM Di788. 24. Powder Coating Traffic Signal Structures a. Powder Coating 1) After galvanizing, the sleel and aluminum products shall be blasted to an SSPC-SP7 commercial blast. 2) Al� galvanized parts shall be pre-baked to ensure all gasses are released from the coating surface prior io powder coating. 3) Finish with 1 coat of UMC super TGIC thersnosetting powder coating 3-5 mils (D.F.T.) and haked in accordance with powder manuFacturer's recommendations. 4) Top coating is electrostatically applied and oven baked at 400 degrees Fahrenheit and cured for a minimum of 10 minutes. 5) Top coat color shall be black (RAL 9017) unless otherwise selected by the City. b. Additional Color{s) 1} Cultural District Green 2} Downtown Bronze 3} Other calors may be approved by the City. 2.3 SOURCE QUALITY CONTROL A. Battery back-up system 1. Thc City reserves thc right to do tesiing on BgU systems to ensure Quaiity Assurance on unit beforc installation and random sampling of units being provided to the City. BBU systems that fail will be taken off the City's Qualificd Products �,ist. 2. The City testing proced�.tres will check compliance with all thc criteria of this Specsfication Section including the following: a. Even� logging for fault/alarm conditians. b. Demonstrated use of 1 or more of the operating methods described in this Specification. c. Testing of ability to powcr a 7�OW load for 4 hours, transfer to fiash mode and power a 300W load for 2 additional hours, at an ambient temperature of -F25 degrees Celsius. d. Testing of all components in environmental chamber {temperature ranges from -30 degrees Celsius to +74 degrees Celsius} foliowing NEMA TS2 2d03 standards, section 2 and Advanced Transportatian Controllcr (ATC) Standard, Version 52b, Scction 9. 3. Each BSU shall be manufactured in accardance with a written manufacturer's Quality Assurance program. The QA program shall include, as a minimum, specific design and production QA procedures. 4. The Inverter manufacturer shall be ISO 9001 or ISO 9002 certif ed. GTY OF FOR'F WORTH West 7di Street improvements STANDARD COiJSTRUCTION SPECi�ICAT[ON DOCUMIiNTS City Project �to. ] 0 L555 ReviseJ Sepiember Ol, 2020 34A1 1�-8A 7'RAFFIC SIGNALS Page 8R �i 107 The manufacturer, or an independent t�sting lab hired by the manufacturer, shal[ perform qualiftcation testing on BBU Systems offered to the City. Tesfing procedures shall conform to testing procedures de�ned in the Califomia Departrnent af Transportation's Specification far Battery Backup 5ystem, Tees Chapter 4, dated July 7, 2009. Testing data shall be su6mittecf to the City for review. PART 3 - EXECUTIQN 3.1 EXAMINATION A. Verification of Cnnditions The Contractar sha11 verify by exploratoiy excavation, if needed, thaf existing underground utilities are not in conflict with proposed foundations and conduit bores. a. AII exploratory excavations shall be in accordance with Section 33 OS 30. 3.2 PREPARATiON A. Protcction of in-Placc Conditions 1. The Contractor shall assume futi responsibility for t�e preservatian of existing [andscaping (sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private property at the �ite during the insiallati�n af the traffic signal. Damaged landscaping, sprinkler systems, and/or other private prope�ty shall be replaced within a reasonable time, by the Contractor at his own expense, to the sakisfaction nf the Inspectar. 2. No trees or shrubbery shall be cut except upon the specific authoriry of the Inspector. 3. Removal of mai] boxes in the way of conslruction requires 48 hours advance notiee io the post office. 3.3 INSTALLATIQN A. Special Techniques 1. LED Vehicle and Pedestrian Signa� He�d Assemblies a. Assembly 1) Assembie indi�idua[,siyiai sections in �nulti-section faces in accordance with thc manufacturer's recommcndations ta form a rigid signal face. 2) Assemble and mount signal hcads as shown on the plans. 3) Clnse any opcnings in an assembled signa] hcad with a plug of Ehe same material and color as the head. 4) Remove only the exisiing lens, reflec#or, and incandescent lamp when instalIing a retrofit replacement LED traffic signal or pedestrian signal lamp unit into an existing signal housing; fit the ncw unit securely in the housing door; and connect the new housing unit to the existing eiectrical wiring or termina] block by rrieans of'simple connectors. b. Wiring l) Wirc each optical unit to the terminai block located in that signal scction by means of solderless wire connectors or binding screws and spade lugs. 2) Wire all seckions of a�nulti-section signal face to the section terminal blocks in which khe traffic signal cable is terminated. CTTV OF FOR"1' WORTi I West ?ttt Street Improvemcnts STANDARI� CONSTRUCTIOiV SPEC[F[CATiON DOCUMN.NTS City Yroject No. 101555 Revi sed September ff I, 20?0 34411p-89 TRAFFIC SIGNALS Page R9 nf 107 3) Maintain the color coding on leads from the individuat optical units throughout the signai head, except for the traffic signal cable. 4) Use solderless vvire connectors or binding screws and spade lugs for connections to terminal blocks. Use binding screws and spade lugs for field wiring. c. Signal and pedestrian heads shail be securely tightened immediately after signal head assembly has been installed. d. If any signal head assembly is found to be loose or asymmetricai in any manner, the Contractor shall be required to remove and rebuild the signal head assembly to the satisfaction of the Inspector. e. The Contractor shall mount signal heads level and plumb. f. Thc Contractor shall position and secure the signal heads so they are visible as stipulated, in Section 4E.05 of the 2009 MUTCD. g. All conncction screws shall be tight and snug. h. All signal heads or parts of heads not in operation shall be covered with burlap or fabric materiaf until placed into operation. i. When the signal heads become operational, all existing heads no longer required shall be removed imm�diately. . j. Pcdestrian head assemblies installed such that the wiring to each head shall pass from the mast arm. through the signal hcad bracing or attachment hardware to the signal head. k No exposed cable or wiring will be permitted. L Installation of a pedestrian signal retro�t module into an existing pedestrian signal housing shall only require the removal of the existing optical unit componcnt, i.e., lens, lamp modu�e, gaskets, and reflector; will be weather tight and fit securely in the housing; and shail connect directly to existing electrical wiring. 2. Pcdestrian Pash Button Assemblies a. Mcet the requirements ofthe TMUTCD when installing push-buttons. b. Wire the push-button according ta manufact�u�er's installation instructions_ c. Close unused housing openings with a weather-tight closure painted ta match the housing, d. Verify that each button is communicating and fully functional. e. Do not use terminal connections or splice wire leads except at approved locations. f. Attach wires to terminal posts with solderless terminals unless othe�rrvise advised hy manufacturer's recommendations. g, Attach terminals to khe wires with a ratchet-type compression crimping tool properly sized to the wire. k�. Mount a pedestrian push button sign near each push button as shown on the plans. 3. Accessible Pedestrian Signals (APS) a. If a controller unit is required by the plans, integrate the pedestrian controlier unit into the traffc signal controller cabinet assembly. b. Unless specified otherwise, wire the APS to the nearest tei-�ninal st�ip using stranded No. 12 AWG XHHW wire with 600-volt insulation. c. Do not use terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the City. CITY UF FORT WORTI f West ?th Street Improvenienis STANDARD COT�TSTRUCTION SPEC[FICATiON DOCUIvf�;NTS City Prujccl No. IO1555 Revised September0l, 2020 34 4{ l0 - 90 "fRAFF[C SIGNAl,S 1'age 90 al� 107 d. Attach wires to ter�ninal posts with solderiess terminals. e. Attach terminals to the wires wifh a ratchet-type compression crimping tool properly sized to the wire. f. Remo�e any burrs ar rough edges on any holes drilled For wire entry to APS pushbuttons. g. Ensure pushbutton siations are mounted at the proper height and orientaiion. h. Provide a neat workmanship in the instalIation of ariy wiring harnesses, control units, wiring panels, push button skations. i. Fol[ow manufacturer's recommendations regarding installation and weatherproofing. � j. Documentation 1) Each APS shall be provided with the following documentation: 2) Complete and accurate installation wiring guide. 3) Contact name, address, and telephanc number For the representative, manufacturer, or distributor for warranty repair. 4) If requestcd supply schematics for all electronics. One schematic diagram shaIl 6e provided for pushhutton stations, panels, central conieol units or conh-ol units, along with any necessary installation instructions. 4. Radar Detection Equipment and Cable a. Manufacturing 1) The internal elecfronics of the radar detector shall utilize automation fur surface mount assembly, and shall comply with the requirements set forth in IPC-A-610C Class 2, Acceptabitity of Electronic Assemblies. 2) 'Che radar detector shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. Testing shall incIude the following: a} Funetionaliry testing of all intcrnal sub-assemblies b) Unit level burn-in testing of duration 48 hours or greater c) Final unit functionality testing prior ta shipment 3) Test results and all assocfated data for the above testing shall be provided far each purchased radar detector by serial number, upon request. b. Configuration 1) Auto-Configuration a) The radar dctcctor shall have a method for automatically d.efintng traffic [anes, stop bars and aones without requiring user intervention. This auto-canfiguration process shall execute on a processor internal to the radar detcctor and shall not require an external PC or other processor. b) The auto-configuratinn process shall work under norrnai intersection o�eration and iraffic conditions and may require up to ten vehicles to pass through each lane to complete. 2) Manual Can%guration a} The auto-configuration method shall not prohibit the ability of the user to manually adjust the radar detector configuration. b) Thc radar detector shall support the configurmg of lanes, stop bars and detection zones in 1-ft. (0.3-m) increments_ 3} Windows MobileT`� - Bascd Software CTTY OF FOR"I' WORTFi West 7th Street Impro�ements STANDARD CONSTRUCTION SPECIPTCATI0�1 DOCUPvIENTS City Projcct No. IOL555 Revfsed Scptember 01, 2020 s4ai �o-vt 'fRAFFIC SIGNALS Page 91 of 1 D7 a) The radar detector shall include graphical user interface soitware that displays ali configured lanes and the curreat traffic pattern using a graphical traffic represenCation. . b) The graphical interface shall operate on Windows Mobile, Windows XP and Windows Vista in the NET framework. ' c) The software shali support the following functionality: (1) Operate over a TCP/IP connection (2) Give the opexator the ability ta save/back up the radar detectar confguration to a�Ie or load/restore the radar detector configuration from a file (3) Allow the backed-up sensor configuratior►s to be viewed and edited (4} Provide zone and ckaannel actuation dispiay (5) Provide a virtual conriection option so that the software can be uscd without connecting ta an actuat sensor {b) I,ocal or remote sensor firmware upgradability c. Operating Conditions 1) The radar detector shall maintain 95% accuracy of performance in ali weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. 2) The radar detector shall bc capable of continuous operation over an ambieni temperature rangc of -40�F to 1652°F (-40�C to 74�C). 3) The radar detector shall be capable of continuous operation over a relative humidity range of 5% to 95% (noncondensing). d. Testing 1) FCC a) Each radar detector shall he Federal Communications Commission (FCC} certified under CFR 47, PaYt 15, section 15.249 as an intentional radiator. b) The FCC certification shall be displayed on an exterrzaI label on each radar detector accarding to the rules sct foit'th by the FCC. c) The radar detector shall camply with FCC regulations under all specified operating conditions and over the expected life of the detector. 2) NEMA TS2-2003 Testing a) The radar dctector shall comply with the applicable standards statecf in the NEMA TS2-2003 Standard. Third parry test resui�s shail be made avaiEable for eac� of the following tests: (1) Shock pulscs of l Og, 10 ms half sine wave (2) Vibration af 0.5 Grms up to 30 Hz (3) 300 V positive/negative pulses applie;d at one pulse per second at minimum and maximum DC supply vottage (4) Cold temperature storage at -49�F (-45°C) for 24 hours (5) High temperature storage at I 85�F (85�C) for 24 hours (6) Low temp, low DC supply valtage at -29.2°F {-3�4°C) and 10.8 VDC (7} Low temp, high DC supply voltage at -29.2°F (-34�C) and 26.5 VDC (8) High temp, high DC supply voltage at I 652°F {74°C) and 26.5 VDC � CITY OF FORT WORTH West 7[li Street Im�rnvements STANDARD CONSTRUCT[ON SPECIFICATION I)OCUMENTS City Pruject �Io. 10 E 555 Rwised September 01, 2020 3441 ]0-92 T[2AFFIC SIGNALS Pagc 92 of S 07 (9) High temp, low DC supply voltage at 165.2°F (74�C) and I0.$ VDC e. Support 1) The radar detector manufacturer shall provide both training and technical support services. f Documentation I) Radar detecto�' documentation shall incEude an instructional training guide anci a comprehensive user guide as wel! as an installer quick-reference guide and a user quick-reference guide. 2) The radar detector mar►ufacturer shall suppfy the following documentation and test r�sults at the time of the 6id submittal: a) FCC CFR 47 certification (fi�equency compliance} b) IED 6100-4-5 class 4 test report (surge) 5. Hybrid Vehicle Detection System and Cable a. The supplier of the video detection system must supervise the installation and testing af the video ar�d computer equipment. A factory certified representative from the suppiier must bc on site during installation. b. Install the detector in accordance with the manuFacturer's recornmendations in order to achieve the dc[ection areas as shown on the D.rawings. c. The detector mounts shall be neat and plumb. d. Hybrid detection cables shall be instaIled in the conduit system at the same time as thc other signal cables. 6. Vehicic Loop Detectors {Sawcut) a. Detector ]ead-in cables shall be identifieci as shown on the Drawings (phase 1, etc.) with permanent marking labeIs {Panduit type PLM, Thomas and Betts type 548M standard single marker tie or equivalent) at each ground box, pole base, and controiler. �. Complete all Work z-elated to the installation of a particular detector loc�p, with the exception of the layout task, in the same Worf� Day_ Insta111aops during off-pealc traffic hours. Laop installation shali not bc made during any type of precipitation. c. Instailation of detector loops sEta[I be in accordance with the Drar�ings_ Lead- in saw cuts from khe street to the pull box shall �naintain a tnaximum separation from other Ioops of 12 inches (500 �nm) and a�ninimum separation of 6 inches (I50 mm) frorn other lead-in saw cuts. Thc saw cut depth, as speci�ed in the Drawin�s shall bc consistent, including the entry point into the cur6. The maxirnum numbcr of wires placcd in a singlc saw slot shall be 4 wires. Each lead-in shall enter the curb through a separate hole. d. 3M Loop sealant or approv�d equivalent shall be used to seal all loop w�re within thc roadway. c. Detector lcad-in cables sha11 be run continuously without splices from the curbside ground box to thc controller. f. Ff splices must be made, they shall bc solder connccted and thc splice conncction shal] bc insulated and waterproofed with 3M DBR-6 Direct B.ury Splice Kits or approved equivalent. g. Splices ak the curbside pull boxes shall be made in the sanne manner. h. Splices m detector cables must bc pre-approved by the Inspcctor in writing. C[T'V OF FOR"E� WOR"fH West 7th Street luipirovements S�'ANDARD COt�fSTRUCTTp11 SPEC[FICATION DOCUM�NTS City Project Nn. 1D1555 Revised Seprember 0!, 2�2U 34 41 l0 - 93 TRAFFIC SIGNALS Page 93 aF 1.07 i. In all cases where detector loop leac�-ins pass from pavement through a curb to an existing ground box %r a splice point, condurt shall b� instalied from the curb entry point up inio the ground box. j. A minimum 1 incka diameter conduit sha11 �e provided firom thc curb entry point to the ground box for eac� loop. k. All loop wire from the loop in the street to the ground 6ox shall be tightly twisted a minimum of 5 Yimes per foot {1'6 times per metet) as it is placed in the lead-in saw cut. 9. Emergency Vehicle Preemption Equipment and Cable a. Emergency vehicle preemption system equipment required in the Drawirtgs will be furnished and installed by the Cantractor. b. Where practical, emergency vehicle �reemption receiver units shall be mount�d lo a rigid metal arm and bar�ded to the mast arm pole upright on the intersection corner designated on the Drawings. c. The Inspector shall determine if the z�oadway sight line permits this type of emergency vehicle preemption installation. d. The emergency vchicle preemption receiver units shall be mounted an the mast arms for the intersection approaches as designated on the Drawings. e. Use stainless steel for all external screws, nuts, and locking washers; do not use any self-tapping screws unless approved by the Engineer or City. f. All equipment shall be instailed and wired in a neaE and arderly manner in conformance with the manufacturers' instructions. g. Emergcncy Preemption Detectar Cables shall be rnstalled conkinuous with no sp�iccs bctween the Emergency Preemption Detector and the cabinet. h. All connections from the Emergency Preemption Phase SeEector to the cabinet wiring shalI be made at the termination panel. The termination panel shall have AC+ L�ghts, AC-, and a switched logic ground. Thc switched logic ground feeds all the pre-empt inputs to the Emergency Preemption Phase Selector. When switched off by the pre-emption disconnect switch, the traffie cantroller shall not be affected by pre-empt calls from the optical pre-emption system. A minimum of two test buttons shall be provided. If there are more than two pre- empt runs, a button for each shall be installed. A chart or print out, indicating the program steps and settings shall be provided along with the revised ca6inet wiring diagrams. S. Battery Back-up (BBU) System for Signal Cabinets a. Mount the BBU systcrn as shown in thc plans. 9. Muiti-Conductor Cable a. Cables shall be installed in conduit unless indicated as an "ovcnc�ad" cablc tun. 1} All conduits must be in accordance with Section 26 OS 33. 2) Conduit must be continuaus, reasonably dry, completely free of debris, and without sharp projections, edges, or short bends. b. �f required by the inspector, the Cantractor shall demonstrate that the conduii is dry and free of debris by pulGng a swab andlor mandrel through the conduit. The conductors shall be installed in a manner so as to �nsure against harmful stretching of the conductors or darnage ta the insulation. c. Installation methods shal] confarm to the recommendations af the cabie manufacturer. C1TY OF FORT WORTH West 7th Streefi hnprovements STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Pruject Na. 10 L555 Reviscd Septcmbcr Ol. 2fF24 ' 34 4l l0 - 94 TRAFFIC SIGNALS Page 94 of I 07 d. The Contractor shall furnish, at the request of the Traffic Management Manager or designee a copy of the manufacturer's recomrr►endations, w�ich shall include methods of attaching pull cable, pulling tension per conductor size and per radius of conduit bend, and the type of iubricant to bc used. e. All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form 1 loop in such a manner that the pulling tension is equakly distributed to ali the cables. f. Long, hard �ulls will necessitate the use of pul�ing eyes. g. Far shart runs, the eables rnay be gripped directly hy the conductors by forming them into a�oop to which the pull wire or rape can be attached. h. T'he insutation on each conductor shal[ be removed before the loop is formed. i. The mcthod uscd will depend on the anticipated maximum pulling tension in each case. j. In existing conduit where new cables arc to replace existing cables, the existing cables may be used to plill in the new cables. k. At locations where ncw cablcs are to be added to existing cable runs, the existing cables shall first bc pulled out, the new cables are to be added to the existing cables to form 1 cable pull (no�slipping if any wires). E. Installation and removal shall bc done in such a way as to prevent damage to the existing and/or new cablcs. m_ in the event of damagc, the Contractor shaI1 bear the responsibility of providing the material and labor for repiacement of defective cables at no extra cost to the City. - n. All conduit runs shall be measurcd accurately and precisely for determining cable lengths to be installed. o. A conduit run measurernents shall take place in the presence of the Inspcctor. p. The Inspector shall z-ccord all cabte measurements and include the distanccs on an as-built drawing. � q. In locations whcrc new cables are to replace existing cables, the Conttactor may use the rernoved cables as a measuring device to determine the lengths of thc ncw cables to be installed. r. Howcvcr, tt�is does not relieve the Contractor of his responsibility to record accurate measuremenis of all cable lengths. s. Thc manufacturer's recommended maximum pulling tensians shall not be exceeded under any circumstances. t. If so required by the Inspectc�r, tlte Contractor shall inser.t a dynamometer in the pull wire as the cables are being pulLed into thc conduit to demonstrate that tlie maximurr� tensions are not being exceedec�. u. The cable shall be fed freely off the reel it�to the conduit without making a reverse cur�e. v. At ihe pulling end, thc pull wire and cables shaIl be drawn from the conduit in direct line with thc conduit. � w. Shcavcs or other sustable deviees shall be used as requirecE to reduce any hazards �to the cable during installation_ x. The cables shail be adequately lubricated to reduce friction and further minimize possible damage. i} Such lubricants shall not be the grease or oil type used on lead sheathed cables, but shall be I of scveral commercialiy a�ailable wire pulting compounds that are suitablc for PVC sheathed cables. CI'I'Y OF FURT WORTH ' Wcst 7tii Street [mprovenients 51'ANDARD CONSTRUCTTON SPECiFiCATipN DOC[IMP.NTS City Project No. 10I555 Revised Sep�ember Ol, 2020 - 344] ID-95 TRAF�IC SIGNALS Page 95 nf E 07 2) They shall consist of soap, talc, mica, or similar rriaterials and shall be designed to have no deleterious effect on the cables being used. y. Cables shall be neatly trained to their destinations. z. The Contractor shall adhere to the cable manufacturer's recommended values for the mini�num bending radii to which cables may be bent for permanent training durin� installation_ � l} These limits �o not apply to conduit bends, sheaves, or other curved surfaces around which these cables may be pulled under tension while being installed. 2} Larger radius ben�s are required for such conditions. aa. Wire and Cable 1) Ail wire and cable shall conform to the requirements shown in the Drawings, except wire and cable speci�catly covered by other Items of this Cnntract. bb. Controller Cabinct Wiring 1} Wiring for the controlle�- cabinet shall consist of cannecking { 1) signal wires, (2) loop detector wires, (3) powcr wires, (4) ground wires, and (5} pedestrian push button wires to their respective terminals in the cabinet. 2) In the controller cabinet, stranded signai conductors from the fieId shall be stripped back and a solderless terminal connector {spade lug) shall be attached by means of a crirnping tool. 3} These terminal Connectars shall be inserted under the binder head scrcw and tightened securely. 4) Other wiring for the cantroller shall be completed as shown on the wiring diagrams and in the �nstructions furnished with the controller by thc . manufacCurer. 5) All field wiring in cabinets shall be neatly installcd. Incoming cables shall be trained to their destination and neaily laced together. a) Ail spare wires shall be tri�nmed and neatly coiled with the ends taped. b) Detectar lead-in cables shall havc thcir insulation jackets removed from their tez-minal strip connection to the bottom nf the cabinct. 6) Pedestrian push buttons shall have a ground wire that is completely iso[ated and independent from all other ground wires. a) This wire shall bc connected to the designated terminal in thc controller cabinet. b) A pedestrian isolation board shall be in placc. cc. Signal Head Wiring 1) No splicing of cable shall be allowed. 2} Conductors shall run as follows: a) An unbroken 20-conductor cable and L bare #8 shall run from thc controller cabinet to each pole pier. b) An unbroken 7 conductor, #14 AWG {or larger) cable shali i�xn from the signal pole base to each 5-seciion or 4-section signal head; an unbroken 5 conductor, #14 AWG cable to each other 3-section; an unbroken 4 conductot�, #14 AWG cable to each pedestrian signal head. 3 conductor, #14 AWG (or larger) shall run to each pedestrian push button or APS unit. C[TY DF FORT WORTF[ West 7rli Street improvements STANDART� CONSTRUCTIO%I SPECIFICAT[ON DOCUMEPYTS City 1'roject �o. f 01555 Revised ScptcinUer01, 2020 344i 1U-96 '3'RAFFIC STGNAT�S Pagc 9� o{ l07 c) Each cable sha[I be identified as referenced on the pole wiring detail sheet provided in the Drawings with perr�nanent marking lab��s {Panduir type PLM standard single marker tie, Thomas and Betts type 548M or equivalcnt) at cach graund bax, pole base and controller. dd. Luminaire Wiring I) 2#8 cables shall run from service disconnect in parallel a�-ound the intersection as on the Drawings. 2) Lu�ainaire wiring cannection may be made in the nearest ground box to the traffic signal polc; such connection shall be placed in a water tight seal. a) If more than 3 wires are splice together in the traffc signal cabinet then a Kearney connector (or approved equi�alent) shall be used as required. 3) Run 2#S cables from terminal panel in si�al pole to lu�ninaire. ee. Terminals 1) The ends of all stranded wires from the confroller cabinet and fror►� the signa.l heads shall be twrsted at least 3 turns and wire nut appEied in khe base of the signai skructure. ff. Identification of Signal Wires and Cables i) IMSA color coded signal cable shall be used for all signai systems. a) CoEors shall be continuous from the point of origin to the point of tcrmination. Z) Each signal cable, detector iead-in cable and communication cable shall be designat�d with permanent marking Eabels ar(Pandui# type PLM, Tho�nas and Betta iype 54RM standard single marker type or equivalent) and color coded tape at each puil box and in the controller cabinet, 1Q. Pawer Lead-in Cable a. Perform work in accordance with the details shawn on the plans. 11. Ground Conductors. a. Perform work in accordance with the details shawn on the plans. 12. Ground Rad a. Properly install and connect a ground rod for each controller cabinet, power drop and signal pole pier to reduce any extraneous voltage to a safe level. b. Thc ground rod shall be located so as to minimize the [ength af the grounding- canductor run. c. For pole mounted cabinets a grounding rod and grounding conductor shall be instal[ed at the nearest foundation or ground box. d. Aii graunding circuits shall be s�bstantzal and permanent and shall be electrically continuous with an ohms-to-ground resistancc not to cxcccd 10 � ohms when tested by volt-ohm-meter. e: UFER grounding shall be used for illumination poies. f. Grounding Connectors and �lectrodes l) When the locatian precludes driving a single gtound rod to a depth of S feet {2.4 m), or when a multiple ground rod matrix is used to obtain the xequired resistance to ground, ground rods shall be spaced at least 6 feet apart and bonded by a minimum No. b AWG copper wire. 2) Connection of grounding circuits to grounding electrodes shalk be by de�ices vvhich wil] ensure a positi�c, fai!-safe grip between the conductor and the electrode (such as [ugs ar pressure connectors). a) No splice joint will be pertnitted in the grounding canductor. CTTY OF FORT W(3i2TTi Wcst 7rh Strcet improvcmentti STA%1T)ART� COVSTRUCTTON SPP,CiFTC.ATiON DOCUMEI�ITS City Project No. 101555 Rcvised Septcinber 01, 2020 34 4l 10 - 97 TRAFFIC SiGlVA1.S Page 97 of 107 3) Each grounding rod shail be driven into ihe ground to a depth sufficient to provide the required resistance {lp ohms) between electrodes and ground. 13. Ground Boxes a. Use esCablished industty and utility safety practices when installing or removing ground boxes lo�ated near undet�ground utilities. Consult with t�e appropriate utility company before beginning work. b. �'abricate and instaii ground boxes in accordance with the details, dimensions, and requiremenls shown on the plans. Instalf graund box to approved line and grade. c. Lube bolts, cIean out caver rim, and clean ground box inside and out prior to final inspection. d. Removal 1) Remove existing ground boxes and concrete a}�rans to at least 6.in. below the conduit ievel. Uncover conduit to a sufficient distance so that 90 degree bends can be removed and conduit reconnected. Clean the canduit in accordance with Item 61$, "Conduit." Replace conduit within 5 f�. of the ground box. Remove old conductors and install new conductors as shown on the plans. Backfill area with material equal rn composition and density to the surrounding area. Repiace surfacing material with similar material to an equivalent condit�on. 14. Traftic Signal Structares . a_ The Contractor shall install all traffic signal structures in accordance with the Drawings. 1} Deviation from the Drawings because of physical obstructions, such as overhead ntiliLies or in appropriate mast arin length to fit a relocatcd foundaCion, shall be worked out with the Inspector and approved prior to installation. 2) Stake the traffic signal pole locations for verificaEion by the City. b. PoIes shall have nuts on Eop and bottom of the pole base plate. 1) Anchor bolts for rnast arm sig�al poles shall be set so that 2 are in tension and 2 are in compression. 2) The exposed Iength of the anchor bo[t betweea thc top of the foundation and the bottom of the leveling nut should not exceed one bolE diameter. c. The traf�c signal pole heights and mast arm lengths shown on the Drawings and in the materzal summary are to be used for bidding puz-poses only. , d. Prior to fabrication, the Contractor, in cooperation with the Inspector, shall make field measurements to determine the actual pole height necessary to ensure a vertical clearance of 17 feet minimum and I 9 feet maximum from the roadway surface to the bottom of the lowest point on the signai head assembly or mast arm �nd to determine the mast arm lengths required to mounY the f�'af�c signal heads over the traffic lanes. � 1) The masts arms shall be straight and level in the area where the signal heac�s arc attached. � 2) These field rr►easurements and evaluations shall be determined from the actual field location of the pole foundations, considering aIl above and below ground utilities and the existing rbadway el�vations and lane widths. e. Transformer bases for pedcstal poles shall be leveled and tightly secured to the Foundation before the structure is placed on the base. C�"FY OF FORT WORTH Wcst 7th Street improvements STANDARD CONSTRUCT[ON SPECIFICATTON DOCUMENTS City Praject No. IQI555 Rcvtsed 5e�rtem6er01, 2U20 3441 10-98 TRAFFiC SiGNALS Page 48 nf l07 1) If shims are required for leveling, total shim height shall not exceed 1/2 inchea. 2). Foundation anchor bolts shall extend a minimum af 1 inch through each nut in the base. f. Except as modified herein, erection Qf kraf�c signal structurt•es shall be in accordance with the applicable Specifications and standards of the AISC Manual of Steel Construction. 1} Erecting equipment shall.be suitable far the Work and shall be in proper working condition. 2} Where parts cannot be assembled or fitted properly as a result of errors in fabricatian or deforcnation due ta handling or tran�portation shall be reportcd imtnediately to the Inspector. 3) Straightening of plates and angles or other shapes shall be done by approval of the manufacturer. . 4) No corrections will be allowed that wili void the manufacturer's warranty. 5) A letter from the manufacturer approving the coi�rections shall be requ�red or the material may bc rejected by the Inspector. g. Use established industry and utility safety practices when warking near underground or overhead utilities. Consult with the appropriate utility company before beginning such work. h_ Erect structures aftcr foundation concrete has attained its dcsign strength. i. The steel structure framc shal[ be lifted as shown in the manufacturcr's specifications and all match marking shali be followed. 1) Temporary bxacing shall bc used wherever necessary to support all loads to which the sktucture may be subjected, including equipment, operatian, and material luading. 2) 5uch bracing s�all be left in place as long as may be rcquired �or safety. 3) The various members, after being assecnbled, shali be aligned and adjusted accurately bcforc being fastened. 4) Fastening of spliccs on compression members shall be donc after the abutting surfaces have been brought completcly into contact. 5) No welding or bolting shall he done until thc structures have been properly aligned. j. Bearing surfaces and surfaces which wii] be in permancnt contact with each other shall be cleaned before the mcmbcrs are assembled. 1} Bearing plates shall be set in exact position and shall have a full and evcn bearing upon the concrete. 2) As erection progresses, the Work shall be boited ta take care of a!I dead load, wind and erection stresses. 3} Al] erection bolts uscd in welded constructian may be tightcned securely and left in place. 4} If removed, the holes shall be filled with plug welds. k. Ficld bolting shall be in accordance with khe requiremer�ts specified for shop fabrication. � � 1) Untrue holes shall be corrected by reaming. 2) Where the surface of a bolted part has a slope of more than l:20, a be�eled washer shall be used to compensakc for the lack of parallelism. 3) Bolt heads and nuts shat! bc drawn tight against the Warlc with a suitable wrench not less than ] 5 inchcs long. 4) Bolt heads shall be tapped with a hammer while the nut is bein� tightened. C.TTY OF FOR`I' WORTH West 7th Su�eet Improvements STAIdDARD CONSTRUCTION SPEC[FICATiON DOCUMP.NTS City ProjccL Nu. I O155S Revised Septeinber Ol, 2020 34 4l l (1 - 99 TRAFFIC SIGIVAIS Page 99 of 107 1. Field Painting of Structures 1) Surfaces where the shop coat of paint has been damaged shall be retouched a�ter installation. a) The c[eanir�g, pretteatment, and priming of welds and the areas adj acent thereto shall be done promptly after the acceptance oF the weld. • b} Care shall be taken to properly mask signals heads, signs, pedestrian pushbuttans and their mounting hardware to keep paint from splask►ing onto these eomponents. c) Masking shalt be removed after completion of the painting process. d} A sufficient number of paint coatings shall be applied to each structure to result in a uniform finish once completed. e} All structures shall be air blasted using high pressure air to remove pecicd paint and dust prior to applicatic�n nf new paint. m. Bolted parts shali tit solid�y together when assembled and shall not be separated by gaskets or any other interposed compressible material. 1) When assembled, atl joint surfaces, including those adjacent to the bolt k�eads, nuts, or washers, shall be free of scale, except tight mill scale, and shall also be frec of burrs, dirt, and other foreign material that would prevent solid seating of the parts. 2) Each fastener shall be tightcned ta at least the minimum bolt tension as recommended by ehe pole manufacturer using ASTM A325 or A490 bolts far the size of fastener used. 3) Threaded bolts shall be tightcned with properly calibratcd wrenches ar by the "turn-of-nut" method. 4) Bolts may be installed without hatdened washers when tightening takes p�ace by the "tzu-n-of bolt" method. Any bolt tightened by the calibrated wrench method (or 6y torque control) shall have a hardened washer under the element (nut or bolt head) turned in to a point not cIoser than 7/8 of the bolt diameter from the center oithe washer. n. Grouting 1) The Contractor shali perform all Work required to complete the grout work associated with installing the sigt�al structure and furnish all supplementary items necessary far its proper instailation. o. Where signal polcs and/oa� mast arms exist on raised foundations that are to be removed and installed on new founda�ions, the Contz�actor shall storc these poles, mast arms, street lights, and wiring until they can be installed on their new foundations. p. Vibration dampers 1) Dampers shall be installed using Astro Sign Brac or Sign�x Aluminum Channel or approved equivalcnt. q. Signs i) T�e Contractor shall furnish, install and relocate existing signs as shown in the Drawings. 2) Mast-arm signs shall be mounted with Astro-sign Brac or Signfix aluminum channel or equivalent as approved by the Engineer. 3) Metro street name signs shall be mounted level with the ground as shown on the City's Standard Details. 1S. Foundations CTTY OF FOR'I� WORTH West 7th Strcct ir��provements STANDARD CONSTRUCTiON SPEC[FICATION DOCUMENTS Ciry Project Nu. 101555 Rcvised SeplemherOl, 2Q20 344110-]00 TRAFFiC SIGNALS Pagc 3(30 uf I a7 a. Al� foundations shall be staked by the Contractor and approved by the Inspector prior to excavation. l) While staking Che pale locations, the Contractor, along with the Ins}�ector, shall be cognizant of pedestrian needs by verifying the locatian of the �ush buttons and the pedestrian h.eads. b. Concrete foundations for signal structures shal! be located so that the closest face is a minimum of 3 feet from the face of the nearest vertical curb. 1) Before excavating foundations probe to determine the location of utilities and sfructures. 2) Foundations shal l be paid for once, however, payment for additional work due to unforeseen conditions will be negotiated based on number of labor hours and matcrials used. 3} Furnish all supplementayy items necessazy for proper founciation insta�lation. c. Excavation for all foundations shall be done in accordance with lines and depths ir�dicated on the Drawin.gs. 1) AI� [oose material shall be removed frorn the excavation before concrctc is placed. 2) Any water shall be rcmoved by pumpin� or bailing. 3) The use of explosives will not be permitted. d_ Fc�undations shal[ be constructed to ihc dirriensions shown on the Drawings. 1) The Contractor is rcquired to make certain that the top oF the finished Foundation is le�el and formed. 2) Anchor bolts and conduits shall be held rigidly in place by a template untii the concrete is set. e. A rnechanical vihrator shall be used for coenpacting and working the concrete. Aftcr Che concrete has been .placed and the top struck off, it shall he ca�ered with wet cokton or burlap mats or other appropriate farm of curing, for not less than 96 hours. f. All bracing and templates for anchor boIts shall remain in piace for 96 hours after the concretc is poured_ 1} During that titzxe, the anchor bolts and conduit shall nat be subjccted to any applied strain. g. Backiait shall 6e tamped with mechat�ical tamps in 6 inches layers to the density of thc surraunding gt�ound. 1} Where excavation is madc in the roadway shoulder, the shoulder shall be replaced with material equivalent to the original composition.. h. All excavated inaterial, not required for backfill, shali be promptly remaved and disposcd of by the Contractor, outside the lirnits of the Projcct. 1) Thc Work 5ite shall be kept clean anci neat at all tirncs. i. No concrete shatl be placed when the atmospheric tennperature drops below 40 de�rccs Fahrenheit (temperature reading ta�en in the shadc away from artificial heat} unless permission to do so is given by the inspector. ]) Refer to 5ection 03 30 00. j. The City shall supply to the Cantractar the controller cabinet anchor bolts and specific cabinet templates, when the City furnishes ti�e controller cabinet. k. 'I'he cabinet door shall open to the north, Control�er face plate shall also face narth. Fic1d terminations sf�all �e done on the south side of the cabinet. l. Pole anchor bolts shall be aligned to be parallel to the tangent oPthe street curb that the pole is intend�d to serve. C[TY OF FORT WURTH West 7th Street Cuiprovemer�ts STANT]ART) COI�iSTRUCTTQN 5Pi;CTFlCATION DOCiJM�NTS City Projeot No. ] Q I 555 Revised Scpteiuher Ol. 2020 34 4l i{l - l01 TRAFFTC SiGNALS Page E01 of 107 m. Tubing used to form pole faundations shall not be visible and alI exposed concrete sha[! be finished with vinyl concrete patch mix to provid� a smooth quality fnish with all voids filled and no aggregate exposed. n. The cost of the Work shall be included in the unit bid price for this item. 16. Hardware Signa� Pole Paint �. Requirements for polcs and railings 1} Cleaning a) The entire surface shall be cleaned free of dirt, grime and oils before applying the primer coat. b) Use vinegar wash apptied rx+ith a sponge or cloth over the entire surface. 2) Sanding a) Spoi sanding may be required in order to remove flaking paint and ta provide a smooth surface_ 3} Priming a} Primer coat shall be applied with a brush or roller. b) The entire surface shall be covered, even over existing painted or galvanized surfaces. c) Spraying is not permissible. 4) Finish coat a) �'inish coat shall be applied with a brush or roller. b) The entire surface shall be covercd, even over existing painted or �alvanized surfaces. c) Spraying is not permissible. 5) Parki�ng meter housings, luminaire heads, signal heads, photo control eyes, pedestrian push buttons and sign faces shall be protected for paint splash. 6) Controller cabinets and circuit boxes mounted to po�es shall bc painted to match the color of the pole. 7) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry conditians. b. Requirements far traffic signal heads I) Traf�c signal heads should be cleaned by wiping it with a damp sponge oK rag to rcmove all the dust and dirt. 2) Lens and back plate should be masked off. 3) The outside oF the traffic signal head should be painked traffic yel�ow (RA.L 1023) and the inside o�the lens visors should be painted flat black. 4) The outside of pedesfrian signal head should be painted traffic yellow (RAL 1023). 5} The ambient temperature shal! be 40 degrees Fa�renheit and rising and dry conditions. 17. Segnal Controller a. Eaeh controller cabinet shall be modified far usc at a specific intersection in accordance with thc instructions included in the Drawings. . 1) Each cabinet shal� be prepared and tested for on-the-street use b. Connect all field wiiings to the controxler-cabinet assembly. 1) The City wiII assist in determining how the detector loop lead-in cables are to be connected in the cabinet. 2) The City will program the con[roller, the conflict monitor, detector units, and other equipment in the controlier cabinet and tum on the traffic signals. CI7'Y OF FOR"f WORTF[ West 7th Street I�nprovemenis STANDARD CON5TRUCTION SPECIFICATIO[�( DOCUiv1ENTS City Project Nu. 101555 Rev[sed September Ol, 20?0 34411U-1�2 TRAFFIC S[GNALS Yage 102 nf 3D7 c. All wiring modi�cations made in conjunction with preparing the cabinet %r use at a speci fic intersection shall be documented on the cabinet prints fae that intersection. I$. Roadside Flashing Beacnn Assembly a. Installation 1) Install in locatians as shawn in Drawings. 2) Stake the pole location for approval by City or Engincer. 3) Install pole, breakaway base, connectors, wiring, signal beacons, sign and foundation as shown on ihe Drawings ar as cfirected. 4) Install the flash�r control assembly an the electrical ser�ice pole. 5) Install watertight hreakaway electrical fuse holders in all line and neutral conductors at breakaway base. 6} Use established industry and utility safety practices to erect asscmblies • near overhead or underground ufilities. 7) Consult with the appropriate �tility company prior to beginning such work. b. Relocation 1) Dis.connect and isolate the cicctrical power supply prior to rernoval of the assemb�y. 2) Remove existing asscmbly as directed. 3) Unless otherwise directed, salvage existing companents such as sign, beacons, pole, and base. 4} Repair or replace lost or darriagcd components as directed. 5} Aelocate existing asscmbly to the location shown on the plans or as directed. 6) Install existing assembly at new foundations. 7) Remove existing foundations. 8) Accept ownershfp of unsalva�eable materials and dispose of in accordance with fec�eral, state, and local regulations. c. Removal 1) Disconnect and isolate existing electrical power supplies prior to removal of the asseznbly. - 2) Remo�e existing sign panel, beacons, pole, and base from existing assembly. 3) Store itcrns to be reused or salvaged without damaging. 4) Store sign paneis above the ground in a vertical position at [ocatians shown on the plans or as directed. 5) Accept ownership of unsal�ageabfe Ynatcrials and dispose of in accordance with federal, state, ar�d local rcgulations. 6} Unless otherwise shown on thc plans, remove abandoned foundations, includi�g steel, to 2 ft. below the finished grade. 7) Backfill with material equal in cornposition and density to the surrounding area, and replace any surfacing, such as asphalt pavement or concrete riprap, with like material to equivaient condition. 19. School Zone Flasher Assernbly a. Installation 1) Instal[ in locations as shown in Drawings. 2) Stake thc polc location for appraval by City or Engineer. 3) install pole, breakaway base, conncetars, wiring, signal beacons, controller, modem, sign and foundation as shown on the Drawings or as directed. C€TY OF FORT WOR1'H West 7ti� St��eet Improvements STANDAHi� CONSTRUCTION SPEC[FTCAT[ON 170CUMis1VTS City Project No. 1Ut555 Revised Scpccm6er Ol, 202D 3aq110-103 TRAFFIC SIGNALS Page 103 aF 107 4) Install water�ight breakaway eiectrical fuse ho[ders in all line and neutral conductaz-s at 6reakaway base. 5) Use established industry and utility safety practices to erect assemblies near overhead or underground utiIities. 6) Consult with the a�propriate utility company prior to beginning such work. h. ReIocation 1) Disconnect and isolate the electrical power supply prior to temovaI of the assembIy. 2} Remove existing assembly as directed. . 3} Unless otherwise directed, salvage existing components such as sign, beacons, pole, and base. 4) Repair or replace iost or damaged components as directed. 5) Relocate existing assembly to the location shown on the plans or as dirccted. 6) Instail existing assembly at new foundations. � 7) Remove existing foundations. 8) Accept owners�ip of unsalvageabde materials and dispose of in accardance with federal, state, and loeal regulations. c. Removal . 1) Disconnect and isolate existing electrical power supplies prior to removal of the assembly. 2) Remove existing sign panel, beaconS, pole, ancf base from existing � assembly. 3) Store items to be reused or salvaged without damaging. 4} Store sign panels abor+e the grotlnd in a vcreical position at locatrons shovan on the plans or as directed. 5) Accept ownership of unsalvageable materials and dispose of in accardauce with federal, state, and local regulations_ 6) Unless otherwise shown on the plans, remove abandoned foundations, incIuding steel, to 2 ft. below the finished grade. 7) Back�Il with rnaterial equal in coznposition and densiry to the suz-rounding area, and replace any surfacing, such as asphalt pavement or concrete riprap, with like material ta equivalent condztion. 20. Rectangular Rapid Flashing Beacon (RRF'B) Assem6ly a. Instaffation 1) Tnstall in locatlons as shown in Drawings. 2) Stakc thc polc location for approval by City or Enginccr. 3) Install poie, breakaway base, connectors, wiring, con�rol panel, solar pane�, battery, light bar, signage, pedestrian push button, and foundation as shown on the Drawings or as direcied. 4) Install watertight breakaway electrical fuse holders in all line and ne�tral conductors at breakaway basc. 5) Use established industry anc� utility safety practices to erect assemblies ncar overhead or underground uiilities. b. Relocation 1} Disconnect and isolate the solar panels prior to removal of the assembly. 2) Rexr�ove existing assembly as directed. 3) Unless othei�vvise directed, salvage existing camponents such as sign, light bar, solar panel, pole, and base. CITY OF FO[iT WORTH West 7t1� Su�ee[ Improvements STANDARB COlVSTRUCTION 5PfiCIF[CATION DOCUMENTS City Prujcct No. i 01555 Revlsed Seplember0l, 2020 34 4l l 0- L 04 T[tAFFTC STGNALS Page k04 of 107 4} Repair or replace lost or darriaged components as directed. 5} Relocate existing assembly ko the location shown on the plans or as directed. 6) Install existing assemb[y at new fc�undations. 7) Remove existir�g foundations. 8) Accept ownership of unsalvagea6le makerials and dispose of in accordance with federal, state, and local regulations. c. Rezxioval 1) Diseonnect and isolate solar panel prior to remo�al of thc asscmbly. 2) Remove existing sign panel, light bar, solar panel, po.le, and base feom existing assernbly_ 3) Store items to he reused ar salvaged without damaging. 4) Store sign panels above the ground in a vertical position at locations shown on the plans ar as directed. 5) Accept ownershi� ofunsalvagcablc materials and dispose of in accordance with federal, state, and local regulations. 6) Unless otherwise shown on tlie pians, remove abandoned foundations, ineluding steel, [0 2 ft. below the finished grade. 7) Backfi�l with material equal in camposition and density to the surrounding area, and replacc any surfacing, such as asphalt pavement or concrete riprap, with fike material to equivalent condition. 2l. Powder Coating Traf�ic Signal Structures a. All gal�anized cxlcrior surfaces shall be coated with a Urethane or Triglycidyl isocyanurate (TGIC) Polycster Powder to a minimum filrn thiclrness of 2.0 . mils (0_002")_ b. Prior to applieation, the surfaces to be powder coated shall be mechanically etched by brush blasting (Rcf. SSPC-SP7) and the zinc coated substrate prchcatcd to 450 degrees for a minimum of one houx in a gas fircd eonvcction ovcn. . c. 'E'he coating shall be electrostaticaEly applied and cured in a gas fired convection oven by heating the zinc coated substrate to a rninimum of 350 degrccs Fahrcnheit and a maximum of 400 degrees Fahrenheit. d. The thermosetting powder resin shall provide both intercoat as well as substrate fusion adhesion that meets 5A or SS classiiications of ASTM D3359. 3.4 RIELD QUALITY CONTROL A. Field Tests and Inspections 1. Initial testing of all mate�ials, construction items, or products incorporated in the Work will be performed at the direction of the Ciry. a. Emban[�ment constx-uction shall conform to 31 24 00. b. All backfill of structures shall conform to 33 05 10. c. Exca�ation shall conform to 31 23 16. 2. The failurc to rcquirc [csts af rnaterials by the Inspector shall in no way relieves thc Contractor of his responsibility of furnishing materials conforming to these Specifications. 3. Tests, unless othenvise specified, shal] be madc in accordance vvith the latest methods of the ASTM or other approved test methods. CiTY OF FORT WORTH Wcst 2th Street t�nprovements STANDARD CQN$TRUCTTON 5PGC1PiCAT1pN T]OCUIvTF..NTS City Projeci ido. l O1555 RevFsed Seplemher 01, 2020 � � 3441 10- l05 TRAFF�C SIGNALS Page 105 of IU7 a. The Contractor shaEl provide such facilities, as the lnspector may require, for the collecting and forwarding of samples and shall not use the materials represented hy the samples until tests have been made. b. The Contractor shall furnish adequate samples without charge. 4. Vehicle detector loops a. Prior to tcrmination of the loop lead-in in the controller cabinet an installation test shall bc made by applying not less than 500 volts DC to the completed detector loop. 1) A minimum resistance of 1 megohm shall be obtained by use of a meter. b. After the above tests at�e completed and tk�e lead-in cable has been tenninated in the cabinet, the Contractor shall assist the Inspector in determining the loop inductance of each loop detector. 1) A detector loop analyzer shall be used to determine the total inductance of the ]oop in the pavernent and its associated lead-in cable as well as to determine the percentage shift in loop inductance for various size vehicles thar actuate the detector. 5. Signal cablcs � a. The Traffic Management Manager or designee may require that a11 cables shal l be checked for insulation resistance upon installation and pri�r to termination. The tests shall be made with a test set operating at a minimum of S00 volts DC applied to the conductors. b. Each conductor in the mutti-conductor signal cab[es shali be tested for insuIation resistance relative to each ather and to the outer covering of the cable_ The minimum acceptance value for insulatioa resistance shall be 1 megohm_ 6. Controller cabinet � a. If the controller cabinet is to be supplied by the Contracto�• for this Project, the � cabinet shall be tested at a facility locatcd within the Dallas/Fort Worth area. b. The Contractor sh�all notify the Inspeckor or his representative a minimwn of 3 Working Days prior to beginning ihe test period of his intcnt to test a cabinet or group of ca6inets. c_ At this point, the City may schedule an inspection team and notify the Contractor of the earlicst date and time the team can visit. d. Each cabinet shall be tested with a controller unit for a minimum of 24 continuous hours. 1) The cabinet test wilI include conflict monitor functions, detector unit function and load switch operation for conformance with cabinet hardware specifications, etc. 2) The cabineE must successfully pass all items otherwisc the test is restarCed for another 24 hour perzod. B. Non-Conforming Work 1. In the event that a nnaterial, construction item, product incorparated in the Work, embanktnent, backfill, excavation or any other item tested, fails to saCasfy the minimum requirements of the initfal test described above, appropriate prove-out tcsts shall be made as directed by the inspector to determine the extent of the failure and to verify that cor�•ective measures have broughE the Itctn up to Speci%ca�ion requirexnents. C1TY OF FORT WORTH West 7th Street Improvemenls STANDARD CONSTRUCTlON SP�CIl�1CATION TJOCUTv1ET�ITS Ciry Pruject No. 10i555 i�CV1EC� SCptgmber 6f, 2U20 3aai io-�os TRAFFTC SIGNALS Page i0G of 107 a. The cost of all testing necessary ta determine the extent of the failure and the adequacy of the co�-rect�ve measures shali he the responsibiliry of the Contractor. 3.5 SYST�M STARTUP A. The Contractor shall coordinate witFa the Inspector to have a quaEiited technician on the Site when the traffic signal is placed into operatian. B. During the 3� day test period, the cantractor shall be responsible for any trauble calls and sha[1 make all necessary action to repair the problem. The City wiil be responsible for traffic signal timing operation only. C. The Contarractar sha11 provide a Iocal telaphone number {not subject to frequent changes) where trouble calls are to be received on a 24-hour basis. D. The Contractor's response time to reported calls shall be within a reasonable lravel time, but not more than 2 hours maximum. E. Appropriate repairs shall be made within reasonable time. 1. If, after further diagr�osing the problem, the qualircd technician determines the }�roblem is in the equip�neni supplied by others, the Contrackor shall notify the Inspector. F. 34 days test period will restart after completing each signa[ failure due to workmanship G. No extra compcnsation will be allowed for fulfilling the requiremer�ts statcd above. 3.6 CLQSEOUT ACTNITIES A. Priar io final acceptance by thc City, the Contractor is responsible for remo�al, replacement and reinstailation of any damaged rnaterial at thc Contractor's expense. B. Whenever the Work �rovided for and contemplated under the Contract has been found by the Inspector to be completed to his / her sat�sfactinn on any individual si�malized intersection, or interconnected system of signaIized intersections, as shown ir� the Drawings, final cleaning up of said signalized intersection has bccn performed and the traffic signal equipment supplied by the or has operated continuously For a minimum of 30 days in a satisfactory manner, the Contractor will be releas�d from further maintenance on that particular iniersection. l. Such partial acceptance will bc made in writing and shall in no way void or a[ter any terms af the Contract. 2. If equipment fails, a new 30-day test period will start when the equipment has been� repaired or rep[aced. 3.7 PRQTECT�ON A. Pre�ent any property damagc to property owner's poles, fences, landscaping, maalboxes, etc., and repair any damages. B. Provide access to all driveways during constxuction. C_ Protect all undergound and overhead uiilities, incluciing sprir�kler systenns, and repair any damages. CC'1'Y OF FORT WORTH West 7tf� Street Intprovcmcnts S'CANDAR� CO%TSTRUCTIOT�I SPEC[E'ICATION DOCi1MENTS Ciry 1'raject No. I U I555 Revised Seple3nber O1, 21120 3441 lU- IU7 TRAFFIC 5]G[JAl.S Page l Q7 of I 07 3.S MAINTENANCE A. While performing Work under this Contract, the Contractor bea.rs the so�e risk of loss for damages to ar destruction of any traffic signal equipment or appurtenances, on equipment that was not to be rcplaced or installed under tk�zs Contraci, but which was damaged or destroyed thrnu�h the fault or ncgligent acts of the Conkractor. B. The Contractor shalL replace such damaged or deslroyed equi�ment, etc., at na cost to the City, regardless of whetner or not the damaged or destroyed equipment, etc., was a part of this Contract or any wa��ranties unde�� this Contract. C. The Cantractor's respansibility shall cease under this paragraph upon written acceptance of an interscction by the City. D. The Contractor's responsibility for irull operation and maintenance of all traffic signal equipment sha�l begin when he slarts any type of Wark which effects acti�e intersection cont��ol at the first intersection and shall extend through thc period of final Proj ect acceptance of each intersection. E. This maintenance responsibility includes existing controllers/masters, existing interconnect and cab�ing systcros, cxisting signa! indications, existing vehic�e detectors, new controllers/masters, new signal hardware, new cahling systems, and other hardware eEemcnts which are considered part of either the existing or the new h�affic signal system. F. It is recognized that the City may continue to make a first response to any trouble ca11. Action on such response will, however, be limited to placing the intersection on flash, replacing load switches or detector amplifiers, crceting tempor•ary cantrol devices, rcquesting immediate traffic conteol hy uniformed police officer, or other such ac�ion deemed ncccssary to provide a safe operation. 1. Such action will in no way relieve the Contractor af his operation and maintenance responsibility, G. The Contractor shall be required to notify the Inspector or Ti•affic Management Division at least 24 hours in advance of any planned controlled change-outs or any other operational procedures. H. Battery Back-up System 1. The BBU shali provide voltnr�eier standa��d probe in�ut jacks {+) ar�d (-) to read the exact battery voltage drop at the inverter input. 2. The BBS shall be equipped with both Input and Output AC circuit breakers, and with eithec a DC circuit breaker or fused battery harness. 3. All components, term�nations, terminal blocks, relays, etc. shal� be fuI�y accessible. END OF SECTION Revisic�n Log DAT� NAME SUMMARY OF CHANGE I 1/19/2015 S. Arnold arious revisions and additions CITY OF FORT WOR'I'H Wcst 7th Street Improvements STANDARD CO�iSTRUCTION SPIiCIFICATION DOCUIVIENTS City 1'roject No. IQ1555 Revised Sepeember Ol, 2020 ������� �p�cification for a Modular �IVrulti or Single Camera) l/ideo �eieciion Syst�m 1. General This spetifitatian sets forth the minimum requirements far a system that detects vehicles on a roadway using anly video images of vehicle, bicycle, and pedestrian traffic. � 1.1 System Hardware The video detection system (VDS) shalf consist of up to four videa cameras, up to two videa de#ection processors (VDPj capabfe of processing up to two �ideo sources each, one Central Control Unit {CCU), (either a 19" rack or sheff-mount form factor), input/output extension modules, vEdeo surge suppressors and a pointing de�ice, or any combination thereof. The VDS wi�l be deployed at locafions where site conditions and roadway geome�ry �ary. The VDS system may also be deployed at locations wh�re existing cabinets or equipmertt exist. Existing site configurations will dictate the availability of cabinet space and VDS usage. ' 1.2 System 5oftware The system shall indude software that distriminatefy detects the presence ofi individual vehicles and bicycles in a single or m�ltiple lanes using only the �ideo image. Detection zones shall be defined using only an embedded software applicatiQn. A monitor, a keyboard and a pointing de�ice are used to place the zones on a �ideo image. A minimum af 32 detection zones per camera view shall be a�ailabfe. A separate computer shall not be required to program the detection zones. In addition to ereating vehicle and bicycle zones, the system shali automatically define a pedestrian crossing area in front of #he stop bar zones. The system shall pro�ide a tracking methanism that taunts pedestrian �olume moving wiihin this crossing area, and also determine the average, maximum, and minimum speed of pedestrians moving within this crossing zone. The systern shall also prov�de discr�te outputs when pedestrians are in the crosswalk during normai crossing phases and when a red phase input has been deteeted. The system shall also pro�ide a visual indication on the �ideo image that a pedest.rian is in the crosswalk. 1..3 The VD5 shall be made in the U.S.A. in compl'rance with FTA `Buy America" regulations. 2. l�DS Ha��1e�+are 2.1 Video Detection Processor (VDP) System Interfaces The VDP shafl be a single-rack detector card width, and pro�ide pro�ision for up to two sensors per VDP. It may be possible for the VDPs tn be embedded in fhe shelf-mount CCU to provide a West 7th Strect Improvemencs City Project No. l O1555 VantaqelVext�Speri�cation - 1- document No. 4Q20005, IiEV:D (6/27/18) , ������� singfe ca6inet interface. The following interfaces shall be pro�ided on each �ideo detection processor: � 2.�..1 Video lnput Each VDP will 6e supplied with video fram the VDS Camera Sensor �ia Etherr�et cables plugged inta the front of the Central Control Unit. The interface connectors shall be RJ-45 type. 2.1.2 Video Lnck LED A LED indicator shaEl be pro�ided to indicate. the presence of the video signal. The LE� shall illuminate upon �alid videa synchronization and turn off when the presence of a �alid video signal is remo�ed. 2.7..3 Contact Clasure Dut�ut Open coflector (contact closure) outputs shall be provided. Four {4J open collector autputs shall be pro�ided far the Video Detection Processor rack-mount configuration. Additionalfy, the VDS shall al�ow the use af extensian mvdules to pro�ide up to 32 open collectar contact closures per camera input. Each open collectar output shall be capable of sinking 30mA at 24VDC. Open mllector outputs will be used for �ehicle deteCtian indi�ators as well as discrete outputs for alarm conditions. The VbP autputs shall be compatible with industry standard detector racks assignments. 2.1.4 Logic inputs Logic inputs such as delay/extend or delay inhibit shal! be supported tf�rough the appropriate detectar rack connector pin or front panel connectar in the case of the I/O module. For VDPs and extension modules, 4 inputs shall be supported via detector rack interface. The I/Q module shall accommodate eight (8) inputs through a 15-pin "D" connector. z.1.5 [7etection LEDs Detection status LEDs shall be provided an the frant panel. The LE�s shall illuminate when a contact c[osure output occurs. Rack-mounted �ideo processors shaEl ha�e a rr�inirrmum of four (4j LEDs. Rack-mounted extension modules shall ha�e two �2}, f.our (4j or eight (8j LEDs (depending upon extension module type) to indicate detection. � 2.1.6 Test Switches The front panel of the VDP sha{I have detector test switches to allow the user to manuaily place vehicle and bicycle cafls on �ach VbP output channel. The test switch shall be able to place a momentary call. 2.2 Both the VDP artd EM shall be specifically designed to mount in a standard detector rack, using the edge connectar ta ab#ain power, provide contact closure outputs and accept logic inputs (e.g. West 7th Street Impro�ements City ProjectNn. i01555 VantageNext� Sperifiration - 2- Dacument No. 402QQQ5, REV.D {6/�7/18) ������� delay/extendj. No adapters shall b� required to mount the Vf]P or EM in a standard detector rack and no rack rewiring shall nat be required. 2.3 VDP printed circuit boards (PCBs) shalf be conformally coated in accordance with Caltrans and NEMA specifications. 2.4 On-board Memory The VDP shall utilize non-�olatile mernory technology to store on-board firmware and operational data. 2.5 Firmware Upgrade The CCU shall enable the loading af madified or enhanced software through either the Ethernet or frant-panel USB port (using a USB thumb drivej and without removing or modifying the CCU hardware. The upgrade will affect botf� the CCU and VDP hardware when connected into a single system. 2.6 VDP and EM Power The VDP and EM shall be powered by 12 or �4 voI#s bC. VDP and EM modules shall automatically compensate for either 12 ar 24 V�C operation. VDP power consumption shall not exceed 7.5 watts. The EM power consumption shall not exceed 3 watts. 2.7 Operating Temperature The VDS shall operate satisfactorily in a temperature range from -30° �#o +165� F(-34" C to +74° C} and a humidity range from fl%RH io 9S%RH, non-condensing as set forth in EVEMA specifications. 3. 1��5 CGIJ The VDS Centrai Control Unit (CCU) shall be supplied by the VDS rnanufacturer. 3.Z Hardware The CCU shall be supplied in three separate forrri factors. Users may choose one farm factor for use within their controller cabinet system: 1. Standard One (1) RaCk U�it (1Uj 19" rack format. There shall be brackets to allow the CCU to be mounted under shelves where a 19" frame is not a�ailable. 2. Shelf-Mount format; T51 versian. The CCU shall be able to stand up on available shelf- spate within the cabinet. Afl connections shall be made from the front of the CCU, including connections to separate DPs located within the tabinet. 3. Shelfi-Mount format; T52 �ersion. The CCU shall be able to stand up on available shelf- space within the cabinet. Alf connections shall be made frorn tf�e front af the CCU, and no external DPs will be required. West 7th 5treet Improvements City Project No. 101555 VantageNext� 5pecifrcation -.3 - Oocumenf No. 40200Q5, ftFV: D(6/27/18J ������� 3.2 CCU Power The 19" Rack-mount CCU shall be powered from an 110V or 230V, 50Hz or 50Hz sup�fy. CCU power consumption shal! not exceed 20 Watts. The shelf-maunt format CCU shali be powered frorr� a 48V DC pow�r supply. CCU power consumption shall not exceed 15D Watts. 3.3 Operating Temperature The VDS shall nperate satisfactorily in a temperature range from -30° F to +1Fi5° F(-34° C to +74° C) and a hurr�idity range from 0%RH ta 95�RH, non-condensing as set forth in NEMA specifica#ions. 3.4 On-board Memary The CCU shall utilize non-volatile memory technology to store on-board firmware and operational data. � 3.5 Videa Surge Suppression The CCU shalf incorparate �ideo surge suppression for each �ideo input. 7he CCU shall be appropriately grounded to the ca6inet ground rad using 14 AWG (2.5mm2) rr�inimum. 3.6 Power Surge 5uppression The CCU shall incnrpora#e power surge suppression both on the input powe�- and on the power supplied to the cameras. The CCU shaEl be appropriately grounded to the cabinet ground rod using 14 AWG (2.5tt�mzj minimum. 3.7 Power Management The CCU shall incorporate power managerrtent for the �arious parts of the VDS such that if fault conditions are detected the power supply will sa#ely shut down the power to that peripheral. 3.8 fnterfaces 3.8.1 Extension Modules Extension rnodules (EM) shall be a�ailable to eliminate the need of rewiring the detector rack, by enabling the user ta plug an extension module into the appropriate slvt in the detector rack to provide adcEitional open collector o�tputs. The EM shall be a�ailable in both Z- and 4-channel configurations. EM canfigurations shall k�e programma6le frorr� the CCU, A separate I/O module shalE also be a�ailable ha�ing 32 outputs through a 37-pin "D" connector on the front panel and 8 inputs through a 15-pin "D" connector using an external wire harness for expanded flexibility. Wesl 7lh Street Impro�ements City Project No. 101555 VantageNext'� Specification -�- Document No. 4Q2pQ05, IiEV:D (6/27/18) ������� 3.8.2 �F�e CCU shall pro�ide four ports for connection to Vd5 camera sensors. The connector s�all be an RJ-45 type. 3.8.3 The CCU shail pro�ide four ports for connection to VDPs. The connector shali be an Rl-45 type. These connectors will not be required far the Shelf-Mount T52 version CCU. 3.8.4 7he CCU shall provide 2 USB `A' ports on the front panel of the rack mount CCU unit. These ports tan be utiiized for vaTious functions. For example, keyboard and mouse functions during system canfiguration, USB storage devices can be utilized for bin data and �ideo coliection. The USB ports shall not require special mouse software drivers. The USB ports shall be used as part of system setup and configuration 3.8.5 7he CCU shafl provide an output to a rx�oni#or. The port shall be HDMI. The native resolution of the mor�itar port shall be 1024 x 768. 3.8.6 Communications An Ethernet communications port shalf be pro�ided an the front panel. 7he �thernet port shall be compliant with IE�E 802.3 and shall use a RJ-45 type connectnr mnunted c�n the froht panel of the CCU. The Ethernet communications interface shall allow the user ta remotely configure the system and/nr tn extract calculated �ehitle/roadway information. The interface protocol shali be documented or interface software shafl be providecl. Each VDS shall ha�e the capability to be IP addressable. The VDP shall support data rates of up to100Mbps. 3.8.7 The CCU shal! pro�ide an SDLC connection to the Traffic Corttroller. The connector shall be a`D- 15' type, in compliance with NEMA T5-2 specifications. 3.8.8 The CCU shall provide an indicator when the SDLC port is acti�e. 3.8.9 The CCU shall pro�ide an incEicatar when the unit has power. 3.8.10 The CCU shalf provide an indicator when #he unit is an line. 3.8.11 The CCU shall provide a Wi-Fi connection. The connection sha�l be over a standard 2.4GHz connection. The Wi-Fi connection shalf 6e enabfed and disabled by a switch on the CCU. The CCU shall provide an indicator when the Wi-Fi connection.is active. 3.8.12 The CCU shall provide a connettion for a remov�ble antenna. The antenna connection shall be a SMA Male type. 3.8.13 The CCU shall provide system status via an Qn-board Organic Light Emitting Diode display. The display shall indicate �arious system parameters, such as camera health and VDP health, firrt7ware �ersion and camera air temperaiure. 1"he display will be enabled with a switch an the CCU. The display wiil automa�icaEly disable 15 minutes after the button is pressed. 4. �1DS Car�era Senso� The VD5 camera sensor shall be suppfied by the VDS manufacturer. West 7th Street Fm�rovement5 Clly Projcct No. 1D1555 VantageNext�Specification - S- DocumentlVo. 4010005, RfV:l7 (6/Z7/18J ������� 4.1 The VDS camera sensar sha�l utilize a single shielded CAT5E or CAT6 cable for power and �ideo. � Cabie termination at the camera shal] not require crimping or special tools. 7he cable termination shall only require a standard wire stripper and a screw driver. No connectors (e.g. BNCj shall be allowed. An optional RJ45 direct connector shall be made a�ailable if a user chooses to connect the sensor cable with RJ45 connections at the sensvr. 4.2 The camera sensor shall aflow the user to set the focus and field of view �ia the VDS software. Camera sensvr control from the controller cabinet shall communicate o�er a single CatSe or CAT6 cafole. No additional wires shall be required. 4.3 The camera shall produce a useable video image of the #eatures of �ehicles under aN roadway lighting conditions, regardless af time of day. The minimum range of scene luminance o�er which the camera shall �roduce a useable �ideo irnage shall 6e the minimum range from nighttime to � daytime, but not less thar� the range D.fl03 lux ta 10,000 lux. 4.4 The camera electronics shall include automatic gain control (AGC) to produce a satisfactnry image at night for the VDS algorithms. 4.5 The irr�ager luminance signal to r�oise ratio �5/N} shafl be more than 50 dB with the automatic gain control (AGC) disabled. 4.5 The imager shall employ three dimensionai dynamic noise reduction {3D-DNRJ tn rema�e unwanted image najse. 4.7 The camera imag�r shali employ wide dynamic range [WDR) technology to compensate for wide dynamic outdoor fighting conditinns. The dynami� range shall be greater than 100 dB. 4.8 The camera shall be digital signal processor [DSP) based anc� shall use a CCD sensing element and shall nutput colnr �ideo with resolution of not less than 540 TV lines. The coior CCb imager shall ha�e a minimum effecti�e area of S11(h) x 508{v) pixels. 4.9 The camera shall include an electronit shutter cantrol based upon av�rage scene luminance and shall be equipped with an auto-iris lens that operates �n tar�dem with the electrnnic shutter. The electroni� shutter shall operate between the range of 1/60th to 1/90,OQ�th second. 4.10 The camera shall utilize automatic white balance. 4,11 The carr�era shall include a �ariable facal length lens with �ariable focus that can 6e adjusted, without opening up the carnera housing, to suit the site geometry by means of a portable interface de�ice designed for that purpose and manufactured by the detection system supplier. 4.12 The horizon#al field of �iew shall be adjustable from 4.5 to 48 degrees. �his camera con�iguration may be used �or the majority of detectinn approaches in order to min�mize the setup time and West 7th 5irect €mpro�cmenis City Project No. 1O1555 VrrntageNext�° 5pecifimtion - 6- Document No. 4Q.2Q005, RfV:D (6/27/18J ������� spares required by the user. The lens shall be a�.�x zoom lens w.ith a focal length of 3.Smm to 35rr�m. 4.13 The lens shali also have an auto-focus feature with a manual override to facilitate ease of set�p. 4.i4 The carnera shafl incorporate the use of preset positioning that store zoom and focus positioning informatinn, The camera shall have the capa6ility to recall the previously stored preset upon application of power. 4,15 Th� camera shall be housed in a weather-tight sealed enclosure. The housing shall allow the camera to be rotated to allow proper alignment between the camera and the traveled road surface. 4.16 The tamera enclasure shall he equipped wifih a sunshield. The sunshield shall include a pro�ision for water diversion to prevent water from flawing in the camera's field of view. 7he camera enclosure with sunshield shafl 6e less than 3.5" (89mm) diameter, less than 5.25" (133mm} long, and shall weigh less thar� 2.5 pounds (1.14kg) when the camera and lens are mounted inside the enclosure. � 4.17 The encfosure shali be designed so that the pan, tilt and rotation of the camera assembly can be accomplished independentfy without affecting the other settings. 4.18 Camera Lens 4.18.1 The camera enclosure shall include a propor#ionally controlied Indium Tin Oxide (ITO) lens coating far the heating element of tf�e front glass that maxirnizes heat transfer to the lens. The output power of the heater shall vary with temperature, to assure proper o�eration af the iens functions at low temperatures and prevent moisture condensation on th� optical facepfate of the encla�ure. The transparent coa#ing shall nnt impact the visual acuity and shalE be optically clear. 4.18.2 The glass face on the front of the enclosure shall have an anti-reflective coating ta minimize light and image reflections. 4.18.3 7he giass face on the front of the enclosure wiil inciude a Titanium Dioxide shelf cleaning coating 4.19 When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperature range from -30' F to +14Q" F(-34 'C to +60 °Cj and a humidity range From 0% RH to 100% RH. Measurement of satisfactory �ideo shalf be based upon WDP system operati�n. 4.20 7he camera shall be powered by 48VDC. Power consumption shall be 5 watts typical and 15 watts or less under worst conditions. 4.21. Recommended camera piacement heigh#'shall be 33 feet (or 10 metersj above the roadway, and over the travefed way an whith vehitles are to be detected. Fnr nptimum detectinn the camera should be centered above the tra�eled roadway. The camera shall �iew approaching vehicies at a distance not to exceed 350 feet (107 meters) for reliabfe detection (height to distance ratio of West 7th Street Improvements City Project No. 101555 VantageNext� Specification - 7- Document No. 40200D5, RfV: D(6/27/18J ��:�r�ii�� 10:100). Camera platement and field of �iew (FOV) shall be ur�obstructed and as no#ed in the instaflation documentatian pro�ided by the supplier. 4.22 The �idea signal shall 6e fuily isolated from the camera enclosure. 4.23 Cable terminations at the camera for Wideo and power shall nnt require crimping tools. 4.24 A weather-�roof protecti�e cover shalf be provided shali be pro�ided to protect all terminations at the camera. No special toaling shall be required ta rerrsa�e or install the protecti�e cap. 4.25 The camera assernbly shall includ� a terrtperature sensor. The sensor wilf be polled by the VDS e�ery minute and will supply the current air temperature. The VDS software will display this information on the On-Screen Display for each camera. 5. V�5 Sof�wrare 5.� General System Functions 5.1.1 Detettion zones shafl be programmed �ia an em6edded application d�splayed on a �ideo monitor and a keyf�oard and a pointing device connected to the CCU. The menu sha[I facilitate placem�nt af detectian zanes and setting of zone parameters or to configure systern parameters. A separa.te corr�puter shall not be required for programming detection zones or #o view system operat�on. � A�I programming function shafl occur on li�e �ideo images, no snapshots or still images are allawed. 5.1.2 Th� VDS software shall store up to fi�e completefy independent detection zone patterns in nan- volatile memory. The VDS can switch to any one af the three different detectian patterns within 1 secand of user request via menu sefection with the pointing de�ice. Ea[h Configuration sF�all be uniquely labeled and abEe ta be edited by the user for identification. 7'he currently acti�e configuration indicator shall be displayed on the monitor. 5.1.3 The VDS shall deteCt vehitles and bicycles in real tEme as they tra�el across each detection zone. 5.1.4 The VDP 5hall automaticafly define a pedestrian crossing area, and track pedestrians in real-time as they travel across this pedestrian crossing area in both directions. The VbP shall count pedestrians mo�ing left-to-rigl�t, and right-to-left. The VDP shafl measure the speed of pedestrians �no�ing left-ta-right, and right-to-left, and pro�ide the minimum, maximum, and a�erage speed of the pedestrians per the bin intervai. These �alues shall be di5played on-screen for both directions, and an option shall be pro�ided to the user to turn this on-screen ciisplay on or off. This data wi91 be stored in local memory for later retrieval �fa a remote de�ice. The data will be stored at the Bin Inter�a� set in the system. 5.1.5 The VD5 shall accept new detection patterns fram an external computer through the Ethernet port when the exterrtal computer uses the correct communications protocol for down[oading detection patterns. A WindowsT""-6ased sof#ware designed far locai or remote connection and providing�ideo capture, real-time detection indicatian and detection zone modiFicatian tapability shall be pro�ided with the system. Wcs[ 7th Street lmpro�ements City Project No. ] Ol 555 VantageNext� 5pecrficatron - g- Document No. 40?0005, REV:D (6/27/18j i��ri�° 5.1.6 . The VDS shalf have the capability to automatically switch to any one of the stored configurations based on the time af day which shafl be programmable by the user. 5.1.7 The VDS shall send its detection patterns to an external computer through the Ethernet port when • requested when the external computer uses the appropriate communicatians protocol for uploading detection patterns. 5.1.8 The VDS shall default to a safe conclition, such as a constant call on each active detection channel, in the e�ent of unaccepta6le interference or loss of the �ideo signal. 5.1.9 The VDS shall be capable of automatically detecting a low-visibility condition such as fog and respond by placing all affected detettion zones in a tvnstant call mode. A user-selected a�arm output shail be active during the low-�isibility condition that can be used to modify the controlEer operatifln if connected to the appropriate controller input modifier(s). The system shall autamaticafly revert to normal detection mode when the low-visibility condition no longer exists. An On-5creen Icon will be displayed while the system is in this mode. 5.1.1Q Up to 32 detection zones per camera input s�all be supported and each detection znne must be user-sizeable to suit the site and the desired vehicle detection region. 5.1.11 The VDS shall provicEe up to 32 open collector out�ut channels per Camera input using one or more extension modules. 5.1.12 The VDS sf�all pravide a discrete output when pedestrians are being tracked in the crosswalk. Separate outputs may be assigned for pedestrians mo�ing Left to Right and those maving Rig�t to Left fior each carnera. 5.1.13 The VD5 shall provide a discrete output when pedestrians are cro5sing again5t a red pha5e. Tf�e VD5 shail allaw up to 4 phase inputs to be assigned to each crosswalk. 5.1.14 A single detection zone shalf be able to replace multiple inducti�e loops and the detection zones shall be OR'ed as the default Qr may instead be AND'ed together to indi�ate vehicle presence nn a singfe approach of traffic movement. 5.1.15 When a vehicle is detected within a detection zoRe, a visual inditation of the detettian shafl activate on the video overlay display to confirm the detection of the vehicle for the zone. 5.1.16 Detection shall be at least 98°Y accurate in good weather conditions, with slight clegradation possible under ad�erse weather condi�ions (e.g. rain, snow, or �ogj whi�h reduce visibility. Detettion accuracy is dependent upon si#e geometry, camera placerx�ent, camera quality and detection zone lacation, and these accuracy levels do not include aflvwances for occlusion or poor video due to camera latation or quality. West 7th Street Improvemencs City ProjecE No. 101555 VantogeNext� 5pecification -�- Document No. 40200D5, REV�D (b/Z7/1Bj ���r���. 5.i.17 The VD5 shall pro�ide dynamic zone reconfiguration (DZRJ. DZR sustains normal aperation of existing detection zones when one zdne is being added or modified during the setup process. The new zone configura�ion shall not go into effect un�il the configuration is sa�ed by the operator. 5.1.18 Detection zone setup shall not require site specific information sucF� as latitude and longitude to be entered into the system. 5.1.1.9 The VDS shall process the �ideo input fram each camera at 30 frames p�r second. Multiple camera processars shall process afl video inputs simultaneously. 5.1.20 The V�S shall output a constant call during the background learning period of no longer #han 3 mi nutes. 5.1.21 Detection zone outputs shall be indi�idually configurable to allow the selectian of presence, pulse, extend, and delay o�tputs. Timing paraineters of pulse, extend, and delay outpats shall be user defina6le between 0.3 to 25.0 seconds. �.1.22 Up to six detection zanes per camera �iew shall ha�e the capability to count the number of �ehicles detec�ed. The count �alue shall be internafly stored for later retrie�al through the Ethernet port. The zone shall alsn ha�e the tapability to calculate and store a�erage speed and lane accupancy at user-selectabl� bin intervals of 10 seconds, z0 seconds, 1 minute, 5 minuCes, 15 minutes, 30 minutes and 60 minutes. 5.1.23 In addition to the count type zone, the VD5 shall be able to calculate a�erage speed and Iane occupancy for all of the zones independently. These �aiues shall be stored in non-�olatile memory for later retrie�al. 5.1.24 The V�S shall ha�e an "ad�ance" zone type where raw detection output duration to the traffic cantroller is compensated for angular occlusion and distance. 5.�.25 The VD5 shall emplay color o�erlays on the �id�o autput. 5.1.26 The VDS shall ha�e #he ability to show controller phase status (green, yellow, or red) for up to S phases. These indications sf�all also be calor coded. 5.1.27 The user shall ha�e the ability to enable or disable the display of th� phase information on the �ideo output. 5.1.28 The VDS shall have the capability ta change the characteristics of a detection zone based on external in�uts such as signal phase. Each detection zone shal[ be able to switch from one zone type (i.e. presence, extension, pulse, �tc.) to another zone type based on the signal state. �or example, a zane may be a"count" zone when the phase is green but change to a"presence" zone type whe� the phase is not green. Another application would be zone type of "extensivn" when the signal phase is green and then "delay" when red. Wcst 7th Street [mprovements � City Yroject No_ I 01555 VantageNext�Specification - i� - DocumentNo. 4020a03, REV:D (b/27/18J ������� 5.1.29 The VD5 software shall aid the user in drawing additional detection zones by automatically � drawing and placing zones at appropriate locations with onfy a single click of the mouse. The additional zone shall utilize gearnetric extrapalation of the parent zon� when creating the child zone. The process shall afso autarnatitally at�ammadate lane marking angles and zone overlaps. 5.1.30 When the user wishes to modify the location of a zone, the VDS software shall allow the ussr move a single zone, multiple zones or al! zones�simul#aneously. 5.1.31 When the user wishes to madify the geometric shape of the zone, the VDS saftware shall allow the user to change the shape by moving the zone comer or zone sides. 5.1.32 On screen zone identifiers shall be mndifiable by the user. The user shall be allowed to sefect channel output assignments, zone type, input status, zone labels or zone numbers to be the iclentifier. 5.1.33 The VD5 shall have the capability to show pedestrian ac4ivity in #he crasswaik through a visual inditation on the Video nutput. 5.1.34 The V�S software shail support bicycle type zones where the zone can differentiate between motorized vehitles and bicycles, producing a call for one but not the other. 5.1.35 Bicycle zone types shall only output when a bicycle is detected. Larger motorized �ehicles such as cars and trucks that traverse a bitytle zone shall not provide an output. 5.1.36 Tf�e VD5 saftware shall provide the ability to assign a separate output channel for bicycle zones to allow traffic controllers to implement special bicycle timing. 5.1.37 Placement of bicycle type zones in vehicle lanes shall be allowed. 5.1.�8 Upor� detection of a bicycle, the vicleo output overlay sF�all indicate active detection as well as providing a unique bicycle detection identifier to visually distinguish bicycfe detection versus vehicle detection. 5.1.39 Up to six bicyGle detection zones per camera �iew shall have the capability to count the number of bicycles detected in addition to their normal detection function. The count �alue shall be internally stored for later retrieval #hrough the Ethernet port. 5.1.40 Automatic Traffic Volume Graph �'he On-5creen Display shall include an Autornatic Traffic Volume graph. This �raph wilE"dispfay estimated Vehicles Per Hour {VPHj �er mo►rement for each camera view. The graph wiil display a ralling 24 hour period of VPH. 5.1.41 Occupanty Graph West 7th Street [mprovements City Project Na. 101555 VantageNext� Specificaiion - 11 - Dac�menT No. 4020005, IiEV:D (6/27/1SJ ������� The On-Screen Display shall.include an Occupancy Graph. This graph will display estimated approach accupancy for each camera �iew. The graph wilf display a rolling 24 hour period of accupancy. 5:2 Userinterfaces This s�ction sets forth the minimum requirements far the VDS to pro�ide a single point interface to remote and local users. The VDS shalf also ha�e the capability to stream up to four simuitaneous �idea str�arns a�er an Ethernet interface. 5.2.1 The user interface sha{I pra�ide capabilities to enable multiple rack-mounted �ideo detec�ivn pracessars to be locally and remotely accessed from a single poirtt �ia an Ethernet connection. 5.2.2 The device shall allow the operator to view faur �ideos simultaneausly or any one �ideo by cantrols embedded in the VDS. 5.2.3 Local us�r access to �ideo detection programmir�g shall be fimited to the detection processor unit t�at is currently being displayed on the monitor. 5.2.4 All local pragramming and setup parameters far the vicEeo detection processor shall be user accessi6le through the interface unit without requiring the user ta swap user interface cables between video detection processors. 5.2.5 Remote access to tF�e de�iCe shall be through the built-in Ethernet port �ia access software running on a Microsoft Windows based persnnal computer. 5.2.6 A Windaws OS remote acc�ss f�rmware shall alsc� be available for remote setup and diagno�tics of the interface unit. 5.2J The VDS 5hall support streaming �ideo technolagy using H..264 standards ta allow �h� user to monitor �ideo detection imagery o�er the Ethernet interface. Motion JPEG streaming video shalf not be allowed. 5.2.8 The interface unit sha11 allaw eight independent streams, ane from each video prncessor, to be transport�d via Ethernet ta four independent streaming �ideo players simultaneously in b1 resolution. 5.2.9 The interface shali allow the user to select the resolution of the displayed strearned �ideo. 5.2.10 The interfate unit shall support the strearr�ing and display of eight cnncurrent streams in D1 resolution. . 5.2.11 The VDS shall allow the user ta manag� the unit's Ethernet bandwidth usage by allowing the user to sefect high, medium or low resolution. . West 7th Strcct ]mprovernents City Yroject No. ](71555 VantageNext� Specification - 12 - Document Na. 402QQQ5, REV:D (6/27/18J ������� 5.2.12 The interfate shall allow the user to change the unit's Ethernet network settings of iP.address, subnet mask and default gateway. 5.�.13 The VDS shall allow the user t4 upload new application firmware through the use of the interface, rernotely or on-site. 5.2.14 A Windows O5 bas�d application will be provided to remotely �iew �ideo streams frorn the VDS. 5.2.15 An i05 and Android based application shall be available to remately access each configured VDS on the agency's network. This application shal! allow the user to thoase between any number of pre-configured intersection loeations. Using the i05 or Android device, the appiication will ailow the user to �iew li�e video from any carr�era at that intersection, including vehitle and bicycle detections in real-time. The application will also allaw the user to �iew individual intersection data, including turning mo�ement counts and occupancy. The application wili show each data set in time periods of day, week, or rnonth, and ha�e the �apabifity nf turning on or off right, left, and thru movement data for turning movement count cEata. The application will also allow the user to view current system diagnostic data, including the following, but nat [imited to; individual camera glare and low contrast information, system low contrast, constant call, alarm, reboots, logins, and menu access information. � b.l s.2 Sf��C �Lln��lena�[ty This section sets forth the minimum requirerrtents for a full-funetion BIU ar�d integrated �ideo detection comrr�unitation. The VDS shall provide outputs to the controlier of vehicle calls frorr� video �rocessors that reside within the detector rack. � Functional Capabilities The VDS shall ha�e the capability of monitoring phase information and passing that information and ather system data such as "time" from the controller to video detectipn processor modules. 7he VbP shall also accept data From video processor modules and re�ay the informatio� to the contrnfler. The unif shall provide a maximum of 64 detector outputs to the controller via the SDLC interface. Requirements The module shall be in tqmpliance with the follawing industry specifications: Transpa�'#at'ion Electrica! Equipment Specrficatians (TFESJ, August 16, 2D02 (or latest edition}, California �epartment of Transportation NEMAStandard Puhlication T51-1989 (Qr latest editionj, Traffic Corrtrol Systems, National Electrital Manufacturers Association � West 7th Street Improvements . City Projcct Na. 101555 VantageNext� Specfficatron - 13 - Document No. 402Q005, R�V:� (6/Z7/18J ������� o NEMA Standard Publicatian TS 2-2003, Traffic Caratro!lerAssemblies With NTClP Requirements, Version 02.06 (or latest editianJ, National Electrical Manufacturers Association 6.3 �ata �nterfaces The VDS shall ha�e two data interfaces: � The interface to the controller shall be accomplished by the use of the TS-Z SDLC port and �rotocol in aceordance with the TS-2 specifications. The module shall be able to t�e configured to respond to B1U addresses 8, 9, 10 and 11 or a combination thereof. @ T�e interface to communitate with card rack �ideo detection processors shall be manufacturer specific. 6.4 SDLC Communication Indicators One LED indicator shall be pro�ided for the TS-2 SDLC interface. The indicator shall be used to inform the user af any corrtmunication acti�ity on the SDLC port. 7. Ins�alta�ion 7.1 The cable to be used between the camera and the CCU in the traffic cabinet shall be Cat5e, shieided, direct burial. This cable shalE be suitable for installation in conduit or overhead with appropriate span wire. Shielded RJ-45 connectors sha11 be used where applicable, The CatSe cable, RJ-45 connector, stripping and crimping tool shail be appra�ed by the supplier of the �ideo detection system; and the manufac#urer's instructions must be followed to e�sure proper connection. 7.2 The video detection camera shall be installed by factory-certified installers as recommended by the supplier and documented in insiallation materials provided by the supplier. Proof af factory certification shall be provided. $. �arran�y 8.1 The supplier shall pro�ide a iimited three-year warranty an the �ideo detection system.. 8.2 During the warranty period, technical suppart shalf be available from the supplier �ia telephone within 4 hours of the time a call is made by a user, and this support shall be a�ai�able from factory- certified personnel or fac�ory-certifiecE installers. 8.3 D�ring the warranty period, updates to VDP software shall be available from the supplier without eharge. West 7th Street Impro�emenis City Projcct No. ] O1555 VantogeNext� Specification - 14 - Document No. 4Q20005, RFV:D (6/27/18) �,��r��� 9. fl�ain�enance an�l Sup�or� 9.1 The supplier shall maintain an adequate inuentory of parts to support maintenance and repair of #he video detection systerri. These parts shafl be available for delivery within 30 days of pfacement of an acceptable order at the supplier's then current pricing and terms of sale for said parts. 9.2 The supplier shali main�ain an ongoing program of technical support for the videa detection system. This technicai suppor� shall be available via #elephone, ar via persannel sent ta the installation site upon plaeement of an acceptable order at the suppfier's then current pricing ancf terms of sale for on site technical support services. 9.3 Installation or training support shall be proWided by a factory-authorized r�presentati�e and shall be a minimum IMSA-Level II Traffic Signaf Technician certifieri. 9.4 AFI product documentation shalf be written in the English language. West 7th $lreet Improvemcnis City Project I�o. E 01555 VantageNext� 5petification - 15 - Document No. 4020005, REV.•D (6/27/18J 4G-LTE Ad�anced Cellular Router (Items. Quantity and Specl: 1. Cellular Router; quan#ity 1. � Digi lnternational, Inc., Model WR44-flfi�00-AE1-RF: LTE North America Multi-Carrier (700/850/1700(AWS)/1900 MHzJ, WiFi (B/GIN),Enterprise Software Package, 5 VPN Tunnels, Extended Temperature, Rugged Enclosure, DC Power Cable, Np Cellular Antennas 2. Celtular Router Power Supply; quantity 1 per 4G de�ice- Digi International, Inc., Part Number 75000�16: AC Power Supply - 18VDC, Extended Temp. NEMA 5-15P (iJS) to 4-pin connector. Compatibility: WR44 3. Cellular Router flual Antenna; quaniity 1 per 4G de�ice- Open Ilflarket Purchase, Part IVumber AP-KIpSFt-CC-Q-522- 8�,: 2 CeII1LTE, Threaded Bolt, 81ack. Special Instructions: fi-ip` cable 4� WWAN Equipment Accessory Item; r�uantity 2 per 4G device- Digi International, Inc., Part Number �WB-24-58- RSMARV: 2.4/5.�GHz TRf111 ANT RA SF1AA REV POL Cellular Carrier Seieciion- Compatible with Verizon PTZ Camera [Items, Quantitv and Spec1: 1 Pelco, Wa11 Mount for 5pectra Series Gamera, Quantity 1 . Z. Peleo, IP Dome Camera, PTZ ZMP 30x Zoom Pend Dome- Quantity 1 3. Pelca, Pole Mount Adapter for Spectra series camera- Quantity 1 4. PeEco, POE Injector, 75 Watt Sing#e Port 100-24QVAC - Quantity 1 5. Open Market Rurchase,Butyl Rubber Strip, 2"W x 3 ft.L x 1/4"Thitk, 60A, AdhesiWe Backing Type, 300% Elonga#ion, Black- , Quantity T CAT5e Outdoor Cable 5 ecificatior� CATSe, ANSi/TIA-568-C.2, 1000' kull, 24 AWG Solid Copper, 350MHz, Non-PVC UV iacket, Waterproof/Drrect-burial, GeE-filled, Shielded with Drain (Grouncf) Wire, CMX flame rated, f1L or ETL Listed, and RoHS Compliant West 7th 5treet lmpro�ements City Project Na_ ]01555 34 41 30 - 1 Ai.UMINUM SEGNS AND SIGN POSTS Page 1 of 9 SECTION 34 41 30 ALUMINUM SIGNS AND SIGN PQSTS PART1- GENERAL 1.1 SUMMARY A. Sectian Includ�s: l. Aluminum signs installed on mast arms, signal poles, or steel posts. B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, b�at are not nec�ssarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions oi the Cont�ract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Furnishing and Installing Mast Arm or Signal Pole Mounted Alufninum Signs a. Meas�rement 1) Measurement for this Item shall be per each sign installed. b. Payment l) The wark perfor�ned and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/install Alum Sign Mast Arm Mount" insta�led for: a} Various types c. TYz� price bid shall include: 1} Fabricating the aluminum sign 2) Treatment of sign panels required befare application of background rrtateriats 3) Elppiicatiora af the background materials and messages to the sign panels 4) Furnishing and fabricating frames, windbearns, stiffeners, or required joint backing strips 5) Fumishing bolts, rivets, screws, fasteners, cla�nps, brackets, and sign support connections 6} Assembling and erecting the signs 7} Preparing and cfeaning the signs 2. Installing Mast Arm or Signal/Street Light Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Ite�n shall be per each sign installed. b. Pay�nent 1) The work performed and materials furnished in accordance with this Iiem shall be paid for at the unit price bid for each "Install Alum Sign Mast Arm Mount" instalied. c. The price bid shall inctuc�e: t) installing each Aluminurr� Sign Cf1�Y OP fORT WORTH West 7th Street Improvements STAN�ARD COl�i5"1'RUCTIOIV SPECIFICA"f10N DOCLIMENTS Cily Projcct No. 10] 555 Kevised November ] 2, 2013 344] 3Q-2 ALUMINUM STGNS AND SiGN POSTS Page 2 of 4 2) Furnishing and fabricating frames, windbeams, stiffeners, or reauired joint backing strips 3) Furnishing bolts, rivets, screws, fast�ners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 3. Furnishing and Instailing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement - 1} Measurement for this Item shall be per each assennbly furnished and installed. b. Payment 1) The wark performed and materials furnished in accordance with this Item sha11 be paid for at the unit price bid for each "Furn�sh/Instal] Alum 5ign Ground Moun�" installed for: a) Various types c. The price bid shall include: 1) Fabrication of signs and posts 2) Treatment of sign panels required before application of background materials 3} Application of the background materials and messages to the sign panels 4) Scheduling utility line locates 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support cannections 7} Assembling and erecting the signs and posts � 8} Preparing and cleaning the signs 4. Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materia[s furnished in accordance with this Item shall be paid for at the ur►it price bid for each "Install Alum Sign Ground MounY' installed. c. The price bid shall include: 1) Scheduling utility line locates 2) Assemb[ing and erecting the signs and posts 3) Preparing and cleaning the signs 5. Furnishing ar�d installing Aluminum Signs Mounted on Existing Poles a. Measurement 1} Measurement for this Item shall be per each sign furnished and installed. b. Payment � 1) The wark perfortned and materials furnished in accordance with this Item shall be paid for at ihe unit price bid per each "F�rnish/Install Alum Sign Ex. Pnle Mount" furnished and �nsta]]ed. c. The price bid sha!] include: 1) Furnishing and installing th� aluminum sign 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips C[TY pP PORT WOR"fH West 7ih Slreet lmpravements STA1dDAItD COAISTR[JCTION SPECfr�1CAT[ON DQCUMP.NTS City Praject No. 101555 Revised November 12, 20J3 34 4l 30 - 3 ALUMINUM S[GNS At�TD SIGN POSTS Page 3 of 9 3) Fw-nishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4} Assembling and erecting the signs 5) Preparing and cleaning the signs � 6. Tnstalling Aluminum Signs Mounted on Existing Foles a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The wark performed and materials furnished in accordance with this iterr� shall be paid for at the unit price bid per each "Install Alurn Sign Ex. Pole � Mount" installed. c. The price bid shall include: 1) Fabricating the aluminum sign 2) Furnish�ng and fabricating frames, windbeams, siiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support conn�ctior�s 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 7. Removal of Signs a. Measurement I) Measurement for this Item shaff be per each sign panel removed, each sign panel ancf posi r�moved, and each sign panel and post removed and reinstalled. b. Payment 1) The work performed and materials furr�isY�ed in accordance with this Item shall be paid for at the unit price bid per- each "Rer►�ove Sign" for: a) Various types b) Various canfigurations c. The price bid shall include: I} Removal of sign panel and post 2) Removal of sign panel 3) Backfill 4) Excavation 5) Returning materials to the City as specified in the plar�s 6) Cleaning sign panel if sign is to be reinstalled 1.3 REFERENCES A. Reference Standards � L Reference standarcfs cited in this Speci�cation rafer to the current reference standard published at the time of the latest revision date ]ogged at the end of this 5peciFcation, unless a date is specifically cited. � 2. American Standard Testing Materia�s (ASTM) a. ASTM B209-07— "Stanc�ard Specification for Aluminurr� and Aluminum-Alloy Sheet and Plate". b. ASTM D4956 — d9e 1—"Standard Specification for Retroreflective Sheeting for Traffic ControI". CITY Or FORT WOR"fH West 7th Strccl Improvcmcnts 5"1�ANDARD CONSTRUCTION SPECIHICAI�ION �OCUMrNTS ' City Project No. 1D1555 Reviscd November [ 2, 2013 34A130-4 ALUMIIYUM S[GNS AND SIGN POSTS Page 4 of H c. ASTM A 101 1/ A l01 I- 10 —"Standard Speci#ication for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, f Iigh-Stren�th Low- Alloy with Impro�ed Formability, and U[tra-High Strength". d. ASTM B 1 l 7-09 —"Star�dard Practice for Operating Salt Spray {Fog) Apparatus". e. AASHTO M 120-0$ —"Standa��d Specification for Zinc". 3. Texas Manual on Uniform Traffic Cantrol Devices 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of Transportation, Standard Specificaltons for Constr. uctinn ana' Maintenance of Hightvays, Streets; and Bridges. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Sectiora O1 �3 00. B. All submittals shall be approved by the City priar to delivery and/or fabrication for specials. 1.6 ACTIQN SUBMITTALS/iNFORMATiONAL SUBMITTALS A. Shap Drawings i. Submit 5 sets of sign shap drawings to City Traffic �Services Department for approval prior ta fabrication. I.i CLOSEOUT SUBMITTALS �NOT USEDJ 1.8 MAINTENANCE MATERIAL SUEMITTALS [IVOT USED� 19 QUALITY ASSURANCE [NOT USED� 1.10 DELIVERY, ,STORAGE, AND HANDLING A. Delivery and Acceptance Requirements ]. Signs and parts shall be proper[y protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until instaiiation. 2. The Cantractor shall secure and maintain a location to store the fnaterial in accordar�ce with Section Ol 50 00. B. Storage and Handling 1. Ship, hand�e, and store completed sign blanks and completed signs so tkaat comers, edges, and faces are not damaged. 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, night and day, will be acceptable. 3. Replace unacceptabie signs. 4. Store all finished signs off the ground and in a vertical position until erec#ed. 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. b. Larger signs may be stored outside. CiTY OP FOR"[' WOK7�H Wcsl 7th Street [mprovements S"1ANDARD CONSTRUCT[O�1 SPP.CIPICA`C[ON llOCIJMENTS City ProjectlQo. 101555 Rcv�scd �lo�ember l2, 2013 344130-5 ALUMINi3M SIGNS AND SIGN POSTS Pagc 5 of 4 l.] 1 FIELD �SITEJ CONDITIONS �NOT USED] 1.12 WARRANTY jNOT USED] PART 2 - PRODUCTS 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased frorrz the City and installed by the Contractor. B. Items eligible for purchase from the City include: 1. Aluminurn Signs 2.2 MATERIALS A. Manufacturers l. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section O l 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product ihat is not listed on the Standard Products List is considered a substitution and shaIl be submitted in accordance with Section D 1 25 00. B. Sign blanks 1. Sign 6lanks shall be new, unweathered, zx�illad, rolled and finished aluminum alloy meeting Specifications for 5052H38 as outlined i� ASTM B 209 — 02a. 2. Sign b]anks shall be free oibuckle, crevice, warp, dent, cockles, burrs, corrosion, dirt, grease, ail, white rust, fingerprints and/or other irregularities. 3. Sign blanks shall be degreased and etched according to industry standards and shall have an a�odined finish applied per MIL-0554 i Class lA. 4. The thickness of each sign blank shafl be uniform throughout. C. Sign sheeting I. Acrylic overlay film a. This filnn shall be applied to Type I, Type II, Type IV, Type IX, and other retroreflective sheeting for permanent signing. b. The flm shalI be equal to or better than 3M Scotchlite E�ectroCut Film Series 1170. � c. Film shall be: 1 } Durable 2) Transpare�t 3) Acrylic 4) Electronic-cuttable 5) Coaied with a transparent, pressure sensitive adhesive 6) Have a removable synthetic liner — paper liner is not acceptable d. Film colors can inc�ude yellow, green, blue, brown, red, and orange. 2. Non-reflective vinyi film a. This film shall be applied ta Type IV, Type XI (DG3) retroreflective sheeting for permanent signing. The film shall be equal to or better than 3M Scotchcal ElectroCut Filin Series 7725. CITY OF FOR'1' WORTH West 7th Street Improvements STA�IDARD CpNSTRL1C7�lON SPrCIPICAT[ON DOCIJMENTS City Praject FVo. 101555 Revised No�ember l2, 2013 34 41 30 - 6 Ai.UM1NUM S[G1VS AND SIG�*! POSTS Page 6 of 9 b. �'ilm shall be: 1) Durable 2) 2 rnil opaque cast vinyl 3) Coated with a transparent, pressure-sensitive adhesive 4) Have a removable synthetic iiner - paper line is not acceptable c. Film colors can include yellow, green, blue, brown, red, and orange. 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: a. Be combined with otfter components for permanent signing b. Typically be an unmetallized nnicroprismat�c lens retroreflective eiement material c. Ha�e a smooth outer surface that essentiaily has the properiy of the retroreflector over its entire surface 1} The adhesive backing shali be pressure-sensitive, require no heat, solvent or other preparation for the adhesion to smaott�, clean surfaces. d. Be equal to or better than 3M Series 3930 e. Se of calors including white, yeliaw, green, red, blue, and brown 4. Super-high efficiency full cube retroreflective sheeting with pressure sensi�ive adhesive shall: a. Be cornbined with other components for permanent signing b. Be a super-high efficiency, full cube retroreflecti�e sheeting having the highest retrore#7ect�vity characteristics at medium and short road distances. c. Typically be a microprismatic retrareflective element material d. Have a smooth outer surface that essentially has the property of retror�flector o�er its entire s�arface 1) The adhesi�e backing shall be pressure-sensitive, require no heat, solv�nt or other preparation for adhesion to smooth, clean surfaces. e. Be equa] ta or batter than 3M Series 4000 f. Be of colors including white, yellow, green, red, blue, brawn, fluorescent yei�ow, fluorescenf yellow green, and fluorescent orange D. Telescoping Steel Sign Post 1. Posts and anchors shall conform to the Standard Specifications For Hot Rolled Carbon Sheet Steel, Structural Quality ASTM designation A1011 / A1011- l0. 2. Posts and anchors shall carry minimum certifiable 64,OOQ psi yieid strength. 3. AlI posts and anchors shall be manufactured frqm raw steel, formed and we]ded on the corner prior to receiving a triple coat protecfion of inline hot-dipped, galvanized zinc per AASHTO M-120-08 {0.8 ounces per square foot) followed by a chromate conversion coating and a cross-linked polyurethane acrylic exterior coating. 4. The interior shall receive a double coat af zine based arganic coating, tested in accorclance with ASTM 8-117-09. E. Hardware 1. Use galvanized steel, stainless steel, or dichromate-sealed aluminum for bqlts, nuis, washers, Iock washers, screws, and other sign assembly hardware. 2. Use plastic or ny�on washers to avoid tearing the reflective sheeting. CITY O�' PORT WdR7'H Wcsl 7lh Street Impro�ements STANllAR[J CO�ISTAUCTION SPTiCTP[CA'CfON llOCUMENTS City Project Np_ 101555 Rcviscd Tdo�cmber l2, 2D 13 344130-7 ' ALUMINUIVI SIGIYS Ai�1D SIGN POSTS Page 7 of 9 �.3 ACCESSORIES �NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALL�RS [NOT USED� 3.� EXAMiNAT14N [NOT USED] 3.3 PREPARATION �NOT USED� 3A F'ABRICATION A. Sign blanks L F�n�ish sign blanks to the sizes and shapes shown on tfie Drawings and that are free of buckles, warps, burrs, dents, cockles, or other defects. 2. Do not splice individual extruded aluminum panel. 3. Complete the fabrication of sign blanks, including the cutting and drilling or punching of holes, before cieaning and degreasing. 4. After cleaning and degreasing, ensure that the substrate does not corne into contact with grease, oils, or other contaminants before the application of the reflective sheefing. B. Sign sheetin� 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. � 2. Apply sheeting to sign blanks in conformance with the recommended procedures of the sheeting manufacturer. 3. Clean and prepare the outside surface of extruded aluminum t7anges in the same � manner as the sign panel face. 4. Minimize the number oi splices in the sheeting. 5. Overlap tne lap-splices by at least 1/4 inch. 6. Provide a 1-foot minimum dimension for any �iece of sheeting. 7. Do not splice sheeting for signs fabricated with iransparent screen inks or colared transparent films. C. Sign rnessages 1. Fabr�cate sign messages to the sizes, types, and colors shown on the Drawings. ` 2. Use sign message material from the same manufacturer far the entire message of a sign. 3. �nsure that the screened messages have clean, sharp edges anc! exhibit uniform coior and reflectivity. 4. 1'revent runs, sags, and voids. D. Telescoping steel sign posts l. Permissible variat�on in straightness is U16 inch in 3 feet. 2. Tolerances are on the outside size. CITY OP FORT WORTH West 7th Street lmprovements STANDARD CONS']'RUC'1�ION SPECIFICA'f10N DOCUMEN'f5 City Project No. ]O1555 Revised November �2, 2013 344i 30-8 ALUMINUM SEGNS ANi3 S1GN POS'I'S Page 8 oF9 Mease�rements for outside dimensions shall be made at least 2 inches from end of tu6e. ' Nomina[ Outside Outside Tolerance Dimensions at a�l Side Corners (inches) inches 1 ��2 X 1 i�2 �Q.��6 1 3�4 A 1 3�4 �L.�VO 2 X 2 �0.008 2'/aX2'/a f0.010 2'/aX2%z f0.010 3. Permissible variation in wa[l thickness is plus 0.0 ] 1 inches, minus D.008 inches. 4. Measured in the center af the flat side #olerance is f O.Oi inch applied to the specific size determincd at the corner. 5. Squareness of Sides and Twist Naminal Squareness Twist Perm�ssible in 3 Outside Tolera�nce inches LengEhs Dimensions (inches) (inches) inches 1 '/z X 1 '/� �0.009 0.050 1 3�4 X 1 3�4 ��.� 1 U �.�%62 2 X 2 �0.012 0.062 2'/a X 2 Ya �0.014 4.062 2 Ih X 2'/� �0.015 0.075 6. All top pasts must be capable of fracturing at.the point of connectEon with a single anchor, when impacted, in such a manner that the piece inside of the anchor can be removed so as ta ailow the anchor to rec�ive a new top post. 7. The shape af all posts and anchors shall be square and straight with smooth tubing welded i� one corner with a tolerance that permits telescoping of #he next larger or sma]] size, in '/4-inch increments. $. All anchors shall be 12 gauge with holes that are fuily perforated 7/]6-inch diarr�eter on 1-inch centers for at l�ast the top 4 inches of the anchor while being tru�y alignecf in the canter of the section. Cfl'Y OF FORT WORTI[ - Wcst 7ih Sircct Improvements STANDARD CONSTRUCTiON SPP.Cl�'ICAT[ON DOCUMEN'CS City Project No. 101555 Aevised November 12, 2013 34 41 30 - 9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on 1- inch centers for the entire iength of the post and truly aligned in the center of section. 3.5 REPAIR / RESTORATION [NOT USED� 3.6 RE-INSTALLATION [NOT USED� 3.7 FIELD �ou� SITE QUALITY C�NTROL [NOT USEDj 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Wash completed signs with a biodegradabie cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oal, dirt, smears, streaks, flnger marks, and other foreign material. B. Wash again before firtal inspeciion after erect�on. 3.11 CLOSEOUT ACTIVITIES [N�T USED� 3.12 PROTECT[ON [NOT USEDJ 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED� END OF SECTION Revision I.og UATE NAME SUMMAI�Y OF CHANGE 1 ll22/13 5. AmoEd Changes io vinyl film, added sign rcmoval bid item CITY OF PORT WORTH West 7th Street lmpro�ements S'L'AIVDARD CONSTRUCTIO%I SPECIFICAI'ION DOCUMENTS City Project t�ln. ID1555 Reviscd November 12, 2093 City of Fov� Wo�th West 7`h Stre�t DESIGN PRO�ESSIONAL RESPONSIBILITY The Specitication Sections authenticated by my seal and signature are limited to tl�e foUowing: DIViSION 31 - EARTHWORK 31 21 00 Fine Grading 31 23 16 Unciassified Excavation 31 23 23 BQrrow 31 24 QO Embankments DiViSiON 3� - EXT�RIOR IMPROVEMENTS 32 91 13 32 91 19 32 93 00 32 93 43 329400 Soil Preparation Topsoil Placement and Finishing Plants Trees and Shrubs Tree Pianting DIVISiON 33 - UTIC.ITI�S 33 46 00 Subdrainage Q3956S] 8 DESIGN PROFESSIONAL RESPONSIBiLTTY CW - 1 09/2020 City of Fort Worth West 7'� Street DESIGN PRO�E�SIONAL RESPONSIBiLITY The Specification Sections authenticaied by my seal and signature are limited to the fo[lowing: DIVISION 32 - EXTERIOR IMPROVEMENTS 32 80 00 Landscape Irrigation System 0395653 8 DESIGN PROFESSIONAL RESPONSIBiLITY JP - i 0912020 City of Fort Wo�-�h West 7"' Street SECTION 31 � l 00 - FINE GRADING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: l. Work in this section includes furnishing all labor, materials, equipment, and ser�ices required to construct, shape, and finish earthwork to the required lines, fine grades, and cross sections as specified herein and on the plans. B. Related Requirements: I. Dtvision O1 Specification Sections apply to Work of this Section. 2. Grading Plan: Refer to Details. 1.2 TEST REPORTS A. The Contractor wi11 bear the cost of all testing requirements and will submit test reparts from a commercial testing laborato�y as specifed herein and in the Conditians of the Contract. 13 METHOD OF PAYMENT A. Fine g��ading ofthe earthwork is a necessary and inc�dental part of the work. The total cost will �e included in the Bid Proposal. Payment will not be made on a unit price basis nor by any other separate rr�easured payment method. 1.4 GENER�IL IMPORTANCE A. Properly placed and finished earthwork accomplished by fine grading is essential to the success of this project. The Contractor will be required to p�•ove the cornpetence and experience of his workers and subcontractors with respect to their abilities to execute the fine grading required on this project. PART � - PRODUCTS 2. I TOFSOIL AND UNCLASSIFIED FILL A. Provide imported materials obtained frorr� sources outside the project limits per Section 32 91 13 "Soil P��eparation." There is not suffcient topsoil onsite. PART 3 - EXECUTION 3.1 GENERAL A. AII fine grading and corresponding const��uction shall be performed as specified herein, and the completed worlc shall conform to the required lines, grades, and cross sections o�fthe plans. Where topsoi� has been lost ta erosion or construction ope��ations, it shall be rep�aced. 0395651 S FiNE GRADING 31 21 00 - 1 09/2020 City of Fort Worth West 7th Street 3.2 ALLOWABLE D�VIATION A. The maximum allowable deviation from the required finished grades ofa line or plane shall be a slope {gradient) of plus or rr�inus 0.5% in a horizontal dimension of 8 feet m�imum. This shall be field testecE by using an 8-foot long straight edge. If the surface has a dev�ation of rttore than 1/2 inch above or balow the midpoint ofthe straight edge when its ends rest on high or Iovv points, the finished grade wil] be unsatisfactory and shaii be immediately corrected. B. Surface gradients and flowlines rr�ay be similarly checked by the use ofstring ]ines and sutvey instruments. The Landscape ArchitectlEngineer will be the judge of whether de�iations from the designed gradients are acceptable or not. 3.3 �,iMITS OF WORK A. '�he limits of areas ta be fine graded shall generally correspond to the areas to be planted. On this project, the entire area within the lirr►its of the work shall be fine �raded. 3.4 SEQUENCE OF WORK A. Fine grading will not begin until all undergraund instaliations are complete, in place, tested to be working properly, and properly backfilled. Fine gradin� will not be attempted unti] construction which invo[ves heauy vehicles is complefe. Such vehicles cause rutting and over compaction. B. If topsoil has been lost to erosian or construction operatio�s it shall be replaced. Topsoij shall be provided from an off-site source a� "imported topsoil" as needed at no additional cost to the Owner. C. After fine grading is accomplished, it shall be the Contractor's responsibility to protect alI fine graded areas from �ehiculat' traffic or othet� disruptive activities. Damages to the �ine graded surfaces wi ll be restot�ed to a satisfactory condition as prescribed herein until the job is finished and accepted. � 3.5 F1NE GRADING OPERATiONS A. As a minimurn, the following measures will �e executed in the accor�-iplishment af fine grading. The Contractor may elect to use additional or supplemental measures to accomplish fine grading. B. Topsoil shall first be pIaced and compacted �o normal density at a depth of 8 inches and shall . be rough graded to within 0.05 foot of fnished grade. C. Fine grading will be executed witE� any or all of the followin� or other ap�ropriate machinery: lightweight road grader, tractor box blade, discing machinery, weighted spike harrow, and weighted drags. Buil clozer blades or front-end loader buckets are n�t acceptable de�ices for itne grading operations. D. It is anticipated that some areas oftopsoif may 6ecome o�e�•compacted and resistant to proper grading. Such a��eas will be loasened and pulverized with discing machinery and will then be recompacted to normal density before fine grading. The use of a watering t��uck to maisten dried and hardened areas may be necessary. 03956518 FiNE GRADING 31 21 00 - 2 091202p City of Fort Wot�th West 7�' Street 3.6 ACCEPTABII.ITY _ A. Satisfactorily fine graded areas shall be true in plane, even in gradient (slope), uniform ir� surface texture, and of normal compaction. Areas of loose g�•anular soil pockets interspersed with overcompacted soils are not acceptable. B. The L,andscape A�-chitect/Engineer will be the judge of whether fine graded areas are acceptable or not. Unsatisfactory areas will be regraded and corrected untiE they are accepta6le. C. "Blue top" finaI grade stakes in satisfacto�•ily graded areas will be Ieft in place until the Landscape Architect/Engineer directs that they 6e removed. 3.7 EROSiON CONTROL THROLTGH COMPLETIQN �F PROJECT A. The Contractor is responsible for the maintenance of all finished surface gradients in the project until the praject is decla�•ed complete. Howevet�, the project will not be complete until other wark Es complete and all ai-eas within the praject limits are satisfactorily fine graded and all turfgrass planting areas have been established with a uniform stand as speci�ed. The Contractor will maintain erosion control measua�es over the entire area ofthe project up until final acceptance of the project by the Owner. ' 3.8 DENSITIES A. Topsoil: Densities of fine graded topsoil areas shall be at a minimum 95 percent of Standard Density ASTM D 698 with minus one to plus four percentage points above that oFoptimum moisture contetzt (-1 to +4}. B. Other Su6grades in Gene�•al: Earth embankment shall be compacted in lii'ts at a minfmum 95 percent of Standard AASHTO Density with the moisture content between minus one to plus fouc percenkage points above that of optimum (-1 to +4) 3,9 TESTING A. Spot field tests of soil densities shall be required of the Contractor by the OwneE• at the Contractor's expense at the place and time of their choosing. Any area not meeting density contro! requirements shalI be im�nediately excavated, reconstructed, and retested, at the expense ofthe Contractor, until satisfactory results are obtained. Up to a total of5 initial tests may be required. END OF SECTION 039565I8 - FINE GRADING 3l 21 00 - 3 09/2024 312316-1 UI+ICLASSIFIED EXCAVATTON Page 1 of 5 SECTION 31 �3 16 - UNCLASSrF'IED EXCAVATION PART 1 - GENERAL 1.1 SUMMARY A. Section Incfudes: - l. Excavate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typical sections shown on the Di•awings and removal fr-ozn siie. Excavations tnay include constructian oi a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structures e: Or any other operation involving the excavation of on-site materials B. Deviations from this City of Fort Warth 5tandard Specification l. None. C. Related Specification Sections include, but are not necessarily Iimited to: � 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cantract 2. Division i— General Requirements 3. Section 3 I 23 23 — Borrow 4. Section 3 I 24 00 — Embankments � 1.2 PRICE AND PAYMENT PItOCEDURES A. Measurement and Payment 1. Excavation by Plan Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of ineasurement are shown on the Drawings. 2) When measured by the cubic yard in its fnal position, this is a plans quantity measurement Item. The quantity to be paid is the quaritity shown in the proposal, unless modified by Article 11.04 of the Genera{ Conditions. Additional measurements or calcufations wilt be made if adj ustments of quantities are required. b. Fayment 1) The work performed and materials furnished in accordance with this �teEn and measured as provided under "Measurement" wil] be paid %r � at the unit price bid per cubic yard of "Uncfassifed Excavation by Plan". No additional compensation will be ailowed far rock or shrinkage/swell faciors, as these are the Contractor's responsibility. c. The price bid shall include: • I ) Excavation 2) Excavation Safety 3) Drying 4) Dust Control 5) Reworking or replacing the over excavated material in rock cuts 6) Hauling CiTY OP FOILT WORTH West 7�' S[reeL Improvements STA3�lDARD CONSTRUCTION SPECTFICA'PIEJN DOCUMENTS City Yroject No. 101555 Reviscd )anuary 28, 2013 312316-2 UNCLASSIFIED EXGAVATtON Page 2 of 5 7} , Disposal of e�cess materia! not used elsewhere onsit� 8) 5cari�cation 9) Clean-up 1.3 REPERENCES [NOT US�D] A. Definitions t. Unclassified Excavation — WiChout regard to fnaterials, all excavations shall be considered unclassified and shall inc[ude all materia[s excavated. Any reference io Rock ar other materials on the Drawings or in the specifications is solely for the City and the Contractor's informatian and is not to be taken as a classification of the exca�+ation. 1.4 ADMINSTRATIVE REQUIREMENTS A. �i'he Contractor will pravicfe the City with a Disposal Letter in accordance to Di�ision O1. 1.5 SUBM�TTALS �NOT USED] 1.6 ACTION SUBMITTALS/INFORMATFONAL SUBMiTTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SLIBMITTALS [NOT USED] 1.9 QUALI'1'Y ASSURANCE A. Exca�ation Safety l. The Contraciar shall 6e salely responsibie for making all exca�ations in a safe manner. 2. All excavation and eelated sheeting and bracing shall comply with the requirements oiOSHA exca�ation safety standards 29 CFR part 1426 and state requirements. l.l0 DELIVERY, STORAGE, AND HANDLING A. . Storage 1. Within Exisiing Rights-of Way (ROW) a. 5oil rnay be stared within existing ROW, easements or temporary constructian easements, unless specifically disallowed in the Cont�•act Documents. ' b. Do not block deainage ways, inleks or driveways. c. Provide erosion control in accordanee with Section 3l 25 00. d. When the Work is performed in active traffic areas, store ma#erials only in areas barricaded as provided in the traffic control plans. e. in non-paved areas, do not store material on the root zone af any trees or in landscaped areas. CTTY OP F'OR`]' WORTI{ Wesl 7'� Street ]mprovemcn[s STAiQT]ARD CONSTRUCTION SPECIFICAT[C)N DOCUMI:N'f5 City Yroject No. ] O1555 Rcv�scd lanuary 28, 2013 312316-3 UNCLASSIFIED EXCAVAT[ON • Page 3 of 5 2. Designated Sto��age Az�eas a. if the Cor�tract Docutr�ents do not allow the storage of spoils within the ROW, easament or temparary construction easement, then sec.ure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Pro�ide erosion control in accordance with 5ection 3 I 25 00. d. Do not block drainage ways. 1.1 I FIELD CONDITIONS A. Existing Conditions l. Any data which has been or may �e provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is - expressly understood that neither the City nor the Engineer will be respansible for interpretations or conclusions drarvn there from by the Cantractor. 2. Data is made availahle for the convenience of the Contractor. � . ] 2 WARRANTY [NOT USED] PART 2 - PRODUCTS �NOT USED] 2.1 OWNER-FURNISHED [NOT USED] A. product types and MATERIALS ' B. Materials 1. Unacceptable Fill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordar�ce with ASTM D2487 . PART 3 - EXECUTION 3.I INSTALLERS [NOT USED] 3.2 EXAMINATiON [NOT USED] 3.3 PREPARATIon [NOT USED] 3.4 CONSTRUCTION � A. Accept ownership of unsuikable or excess material and dispose of materia] off-site accordance with local, state, and federal regulations at locaiians. B. Excavations shall be perforrned in the dry, and kept free fi•om water, snow and ice during construction with eh exception of water that is applied for dust control. C. Separate Unacceptable Fill Material frorn other materials, remove from the Site and properly dispose�according to disposal plan. CI'fY OF FOR'C WOR`1'H West 7�` Street ]mpravements 5'I'ANDARD CON5'IRUC710N SPECI�]CA1'ION bOCUMCNTS City Project No. i01555 Revised 7anuary 28, 2013 31 23 16 - 4 UNCLASSIF[�,D EXCAVA'1'ION Yugc 4 of 5 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.12 D. E. F. G. �I. Maintain drainage in the excavated ai-ea to avoid darnage to the roadway sections and proposed or existing structures. CorrecY any damage to the subgrade caused by weather, at no additional cast to the City. Shape slopes to a�oid loosening material below or outside the pro.posed grades. Remove and dispose of sEides as directed. Rock Cuts 1. Exca�ate to finish grades. 2. In the e�ent of aver exca�atian due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted �n accordance with Section 3l 24 00 to replace the over excavated at no additiona] cost to City. Earth Cuts L Excavate to finish subgrade 2. In the event of over exca�ation due to contractor error be[aw the lines and grades established in the Drawings, use approved embanlcment material compacted in accardance with Section 3l 2� 00 to replace the over excavated at no additional cost to City. 3. Manipuiate and compact subgrade in accoedance with Sectian 31 24 b0. REPAIR [NOT USED� RE-INSTALLATIQN [not used] #i�ld qualzty control A. Subgrade Tolerances 1. Exca�ate to within 0.1 foot in alI directions. 2. In areas of over excavation, Contractor provides fill material approved by the�City at no expense to the City. SYSTEM STARTUP [Not used] ADJUSTING [NOT LTSED� CLEANING [N�T USED] CLOSEOUT ACTIVITIES [NOT.USED] PROTECTION (NOT USED] CITY OF FORT WORTi� Wcsl 7w 5trcet improvctncnis STANDARD CONSTRi3CTION SPECIFTCATiON DOCCJMENTS City Yrojecl Na, 101555 Revised January 28, 2013 3t2316-5 LINCLASSIFIED EXCAVATION Page 5 of 5 3.13 MAiNTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USGDj END OF SECTION C17'Y OP PORT WORTII West 7�' Stree! lmprovemcnis 5"PANDARD CONSTRUCTION SPECIPICATIOAI DDCUMEN"f5 City I'rojccl No. 101555 Revised Januaty 2R, 2013 312323-1 BORROW Page [ of 5 SECTION 3[ 23 23 - BORROW PART 1 - GEN�RAL 1.1 SUMMARY A. Section includes: 1. Furnish, piace and compact Borrow materia[ for grading. B. Deviations from this City of �'art Worth 5tandard Specification 2. None. C. Related Specification Sections include, but are not necessarily Iirr�ited to: 1. Division 0— Bidding Requirements, Contract Forms ar�d Conditions of the Contract 2. Division 1— General Requii-ements 3. Section 31 23 16 — LTnclassified Excavation 4. Section 31 24 00 — Embankments i.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Borrow by DeIivered Quantity a. Measure�nent I) Measurement for this Item shall be 6y the cubic yard of loose Borrow material as delivered to the Site and recorcEed by truck ticket provided to the City. 6. Payment 1} The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of `Borrow by Delivery" delivered to the Site and recorded by truck ticket for: (a) Various Borrow materials c. The price bid shall inc[ude: ] ) Transporting or hauiing material 2) Furnishing, placing, compacting and finishing Borrow 3) Construction Water 4) Clean-up 5) Dust Control 6) Proof Rolling '7) Disposal oFexcess or waste material 8) Reworking or replacement of undercut material 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Speci6cation refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards a. ASTM D2487, 5tandard Practice for Classification of Soils far Engineering Purposes (Unifed Soil Classi#ication System) b. ASTM D4318-10, Standard 'Fest Methods far Liquid Lim�t, Plastic Limit, and Plasticity Index of 5oiis CITY OF FORT WO[ZTH West 7�' Strect improvements S"TANDARD CDN5'I'RUCT�ON SPEC[FICATION DOCUMEN'1'S Cily Pruject l+io. 101555 Reviscd January 28, 2013 c. ASTM D6913, Standard Test Methods for Pariicle-Size (Gradation) of SoiEs Using Sier+e Analysis d. ASTM D698, Standard Test Methods for Laba��atory Characteristics of Soi] Using Standard Effort (I2,400 ft-Ibf/ft'} 1.4 1.5 � 1.7 ].8 1.9 �1 ADMINISTRATIVE REQUIREMENT� [NOT USED] SUBMITTALS 312323-2 BOItR(7W Page 2 of 5 Dis#��i�ution Compaction A. SubmittaEs shall be in accordance with Section 01 33 Q4. B. AE1 submittals shall be appro�ed by the City prior to construction. C. Submit laborato�y tests reports for each soil 6orrow source used to supply general borrow and select fill materials. ACTION SUBMITTALS/iNFORMATIONAL SUBMITTALS A. Shop Drawings 1. Stockpiled Borrow material a. P�-o�ide a description of the storage oi the delivered Borrow material only if the Contract Documents do not allow storage of materials in the right-of-way oithe easemer�t. CLOSEOUT SUBMiTTALS [NOT USED] MAINTENANCE MATERIAL SUBMITTALS [NOT USED] QUALI'TY ASSURANC� A. Borrow material shall be tested prior to delivety to the 5ite. 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material �from each source. a. All testing lisied abo�e shal! be performed in terms af ASTM D698, ASTM D6913 and ASTM D4318-10 respectively. DELIVERY, STORAGE, AND HANDL]NG A. Delivery 1. Coot�dinate all deliveri�s and haul-off. B. Storage 1. Within Existing Rights-of-Way (ROW) a. Barrow materials may be stored within existing ROW, easements ar temporary constructio� easements, unless specifically disa[[owed in the Contract Documents. b. Do not block drainage ways, inlets or d�-iveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store mater�als on]y in areas barricaded as pro�ided in the traffic control plans. e. In non-paved areas, da not store material on the root zone of any trees or in �andscaped areas. Cl"FY OF FORT WORTH West 7°i Strecl Itnprovements ST.ANDARD CONSTRUC'C10N SPECIFTCATIOI�! DDCUME3�TS City Pro�¢ct No_ 1O1555 Rc�ised January 28, 2013 ' 312323-3 RORRpW Page 3 of 5 2. Designated 5torage Areas a. If the Contract Documents do not allow #he storage of Borrow materials within the ROW, easement or temporary construction easerr�ent, then secure and maintain an adequaie siorage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with 5ection 31 25 D0. d. Do not block drainage ways. e. Only materials used for 1 working day wili be al.lowed to be stored in the work zar�e. 1.l t FIELD CONDITIONS [NOT USED] � .12 WARRANTY [NOT USED] PART�-PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Borrow 1. Additional soi] beneath pavements, roacEways, foundations and other structures j�equired to achieve the e[evations shown on the Drawings. � 2. Acceptable Fill Material a. In-situ or impo�-ted soils classified as CL, CH, 5C or GC in accordance with ASTM D2487 b. Pree from deleterious rriaterials, boulders over 5 inches in size and organics c. Can be placed free from vaids d. Must have 20 percent passing the number 200 sie�e 3. Blended Fill Material a. in-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in-situ or innported Acceptable Fill �naterial to meet the requirements of an Acceptab]e Fill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 2�D sieve 4. Select F'ill a. Classified as SC oi- CL in accordance with ASTM D2487 b. Liquid li�nit less than 35 c. Plasticity index between 8 and 20 5. Cement Stabilizecf Sand (CSS) a. Sand or silty sand � b. Free of clay or plastic material c. Minimum of 4 percent cement conient of Type I/II portland cemenk d. 100 io 1 SO psi compressi�e st�•ength at 2 days in accordance with ASTM D i 633, Method A EITY OF FOAT WORTFI West 7�' Streel �mptovcments STANDAAD CONSTRUCT[DN SPECiFiCATION DOCUMTiIVTS City Prajecl irTu. 101555 Revised lanuary 28, 2013 312323-4 BORROW Pxgc 4 of5 e. 20U to 250 psi corelpressive strength at 23 days in accordance with ASTM D1633, Method A f. Mix in a stationary p�ug miI[, weigh-batch or continuous mixing plant 2.3 ASSEMBLY OR FABRiCATiON TOLEItANCES [NOT USED� 2.4 ACCESSOR(ES [NOT USED] 2.5 SOURCE QUALCTY CONTROL [NOT USED] PART 3 - EXECUTiON 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ]NSTALLATION A. All Bart�ow placement shall be pet�formed in accordance to Section 31 24 00. 3.5 REPAIR [NOT US�D] 3.b RE-CNSTALLATiON [NOT U5ED] 3.7 FiELD QUALITY CONTROL A. Field quality conirol will be performed in accordance io Section 3] 24 00. 3.8. 5Y5TEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3. l 1 CLOSEOUT ACTIVITiES [NOT USED] 3,12 PROTECTION [NOT iTSED] CITY O�' FORT WOl2TH West 7'}' Slrcc[ Improvements STANDARD CON53�RiIC"i]ON SPECiPICATI�N DOCUMENTS City Ptoject No. l O1555 I2evised January 2&, 2Q13 312323-5 $OiiRpW Yage 5 of 5 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END O�' SECTION CITY O� FORT WORTII Wcst 7`�' Street [mpro�errtents . STANDARD CONSTiiUCTIOIV SPECIFICATION DOCi3MENT5 City PrajectNo. 1D1555 Revised January 28, 2013 31 24 00 - I Eiv1BAi�IKMGNTS Page 1 of 9 SECTION 31 24 QO - EMBANKM�NTS PART]-GENERAL I.I SUMMARY A. Section Includes: 1. Transporting and placement of Acceptable Fill Material within the boundaries of the Site for construction of a. Roadways b. Embankments � c. Drainage Channels d. Site Grading e. Any other operation involving tlie pSacement of on-site materials B. Deviations from this City of Fort Worth Standard Specification 1. Nnne. C. Related Specification 5ections include, but are not necessarily limited to: 1. Division D— Bidding Requirements, Contract Forrr�s and Conditions of the Caniract 2. Division 1— General R�quirements � 3. Section 31 23 16 -- Unclassified Excavation =f. Section 31 23 23 — Borrow 1.2 PRICE AND PAYMENT FROCEDURES A. Measurement and Payment 1. Embankments by Plan Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position using the average end area method. i.imits of ineasurement are shown vn the Drawings. , 2) When measured by the cubic yard in its fnal positiQn, this is a plans quantity measurement Item. The quantity ta be paid is the quantity shown in the proposal, unless modified by Article 1 1.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price 6id per cubic yard of "Embankment by Plan". No additional compensation will be allowed for rock or shrinkage/swell factors, as these are the Contractor's responsibility. c. The price bid sha11 include: � 1} Transporting or ha�ling materiai 2) Placing, compacting, and finishing Embankment 3) Construction Water 4) Dust Control 5) Clean-up 6) Proof Rolling ' 7) Disposal of excess �aterials 8) Reworking or replacement of undercut materiai CITY OF rORT WORTFI Wcst 7�' Slreet Improvements 5TAIVDARD COiVSTRUCTION 5PECT�TCATION DOCUMENTS Ciry Project No. 101555 Revised 7anuary 28, 2D13 312400-2 Eiv1T3ANKMT;�'l'S Page 2 of 9 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current referenee standard published at the time of the latest revision date Iogged at the end oF this specification, unless a date is specifically cited. 2. ASTM Standards a. ASTM D�318-10, 1"est Procedure for Dete�nining Liquid Limit, Plastic Limit, and Plasticity [ndex of Soils b. ASTM D4943-OS, Standard Test Method for Shrinkage Factors of Soils by the Wax Method c. ASTIbt D698-07e1, Standard Test Methods for Laboratory Campaction Characteristics oFSoil Using Standard Effort d. ASTM D1557-09, 5tandard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified EfFort e. ASTM D'1382-08, Standard Test for Determination of Maximum Dry Unit Weight and Wate�• Content Range for Effective Compactian of Granular Sails LTsing a Vibrating Hammer f. ASTM D1556-07, Standard Test for DensEty and Unit Weight of Soi1 In-Place by the Sand Cone Method 1.4 ADMiNSTRAT�VE R�QllIR�MENTS A. Sequencing 1. Sequence wor[� such that calls of proctors are complete in accordance with AS'�M D698 prior to commencement of construction activities. 1.5 SUBMiTTALS A. Submittals shall be in accordance wi#h Section O1 33 00. B. AE1 submittals shall be appraved by the City prior to construction 1.6 ACTiON SUBMITTAL5/INFORMATiONAI.. SUBMITTALS A. Shop �rawings 1. Stocl�piled material a. Provide a description af the storage of the exca�ated material only if the Contract Docurr�ents do not a11ow storage of materials in the right-of-way or the easement 1.7 CLOSEOUT SUBMiTTALS [NOT USED] 1.8 MAINTBNANCE MATERiAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSLTRANCE [NOT USED] CITY OP FORT WOATH West 7�' Street improvcments STANTIARI� C(3N5'1�RUC`fIQN SPECIFICATION DOCUMT:I�ITS City Projec[ No, 101555 Reviscd January 2S, 2013 312400-3 SMBANKM�NTS Page 3 nf 9 1. ] 0 DELiVERY, STORAGE, AND HANDLING A. Stot�age 1. Within Existing Rights-of-Way (ROW) a. Soil may be sto��ed within existing ROW, easetnents or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not biock drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3l 25 00. d. When the Work is perfoi�ned in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the tnot zone of any Crees or in landscaped areas. 2. Designated Storage Areas a. if the Contract Documents do not allow the storage within the ROW, easement or ternporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provicie �z�osion control in accordance with Section 31 25 00. d. Do not block drainage ways. 1.11 FIELD CONDITIONS A. �xfsting Conditions I. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. Tt is expressfy understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience oithe Contractor. 1.12 WARRANTY [NOT USED] PART�-PRODUCTS 2.1 OWNER-FURNiSHED [NOT USED] 2.2 PRODUCT TY�'E5 AND MATERIALS A. Materials 1. Acceptable �'ili Materia] a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, bou[ders over 6 inches in size and organics c. Can be placed free ft•om voids d. Must have 20 percent passing the number 204 sieve CiTY OF FORT WQ[iTFi Wcst 7�' Slree[ Improvements STANDARD CpNSTRUCTION 5i'ECIFICATlON DOCIJNEENTS Cily Prpject No. 101555 Rcviscd January 28, 2013 3�Zaoo-a En�s�ANxnArNzs Page 4 of 9 2. Blended Fill Material a. Cn-situ soi3s classifed as GW, GP, GM, SW, SP, or SM in accordance with . ASTM D2487 b. Blended with in-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. F'ree from deleterious materials, boulders over 6 inches in size arid organics d. Must ha�e 20 percent passing the nutnber 200 sieve 3. Unacceptable Fill Material a. In-situ soils classified as ML, MH, P"I', OL or OH in accordance with AS'i'M D2487 4. Select Fill a. Classified as SC or CL in accordance with ASTM D24$7 b. Liquid limi# less than 35 c. Plasticity index between 8 and 20 2.3 2.4 2.5 ASSEMBLY QR FABRICATION TOLERANCES �NOT USED] ACCESSORIES [NOT USED� SOURCE QUALiTY CONTROL [NOT USED] PART 3 - EXECUTION 3. ] INSTA�.LERS [NOT US�D] 3.2 3.3 EXAM]NATION [NOT USED] PREPARATION A. Protection of In-Place Conditions 1. Pa�ement � a. Conduct activities in such a way that does not damage existing pa�ement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement remo�al at no additional cost 2. Trees a. b. c. When operating outside of existing ROW, stake permanent and temporaiy construction easements. Restrict all constt-uction activities to the designated easements and ROW. Flag and protect aEl trees designated to remain in accordance with Section 31 10 00. CTTY OF' FOR`i' WORTI[ West 7i° Street TmprovcmcnLs STAidDARD CDNSTRlICTION SPECIFICATTON nOCUM�NTS Ciry Project Aio. 101555 3tevised January 28, 2013 � 312400-5 CMBATVKMENTS Pa�e 5 of 9 d. Canduct em6ankments in a manner such that there is no damage to the tree canopy. e. Prune ar t�im tree ]imbs as specifcal{y allowed by the Drawings or as specifically a[lowed by the City. 1) Pruning or trimming may only be accomplished with equipment specifically designed for tree pruning or trimming. 3. Above ground Structures � a. Protect all above ground structures adjacen� ko the construction. 4. Traff c a. Maintain existing trai�c, exc�pt as modifed by the traffic control plan, and i.n accordance with Section 34 71 13. b. Do not b�ock access to driveways ot- al�eys for extended periods of time unless: 1) Alternative access has been provided 2) Proper noti�cation has been provided to �he praperty owner o�� resident 3) It is specifically allowed in the traffic control .plan 3.4 INSTALLATION A. Embankments General l. Placing and Compacting Embankment Materiai a. Perfarm f II operation in an orderly and systematic manner using equipment in proper sequence to meet the compaction requirements b. Scarify and loosen the unpa�ed surFace areas, except rocic, to a depth of at least 6 inches, unless othetwise shown on the Drawings c. Place fill on surfaces free ft•om trees, stumps, roots, vegetation, or other de�etecious materials d. Bench slopes before placing material. � e. Begin filling in t�e lowest section or the tne of the work area f. When fill is placed directly or upon older fill, remove debris and any loose material and proof t�oll existing surface. g. After spreading the loose lifis to the required thiclrness and adjusting its moisture content as necessary, simultaneously recompact scarified material with the placed embankment material. h. Aoll with sufficient number passes to ac�ieve fhe minimum required compaction_ i. Provide water sprinkled as necessary to achieve required moisture levels for specified compaction j. Do not add additional lifts unti! the entire previous lift is prnperly compacted. 2. Surface Water Control a. Grade surface harizontally. but provide with sufficient Iongitudina! and transve�•se slope ta allow for runoff of surface water fi•om e�ery point. b. Conduct fills so that no nbstruction to drainage from any other sections of fill is created. c. install temporary dewatering sumps in low areas during flling where excess amounts of runoff collect. d. Cornpact uniformly throughout. Keep surfaces of fill reasonably smoot� and free fram humps and hollows that would prevent proper uniform compaction. CITY OF FQRT WORTH � Wcsl7'^ Street Improvements STANT)ARD CnNSTRUCT10i�T SPrCIFICA"�ION DOCUMENTS City Project No_ 101555 Reviscd 7anuary 28, 2013 � 312400-6 EMF3AiJTGMEI�TS Pagc f� uf 9 e. Do not pEace fil[ during or shortly after rain events which prevent proper worl� p[acement of the material and compaction f. Prior to resuming compaction operations, remove muddy material off the surface to expose firm and compacted materials B. Embanlrnlents for Roads !. Only Acceptable Fi[[ Material wi�Il be allowed for roadways 2.� Embankments for roadbeds shall be constructed in iayers approximately parallel to the fnished grade of ihe street 3. Construc# generafly to conform to the cross section of the s�bgrade section as shown in the Drawings. 4. Establish grade and shape to the typical sectians shown on the Drawings 5. Maintain finished sections of embankment Co the grade and compaction requirements until the project is accepted. C. Earth Embankments 1. Earth embankment is mainiy composed of material othez- than rock. Construct embankments in successi�e layers, evenly distributing materials in lengths suited for sprinkling and rolling. 2. Rock or Concrete a. Obtain approval fronn the City prior to incorporating rock and broken concrete produced by the construction project in the Iowet� layers of the embankment. 6. No Rock or Concr.ete will be peemitted in embankments in any lacation where futtire utilities are anticipated. c. When the size of approved rock or broken concrete exceeds the layer thickness place the rock and concrete outside the limits oi the proposed structure or pavement. Cut and remove all exposed rein%rcing steel from the broken concrete. 3. Move the �nateriat dumped in piles or windrows by blading or by sirrtiEar methods and incorporate it into uniform layers. 4. Featheredge or mix ab�tting layers of dissimilar material for at Eeast 100 feet to ensure there are no a6rupt changes in the material. 5. Bt�eak down c[ods or lurnps of ina#erial and mix em6ankment .until a uniforrr► material is attained. D. Rock Embankments l. Rock embankment is mainly composed of rock. 2. Rock Embankenents far roadways are on[y allowed when specifically designated on the Drawings. 3. Construct rock embankments in successi�ve layers for the full width of the roadway c�-oss-section with a depth of l 8-inches ar less. �4. The layer depth for large rock sizes shall not exceed a depth of l8-inches in any case. Fill voids created by the large stone rnafrix with smalle�- sto�es during the placement and filling operations. 5. Ensure the depth af the embanKment layer is greater than the maximum dimension of any rock. 6. Do n�t place rock greater than 18-inches in its maximum dimension. 7. Construct ihe tinal layer wi#h graded materia� so that the density and uniforrnity is in accordance compact�on requirements. S. The upper or fnal layer ofrock embankments shall contain no material larger than 4 inches in their maximum dimension. CCCY OF FORT WORT�H West 7'� Street Tmpru�emenis S'TANDARD CON51�RlIC'fIQN SPF.,C[PICA"C[ON DOCUMrNTS City Pro_ject Na. 101555 Revised 7anuary 2$, 2013 312400-7 EMBANKMENTS Pagc 7 of 9 E. Density 1. Compact each layer until Ehe maximum dzy density as determined by ASTM D698 is achieved. a. Not Under Roadway or Structure: 1) areas to be compacted in the open, nat beneath any structure, pavement, ilatwork, or is a minimum of 1 foot outside of ihe edge of any structure, edge of pa�ement, or back of cur6. (a) Campact each layer to a minimum of 90 percent 5tandard Proctar Density.. b. Embankments under future paving: 1) Compact each � Iayer to a m inimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings c. Embankments under stz•uctures: I} Compacted each layer as indicated on the Drawings F. Maintenance of Moisture and Rewor�Cing 1. Maintain the density and moisture contenf once all requirements are rr�et. 2. For soils with a PI greater than 15, maintain the moisture cantent no lower than 4 percentage points below optimum. 3. Rework the material to ohtain the specified compaction when the materia[ loses the required stability, density, moisture, or finish. 4. Alter the com}�action methods and procedures on subsequent wo��k to obtain specified density as directed by the City. 3.5 REPAiR �NOT USED] 3.6 RE-iNSTALLATION [NOT USED] 3.7 FIELD QUAILITY CONTROL A. Field Tests and Inspections l. Froctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will gene�ally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) Gity Inspector 4) Engineer c. Notify the City ifthe characteristic ofthe soit changes. d. City will perforrr� new proctors for varying soils: 1) When andicated in the geot�chnical in�estigation in the Appendix 2) If �otified by the Contractor 3) At the convenience of the City e. Embankments where different soil types are preser�t and are blended, the proctors shall be based on the mixture of those soils. 2. Proaf Ralling a. Embankrnents under Future Pavement 1) City Project Representati�e must be on-site during prooF rolling operations. C1TY O� PORT WORTH Wesi 7�' Street Tmpravements STANDARD CONSTRUCTION SPECIFICATIOH DOCUMF;NTS City Project No. 1O1555 Revised January 28, 2013 312400-8 P.MRANKMENTS Page 8 of 9 2) Use equipment that�will apply sufficient load to identify soft spots that rut or pump. (a) Acceptable equipment includes fully loaded single-a�cle water ti-uck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each ta�ip 6y at most 1 tire width. 5) If an unstable ot� nan-uniform area is found, correct the area. 6) Correct (a} Soft spots that rut or pump greater than 314 inch. (b} Areas that are unstable or non-uniform 7) If a non-uniform area is found then correct the area. b. Emban�Crr►ents Not Under Future Pa�ing 1) No Proof Rolling is required. 3. Density Testing ofEmbankments a. Density Test shall be in conformance with ASTM D2922. b. For Embankrnents under future pavement: 1) The City will perform density testing twice per working day when compaction operations are being conducted. 2} 7'he testing lab shal! take a minimum of 3 density tests, 6ut the number of test shal] be appropriate for the area being compacted. 3) Testing shall be representaiive af the current lift being compacted. 4) 5pecial attentian should be placed on edge conditions. c. For Embankrnents not under future pa�ement or sY�-uctures: 1} The City will perform density testing once working day when compaction operatinns are bein�; conducted. 2) The testing lab shall take a minimum of 3 density tests. 3} Testing shall be representati�e of the current lift being compacted. d. Make the area where the emban[cment is being placed availa6le for testing. e. The City will determine the location of the test. f. The City testing Iab will provide resu9ts to Contractor and the City's Inspector upon completion of the testing. g. A formal report will be posted to the City's Buzzsaw site within 48 hours. h. Test reports shail include: 1} Location of test by station number 2) Time and date of test 3) Depth oftesting 4) Field moisture 5) D�y density 6) Proetor identifier 7) Percent Proctor Density B. Non-Confarming Wor[c 1. All non-conforming work shall be removed and replaced. 3.8 SYSTEM ST�RTUP [NOT USED] 3.9 ADJUSTiNG [NOT USED] 3.10 CLEANiNG [NOT USED] CTTV OP FORT WORTH West 7°i Street Tmprovements STANT]ARD COI�lSTRUCTIO�T S3'ECIPICATTON DOCUMENTS � City Prnject No_ l O1555 Rcviscd January 28, 2013 �� Zaoo-9 EMBANKiviL:T�TTS Page 9 of 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3. I 2 PROTECTiON [NOT USED] 3.13 MAINTENANCE [NOT USED] 3. [ 4 A�"TACHMENTS [NOT USED] END OF SECTION CI7'Y O� PORT WORTC-I West 7�' S[recl impro�ements STANDA[iD CONSTRL1CTiONF SPECIFICATIO�T DOC[IMEN"1�5 City Projccl No. 101555 Revised January Z8, 2013 City of Fo�•t Worth West 7th Streei � SECTiON 3x 80 00 - LANDSCAPE IRRIGATiON SYSTEM PART 1 - GENERAL 1.1 SCOPE A. Furnish all work and materials, appliances, tools, equipment, facilities, transportation, and services necessary for and incidental to perfot•ming ali operations in connection with the instal�ation ofunderground sprinklet• irrigation system complete, as shown on drawings and/or specified he►•ein. When the term "Contractor" is used in this section, it shall refer to the irrigation Subcontractor. 1.2 QUALITY ASSURANC� A. Tk�e following Codes, Regulations, Reference Standards, and Specifications apply to work included in this section: ASTM: D2241, D2464, D2466, and D2564. 1.3 WARRANTY AND MAINTENANCE A. The Contractor shall warranty material and workmanship for one year after final acceptance including repair and replacement of defective materials, woricmanship, and repair of backftll settlement. B. Maintenance during warran#y shall include, but not necessarily be limited to, the foliowing: 1. Adjustment of sprinklet• height and �tum6 to compensate fot� settlement and/or plant growth. 2. Backfilling of all trenches. 3. Adjustment ofk�ead coverage (arc oispray) as necessary. 4. Unstopptng heads plugged by foreign material. S. Adjustment of controller as necessary Co insure proper sequence and watering time. 6. All maintenance. necessary to keep the system in good operating order. Repair of damage caused by �andals, other contractors, or weather conditions shalt be considered extt•a to these specifications. C. Warranty and rnaintenance after final acceptance does not include alterations as necessitated by re-lancEscaping, re-grading, addition of t�•ees ot• the addition, and/or changes in sidewalks, walls, driveways, etc. 1.4 SUBMiTTALS A. The Cont�•actor shall submit shop drawings or rnanufacturer's "cut sheet" for each type of sprir�cler head, pipe, controller, valves, check valve assemblies, valve boxes, wire, conduit, fittings, and all other types of fixtures and equipment proposed to install on the job. The submittai shall include the manufactu�'er's name, model number, equipment capacity, and manufacturer's instaIlation recommendation, if applicable, fai• each proposed item. B. No partial submittal will be accepted, and su6init#als shail be neatly bound inta a brochure and logicaliy organized. Aftei• the submittal has been approved, substitutions will nn� be allowed except by written conseni of #he Landscape Architect. C. Shop drawings shall include dimensions, elevations, construction, details, arrangements, and capacity of equipment, as well as manufacturer's installation recommendations.- 0395651 S LANDSCAPE IRRIGATION SYSTEM 32 80 00 - I 09/202d City of Fort Worth West'7�h 5treet I .5 "APPROVED EQUAL" 5UB5"I"TTUTTONS A. Where items on the plans are specitied by a manufacturer's brand name and calalog number, followed by the phrase "ar approved equal.". �'his is not intended io unduly restrict competitive procurements o�• bidding, but is done to assure aminimum standard ofqualiry which is belie�ed to be best f�r the item specified and to match existing equipment. 1.b CODES/PERMITS A. All work tuider this section shal] comply with the prov�sions of these SpeciFcations, as illustrated on the accompanying drawings, o�� as directed by the Owner and shall satisfy ail applicable loca] codes, ordinances, or reguia�ions of the go�erning bodies and all autharities hauing jurisdiction over this Project. B. installaEion of equipment and materials shall be done in accordance with requirements of the Natianal Electrical Code, City Plumbing Code, and standaed plumbing procedures. The drawings and these Specifcations are intended to comply with all t1-►e necessary rules and regulations; however, som� d�screpancies may occur, the Contractor shall immediately notify the Landscape Architect in writing of the discrepancies and apply for an interpcetation. Should the discoveiy and notification occur after the execution of a conh�ac#, any additional work required far compliar�ce with tile regulations shall be paid for as covered by ihese Contract documents. C. The Contractor shall give all necessary notices, obtain all permits, and pay al l costs in cannection with his wark, file with all governmental departments ha�+ing jurisdiction; obtain all r�quired certificates of inspection fot� his work and deliver to the Owner. D. The Conteactor shall include in the wark any labor, materials, secvices, apparatus, or drawirigs in order to comply with all applicable laws, ordinances, rules, and regulations whether or not. showtt on the drawings and/or specified. 1.7 EXISTING UTILITIES A. Locations and elevations of various utilities included with the scope af this wor�C haue been obtained from the most reliable sources available and should serve as a general guide without guarantee to accuracy. The Contractor shall examine the Site and verify ta his awn satisfaction the locatians and elevation of all utilities and availability of utilities and seivices required. The ContracEor shall inform himself as to their rela#ion to the work and the submission of bids shall be deem�d as e�+idence thereof. The Contractor shajE repair at his aw� expense, and to the satisfaction of the Owner, for damage to ar►y utility shown or not shown an the plans. B. Should utilities not shown on the plans be found during exca�ations, Contractor shall ptomptly notify the Owner for instructions as to furt�►er action. C. Contractoe shall make necessary adjustments in the layout as may be rcquired to connect to . existing stub-outs, should such stub- outs not be located exactly as shown and as may be rec�uired to work around exis#ing work, at no inarease in cost tn the Owner. All such wo��k will be recorded on record drawings and tumed o�er to the Owner prior to final acceptance. 1.8 RECORD DRAWINGS A. Record dimensioned locations and depths for each of the fo�iowing: 1. Point of connection. 2. Sprin�Cle�• pressure line routing (provide dimensions %r each 1 �0'iineal feet {maximum) along each rou#ing, and for each change in directions). 3. Gate �alves. 4. Sprin�Cle►• control valves {buried only). 03956518 LANDSGAPE iRRIGATiON SYSTEM 32 $0 00 - 2 09/2Q20 � City of Fo�•t Worth West 7��' Street 5. Control wire rauting. 6. Other related items as may be directed by the Landscape Architect. B. Locate ail dimensions from two perrnanent points (buildings, monuments, sidewalks, cur6s, or pavements). C. Record all changes whieh are made from the Contract drawings, including changes in the pressure and non-pressure lines. D. Record all required informatian on a set of reproducible drawing files. E. Maintain information daily. Keep Contract drawings at the Worksite at alI times and available for review by the Owner's representative. 1.9 GONTROLLER CHARTS A. Do not prepare chat�ts until record drawings have been appraved by Che Owner's representative. B. Provide one controller chart for each automatic controller instalEed. 1. Chart rreay be a reproduction of the �•ecord drawing, if the scale permits fitting within the controller door. If photo reduction prints are required, keep reduction to maximum size possible to retain full legibility. 2. Chai-t shall be blac�Cline print oFthe actual sy�tem, showing the area covered by that contrailer. C. Identify the area of covei•age of each remote control valve, using a distinctly different paste] color, drawn over the entire area of coverage. D. Following approval of charks by ihe Owner's representative, they shall be hermeticaliy sealed between two layers of 20 mil. thick plastic sheet. E. Charts must be completed and approved prior to final acceptance of the irrigation system. 1.10 OPERATING AND MAINTENANCE MANUALS A. Provide individual bound manuals detailing operating and maintenance requirements for irrigation systems. B. Manuals shall be delivered to the Owner's representative for review and approval no katerthan 10 days prior to completion ofwork, lZevise manual as requEred. C. Provide descriptions oF all installed materials and systems in sufficient detail to permit maintenance personnel ta uncierstand, operate, and tnaintain the equipment. D. Provide the following in eaeh manuaL• . 1. Index sheet, stating Irrigation Contractor's name, address, telepho�e number, and name of person to contact. 2. Duration of guarantee period. 3. Equipment list providing the following for each item: a. Manufacturer's name. b. Make and model nurrrber. c. Name and address of local manufactui•er's representative. d. Detailed operating and maintenance instructions nf major equipment. 4. Recommended programs for watering by season. l.11 CHECKLiST A. Provide a signed and dated checklist ancE deliver to the Owner's representative prior to final acceptance of the work. B. Use the folIowing format: t. Plumbing permits: if none required, so note. 03956518 LANDSCAPE IRRIGATION SYSTEM 32 80 00 - 3 09/2020 City of Fort Worth West 7��' Street 2. Matert�ial appro�als: approvecf by and date. 3. Pressu�•e line.tests: by whom and date. 4. Recor•d Drawings: received 6y and date.. 5. Controller charts: received by and date, 6. Materials furnished: recei�ed 6y and date. 7. Operation and maintenance manuals: received by and date. 8. System and equipment operation instructions: recei�ed by and date. 9. Manufacturer's warranties if required: recei�ed by and date. 10. Written guarantee: received by and date. 1.12 ELECTRIC POWER (None Required) A. Controllers are solar-powered and need no electric meters. 1.13 WATER FOR TESTING A. Unless noted otherwise on the plans or elsewhere, furnish a1l water necessaty for testing, flushing, ar�djetting. l.l4 BORINGS, SLEEVES AND ELECTRiCAL Ct�NDUITS A. S leeves and electrical conduits are the responsi6ility of the irrigation Contractor to install prior fo paving or related consCruction and should be installed as noted on th� drawin�s and specifications. Contractors shali 6e responsi�ble for locating all slee�es and conduits at no acfditional cost to the Authority. Borings under existing paving will be required where noted on the drawings and shall be provided at no additionai cost to the Ownet�. Borings shall be a minimu►n of 18-inch depth arid new pipes shall be incased in PVC sleeves as not�d on the plans. PART Z - PRODUCTS 2.1 GENERAL A. Unless otherwise noted on the plans, all materials shall be new and unused. 'T'he irrigation equipment catalog nurnbers used for reference in these Specifications are to establish minimum quality standards and may be substituted with an "approved equal" as outlined in Parag�•aph 1.5 of this section. 2.2 POLYVINYL CHLORIDE PiPE (PVC PiPE) A. PVC pipe manufactured in accordance with ASTM Sta�dards noted herein. B. Marking and Identification: PVC pipe shall be continuously and permanently marked with following information: Manufac#urer's name, size, type of pipe, and material, SDR number, Product Standard number, and the N�F {National Sanitation Foundation) Seal. C. PVC pipe fittings: Shall be of the same matert�ial as the PVG pipe specified and compatibfe with PVC pipe furnished. So[vent we[d type fittings shall be Schedule 40. D. PVC Pipe: Sl�al] be as noted on the plans. Sizes up to 3-inch diameter sl�al] be solvent weld type. Pipe sizes of 4-inch diarr►eter and larger• shall be o-ring gasket type with ductile iron gasket fittings. E. Flexible PVC Risers (Nipples): All flexibie PVC nipples shall be made from virgin PVC material, and shall comply with ASTM D2287, shall 6e tested at 200 P.S.i. static pressure for 2 0395b51 S LANDSCAPE IRRIGATiON SYSTEM 32 80 00 - 4 09/2020 City of F'ort Woi�.h West 7�h Street hours and ha�e a quick burst rating of a minimum 400 P.S.I. Flexible PVC pipe nipples shall be factory assembled only. F. Pipe sleeves: Shall be as noted on the plans. 2.3 SWING 101NT5 A. Swing joints shall be O-ring seal type, Lasco or approved equal. 2.4 WIRE AND SPL�CES A. Valve wire shali be as noted on the plans, minimum 14 gauge with type UF insulation which is Underwriters Laboratory approved for direct underground burial when used in a National Electrica[ Code Class II Circuit (30 volts f1C or less} as �er Articles 725 and 300. Voltage drop shall be taken into consideration. �. AI[ connectors shali be UL listed, cated b00 volt, forPVC insulated wire. No wire splices shall be buried. C. Al1 wire connectors shall have a two-piece PVC hoasing which, when filled with resin epoxy and pressed togeth�r, forms a permanent, one-piece, moistur�-proof wire splice. 2.5 QUICK COUPLING VALVES A. Quick coupling valves shall be composed of a bronze cast body with a purple, (NP) cover. B. The valve shall accept a single lug �/4-inch bronze valve key for operation unless noted otherwise. C. Provide one couplei� and one hose swivel ell for every five quick coupling valves shown on the plans. 2.6 MANUAL VALVES A. Unless noted otherwise, manua[ valves 2-1/2 inches and smalle� shali be ali brass, globe type with compositior� disc rated at 150 pounds W.O.G. Manual va�ve size 4 inches and la�-ger shalI be Kennedy cast iron type. B. A11 vaEves sha�I have wheel handles unless cross handles are called for on the plan. 2.7 VALVE BOXES A. A box shall be provided for aIl valves. B. Valve boxes shall be made of high-strength�plastic suitable for turf irr-igation pua•poses. C. Boxes shall be suitable in size and configuration for the operability and adjustment of the vaive. D. Extension sections wil� be used as appropriate to the depth of pipir�g. E. A!! valve box covers shall bolt down or have locking mechanisms and shall be colored green or black as selected by the Contracting Officer, or purple where required, as noted. 2.8 DRIP TUBE WITH PRESSURE COMPENSAT]NG EMITTERS A. Drip tube shall be ofthe manufacturer and model as noted on the plans. Pressure cornpensating emitters with internai chec[c valves are requi��ed unless noted otherwise. 039565 � S LANDSCAPE iRRiGATION SYSTEM 32 80 40 - 5 09/2020 � City of Fort Wa�-th West 7"' Street 2.9 BARBED [NSERT FITT[NGS A. All barbed insert fittings shall be constructed ofrnoEded, ultra-�io[et-resistant plastic ha�ing a nominal inside dimension (I.D.) of 0.24 inch. B. Each fitting shall have a minirrtum oftwo ridges or barbs per outlet with a raised barb nearest the fitting outiet. All fittings shall be of one manufacturer and shall be available in one of the following end con�gurations: l. Bar6ed insert fittings; 2. Male pipe threads (MPT) with barbed insert fittings, or; 3. Female pipe threads {FPT) with barbed insert fittings. 2.10 CONTROLLER A. 'i'he irrigation controllers shall be as nated an the plans. 'I'he system may be designed to operate one section �alve at a time, per controller unless otherwise noted. S. Power source shall be solar, No l 10� A.C. shaE! be required. C. Operation of the contraller shall be fully automatic, incorporating one 24-hour clock and 14-day calendar pe�- controlled number of electric vai�es shown on the plan to start the sprinlcting cycie any hour or hours of the day or night of any day or days o�er a repeating 14-day period. D. The controller shall be capable ofrepeating watering cyc[es as required with a tnaximum delay between the ending of one cycEe and the 6eginning of the next not to exceed 2 hnurs. Control shall pro�ide optional semi-autornatic operation whet�eby th� automatic cycle may be sta�-ted independent ofthe clock and manua] operation whereby any station may be operated by hand incEependent oFall timing mechanism. The choice of automatic day or hour programmir�g shall be available to the operator on the face of the control panel without the use of tools. ' E. The automatic contraller shall be equipped with rainproof housing. 2,11 E�,ECTItiC REMOTE CONTROL VALVES A. Elect�-ic remote control valves shall have plastic bodies and co�ers and shall 6e gIobe-type � diaphragm val�es of normally closed design. The valves are specified on the drawings. B. Operation shall be accomplished by means of integrally mounted hea�y-duty 24-V DC solenaid complying wit� National Elect�•ical Code, Class Ii Circuit. Solenoid coiI shall be potted in epoxy resin within a plastic coated, stainless steel housing. Solenoids shall be completely �svaterproof, suitable for direct undergro�nd burial. C. A flow sterr� adjustment shal] be included in each valve. 2.I2 13ACKFLOW PREVENTER (DOUBLE CHECK TYPE) A. Doubie- check type backflow pre�ention device shatl be loeated and�sized as shown on the pians. The DCS De�ice is speciFied on the drawings. B. Construct�on shall be all brass for sizes 3/4- to 2-inches. C. This assem6ly shal[ be installed �er City code requirements. 2.13 TEMPERATURE SENSORS & RAIN SENSORS A. Rain and freeze sensars shall be provided and installed as noted on the plans. PART 3 - EXECUTION 03956518 LANDSCAPE iRR[GATION SYSTEM 32 SD 00 - b Q9/2020 City af Fa�•t Worth West 7�' Street 3.1 iNSTALLATION, GENEAAL A. Design Pressure: This ir�•igation system has been cEesigned to operate with a minimum static inletwater pressure as indicated on the dracvings. The Contractor sha11 take a pressure reading prior to beginning construction. if the pressure reading is 5 percent less than above, the Contractor shall notify the Owner's Representative. B. Contractor Responsibility: The Contractoc shall not will�ully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade diFferences or discrepancies in equipment usage, area dimensions or water pressure exist that might not ha�e been considered in the engineering. Such obstructions or differences shall be brought to the atteniion of the Owner's Representative in writing. In the event this notification is not performed, the Contractor shall assume ful! responsi6itity for any revision necessary. C. Staking: Before installaiion is started, place a stake ar flag where each sprinkler vaive is to be located, in accordar�ce with dE•awing. Staking shall be approved by the Landscape Architect before proceeding. D. Piping Layout: Piping layout is diagrammatic. Route piping around existing trees and root zones in such a manner as to auoid damage to plantings. Do not dig within the ball of newly planted trees ar shrubs. E, in areas where trees are present, trenches will be adjusted on site to pro�ide a rriinimum clearance of %ur times the t�-unk diameter of the tree (at its base} between any tree and any t�ench. F. All material and equipment shali be deiivered to the Worksite in unbroken reels, cartons or other packaging to demonstrate that such mater-ial is new and af a quality and grade in keeping with the intent of these Specif�cations. 3.2 EXCAVATION AND TRENCHING A. The Contractor shall perfarm all excavat�on to the depth indicated in these Specifications and Contract drawings. The banks of trenches shall be kept as nearly vertical as practicable. Trenches shall be wide enough to allow a minimum of4 inches betwe�n parallel pipelines or electrical wiring. Where rock excavation is requit-ed, or where stones are encountei•ed in the bottom of the trench that would create a concentrated pressure on the pipe, the rock or stones shall be removed to a depth of 6 inches minirr�um helow the t��ench depth indicated. The over depth rock excavation and all excess #�ench excavation shall be backfilled with loose, moist earth or sand, thoroughly tamped. Whenever wet or othei•wise u�stable soil that is incapable of properly s�ipporting the pipe is encountered in the trench bottom, such shall be removed to a depth and length required, and the trench backf Iled to trench bottom gi-ade as he�•einaf�er specified, with course sand, fine gravel or other saitable material. B. Sot�oin oftrench grade shall be continued past ground surface de�iations to avaid ai�� pockets and low collection points in the line. 1'he minimum cover specifications shatl govern regardless of variations in grou�d surface profile and the occasional deeper excavation required at banks and other f eld conditions. Excavation shall be such that a uniform trench grade variation wi11 occur in all cases where vat-iations are necessary. C. Trench excavation sha�l comprise the satisfactory rerrtoval and disposition of all materials and shall include all shoring and sheeting required to protect the excavation and ta safeguar�d employees. D. During �xcavation, material suitab]e for backFlling shall be stockpiled in an orderly manner, a sufficient distance back frorn edge of trenches to avoid overloading and prevent slides or cave-ins. Material unsuitable for backfilling shak) be wasted as directec! by the Owner's Repzesentative. When excavated matej�ial is oFa rocky nature and the topsail or any other layer ofexcavated mate��ial is su.itable for pipe bedding and backfill in the vicinity of the pipe, such 0395b5 i S LANDSCAPE IRRIGATIO.N SYSTEM 32 80 00 - 7 09/2020 City of Fort Worth West 7fh Street materia! shall b� separa#e[y stocl�piled for use in such bedding and pipe backfll operations, uniess satisfactory imported materiai is used. E. Al[ excavations and backfill shall be unclassified and covered in the. basic 6id. No additional compensation will be allowed for rock encountered. F. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations to iheir original conditions in a manner acceptable to the Owner's Representative. 3.3 PIPE iNSTALLATION A. Sprinkler Mains: Sprinkler nnains are that poi�tioi7 of piping fi-om water source to electric valves. This portion of piping is subject to su��ges since it is a closed portion of the sprinkler system. Sprinkler mains shall be installed in a trencfi with a minimum of 18 inches of co�+er. B. Lateral Piping: Lateral piping is that partion ofp[ping from electrical �val�e to spi-inkier heads. This portion of piping is not subjectto surges since it is an "open end" portion of the sprinkler system. Lateral piping shall be installed in a trench with a minimum of 12 inches of cover. 3.4 PVC FIPE AND FT'l�TING ASSEMSLY A. Sol�ent: Use only solvent recommended by manufacturer to make sol�ent-welded joints following standards noted herein. Thoroughly clean pipe and tEttings of dirt, dust, and cnoisture with an approved PVC primer before applying sol�ent. B. PVC to Metal Connection: Work metal connections �rst. Use a non-hardening pipe dope such as Peenrzatex No. 2 or "Tefi��n° tape on threaded PVC to metal joints. Use only light wrench pt�essure. C. Threaded PVC Connections: Where reguired, use threaded PVC adapters into which pipe may be we[ded. D. Remo�e lumber, rub6ish, and rocks fi-om trenches. Pro�+ide firm, uniform bearEng for entire length of each pipeline to prevent uneven settlement. Wedging or blocking af pipe will not be permiited. Remove foreign matter or dirt fram inside of pipe befort�e welding, and �eep pEping clean during and after laying pipe. E. PVC pipe shall not be installed where there is water in the t��ench, nor shall PVC pipe be laid when temperaiure is 40 deg. �' or belaw nr when rain is imminent. PVC pipe will expand and contract as the temperature char►ges. TE��refore, pipe shall be snaked from side to side oftrench bottom to atlow for expansion and conhaction. 3.5 HYDROSTATiC T�STS A. Pressurc Test: After the pipe is laid, the�aints compieted, and the trench partially backfilled, lea�ing the joints exposed for examination, the newly laid mainline pipe or any valved section of main pressure line �iping shall, unIess otherwise specified, be subjected for four hours to a hydrostatic pressure test ofnormal city water pressure. Each val�e shall be opened and closed during the test. Enclosed pipe, joints, fittings, and �alves shall be carefully examined duri►�g ihe partially open trench test. 3aints showing visible leakage shall be replaced or remade, as necessaiy. Cracked or defecti�e pipe, joints, fttings, or �al��s disco�ered in consequence of this pressure test shall be repeated unti! the test results are satisfactory. All r�placement and repair shall be at contractor's cost. 3.6 CONTROL WiRE INSTALLATiON A. All control wfre less than 500 feet in length shall be continuous without splices or joints fi•om the controller ta the valves. Connectians ta the electric valves shall 6e marEe wfthin 18 inches 039565 ] 8 LANDSCAPE IRRTGATION SYSTEM 32 SO QO - 8 09/2020 City of Fort Worth West 7�h Street of the valve using connectors specified in Paragraph 2.4 of this section, unless otherwise approved by the Owner's Representative in writing. B. All cont��ol wires shall be installed at least ! 8 inches deep. Contractor shall obtain the Owner's Representative's approval for wire routing when installed in a separate ditch. Control wires may be installed in a cornmon ditch with piping; however wires must be installed a minimum of 4 inches helow or to one side of piping. C. Ali wire passing under existing or future pa�ing, sidewalk, construction, etc., shall be encased in PVC conduit extending at least 2 feet beyond edges of paving, sidewalks, or construcCion. 3.7 BUBBLER HEADS A. Provide heads and nozzles as speciFed and instali in Iocations as shown on the Cont�act Drawings. B. Pop-up heads shall be installed on "flex" PVC pipe as detailed on the Contract drawings. Rotary heads shall be installed on a double swing joint connected to the lateral pipe as detailed on the drawings. C. Heads shall be insta[led with underside of flange �lush with the finished grade. D. Contractor will be required to adjust heads as necessary after establishmem of grass or other plant material. � 3.8 DRIP EQUiPMENT A. Drip tube can be installed in one of the four following methods: 1. Over-excavation: Ovei�-excavate the entire area to a depth of2- to 4-inches below finish grade. P1ant all specimen trees and shrubs 15 gailon size and larger, then place di�iptube at the row spacing interval indicated an the plans. 2. Pipe Pulling: Where ground disruption is to be rninimized, pneumatic tire, pipe-pu[ling machineiy shall be used. Patholes shall be used at the ends of each run for making connection io supply ar�d exhaust headers of �-igid PVC pipe or polyethylene pipe. 3. Trenching: Hand or mechanically tr-ench to the pipe depth indicated an the plans or• in these specifcations and backfill flush with fnish grade. Avoid mechanically irenching within the dripline ofexisting trees. �Iand-trench around existing tree roots when roots of 2 inches and larger are encountered. Remove all rocic I-1/2 inch and larger when excavating and remove fi•om site. Do not backfill Erenches with rock that will come in direct contact with tubing or rigid PVC piping. S. Placernent of Rigid PVC Piping: install pipe in a serpentine (snaked) manner to allow for expansion and contraction in trench before backfllling. Install pipes at temperatures over 40� F. Pipe markings sha11 �ace upward out of the trench whenever possi�le. C. D��ip tube: Drip tube can be installed with the water outlets facing up, down, or sideways. In irregular areas, some water outlets could end up too close to fixed impravements and may ha�e to he capped off with a dripper plug rir�g. D. Covei-: install underground piping horizontally and as evenly as possible to a maximum depth of4 inches, unless otherwise specified. (Typical pipe depth is 2-inch shrub beds, 4 inches in turf unless pe��iodic aeration is anticipated, and then pipe depth should be lowered to 6 inches.) E. Barbed insert Fittings: Connect drip tube to barhed ir►sert fittings by pushing the tubing on and over both barbs of the fitting unt�l the tubing has seated against anothei- piece of tubing or has butted against another po�-tion of the barbed fitting. For water pressures in excess oFthe 30 psi, or the maximum s#ated system pressuz�e for the drip tube, whichever is less, use stainEess steel cla�r►ps as �oted in paragraph 3.2.4, "Pipe C�amping" on ali barbed �ttings. F. Clamping: Wk►en design-operating pressure exceeds 30 psi, or maximum stated system pressure for the drip tu6e, whichever is less, stainless steel pipe clamps shall be used. Slip p395651 S LANDSCAPE IRAiGATION SYSTEM 32 80 00 - 9 09/2020 City of Fort Worth West 7'h 5teeet clamps o�er tubing befnre slipping tubing over barbed insert fitting. Place clamp 6etween the first and second ridge of the bai�bed i ttings and crimp the "ear" oFthe clamp tightly. Crirnp the "ear" twice to ensure proper seating. 3.9 QU1CK COUPLING VALVES A. Quick coupling valves shall be insta[led with the underside of f]ange t7ush with the flnished grade. B. Quick coupling �+al�es shal] be installed on a swing joint assembly as detaileci on the drawings. C. Under the warranty, the Cont�-actor shall return after grass is established and adjust valves and valve boxes to proper grade. 3.10 MANUAL VALVES A. Manual �alves shall be sized and [acated where shown on the Contract drawings. B. Val�e boxes shall be adjusted to be tlush with finished grade. The Cantractor will be required to adjust after establishrr�ent of grass. C. VaEve boxes shall be properly supported and of sufficient construction that tractors and mowe�•s cross�ng ove�� the boxes will not push boxes down and crush the pipe, val�e, or• box. 3.l 1 VALVF. AND VALVE BOX PLACEMENT A. AtE manual, electric, and quick coupling valves shaH bE in 6oxes as specified in Paragraph 2.7 of this sectian and shall be set with a minimum of 6 inches of space between their top surface and the 6ottom of the valve box. The base of the bvx shal l be fil led wi#h pea gi�avel as shown on plan. B. Val�es shall be fully opened and fully closed to ensure that all parts are in operating condition. C. Va[ve boxes shall be set plumb, vet�tical, and concentric with the valve stem. D. Any valve box which has mo�ed fronn this required position so as to prevent the use of the operating wheel af the valve shall be r�set by the Contractor at his own expense. 3.12 CONTROLLER A. Controller location shali be confirmed with the L.A. be%re instaElation, as shown on the plans. 3.13 ELECTRIC REMOTE CONTROL VALVES A. Aemote control val�es shall be located and sized as shown on the plans. Al[ electrical connections sha[l be made when the weather is dry with connection fcits as specified in Pa�-agraph 2.4 of this section in strict accordance with manufacturer's recommended procedures. All remote control vaf�es shall be installed in a horizontal position, in accordance to the manufacturer's published installation instructions. B. Ft shall be the responsibility of the Contractor to furnish and install Che proper size wire on each of the Eow �oltage circuits from the master control center to the various electric remote conirol val�es. G. Consideration shall be given to each circuit for allowance of �altage drop and economy consistent with accepted practices of eiectrical installation. Under no circumstances shall the voltage of any branch circuit be recEuced rr►ore than proper due to length of run exceeding the ma�cimum allowa6le for the wire size used. 03956518 LANDSCAPE iRRIGATION SYSTEM 32 80 00 - 10 09/2020 City of Fort Worth `Nest 7"' Street 3.14 BACKPILL AND COMPACTION A. After system is operatin� and ��equired tests and inspections have been made, Che trenches shall be carefully backfilled with the excavated materials approved for backfilIing, consisting of earth, loam, sanciy clay, sand, gra�el, soft shate, or other approved ►naterials, free from large clods ofeat�th or stone. Rock, broken concrete, or pa�ement, and large boulders shall not be used as backflt material. The backfill shall be thoroughly compacted and evened with the adjacent so�! level. B. Compact trenches in areas to be planted by thoroughfy flooding the backfill. Compact all other areas by flooding or hand tamping. The jetting process may be used in areas when flooding. C. Sackfill for all trenches, regardless of the type of pipe covered, shall be compacted to a minimum of 90 percent density. D. Any trenches improperly bacicfilled, or where settlement occurs, shal[ be reopened to khe depth required for compaction, then re�lled and compacted with the surface restored to the required grade and left in a completed surface condition as d�scribed abave. �. Specificaliy tamp backfill under heads a.nd around the flange of heads for 1 foot by a suitabEe m�ans after trench backfill has dried from flooding to prevent heads looset�ing in the ground. 3.15 FINAL ADJUSTMENT A. After installation has been completed, make final adjustment of sprinkler system prior to Owner's Representative's final ins�ection. B. Completely flush system to remove debris fi•orr► lines by removing nozzle fi�om heads on ends of lines and turning on system. C. Check sprinklers for proper operation and proper alignment for direction of throw. D. Check each section for operaEing pressure and balance to other sections by use of fiow adjustment on top of each valve. E. Check nozzles fnr prope3� co�erage. Prevailing wind conditions may indicate that arc or angle of spray should be other than as shown on drawings. in this case, change nozzles to provide correct coverage and furnish record data to Owner's Repi•esentative with each change. F. After system is thoroughly flushed and ready for operation, each section of sprinklers shall be adjusted to control pressure at heads. Use the Following metliod, one section at a time: 1. Remove last head on s�ction and install a temporary riser above grade. Install tee with pressure gauge attached on top of riser and re-install head with nipple onto tee. 2. Correct operating pressure at last head ofeach section as foflows: Spray Heads - 30-35 psi. 3. After replacing head, at grade, tamp thoroughly around head. 4. Drip zone valve pressure regulating devices sha�l be set at not to exceed 40 psi. 3.16 CL�AN-UP A. The Worksite shall be thoroughly cleaned of afl waste materials and all unused or salvaged materials, equipment, taols, etc. B. Afte�� completion of th� work, areas disturbed shall be leveled and the Warksite shall be raked clean and left in an orderly condition. END OF SECTION 03956518 LANDSCAPE IRRIGATION SYSTEM 32 SO 00 - 11 09/2020 City of Fo�•t Woith West 7�' Streei SECT�ON 32 91 t3 - SOiL PREPARATION PART I - GENERAL l.I SUMMAR�i' A. Section includes planting soils specified according to per%nnance requirements of the mixes. �. Related Requirements: 1. Division O1 Specification Sections apply to Work of this Section. 2. Section 32 92 00 "Turf and Grasses" for placing planting soi] foi• turf and grasses. 1.2 DEFINITIONS A. AAPFCO: Association af American P1ant Food Control Officials. B. Backfil�: The eai•th used to replace or• the act of replacing ear�h in an excavation. This can be amended, or unamended soil as �ndicated. C. CEC: Cation exchange capacity. D. Compost: The product resulting fi�om the controlled biological cEecomposition of organic material that has been sanitized through ihe generation of heat and stabilized to the point that it is beneficial to pEant growth. E. Duff Layer: A surface ]ayer of soil, typical of forested areas, that is cornpos�d of mostly decayed teaves, twigs, and detritus. F. Imparted Soil: Soil that is iransported to Project site for use. G. Layered Soii Assembly: A designed series of planting soils, layered on each other, that together- p�-oduce an envir-onment fo�� plant gz�owth. H. Manufactured Soil: Soil produced by blending soils, sand, stabilized organic soil arr�endments, and other materials to produce planting soil. I. . NAPT: Noi�th American Proficiency Testing Progrart�. An SSSA �rogram to assist �oil-, p�ant-, and water-testing laboratories thro�gh interlaboratoiy sample exchanges and statistical evaluation of analytical data. J. Organic Matter: The totai of organic materia]s in soi[ exclusive of undecayed plant and animal tissues, their partial decorr►position p�-oduc.ts, and the soil bioznass; also called "humus" or "soil organic matter." K. Planting 5oi1: Existing, on-site soil; imporCed soil; ot- manufacturec� soil that has been modified as specifed with soil amendments to produce a soil mixture best for plant growth. L. RCRA Metals: Hazardous metals identified by the EPA under the Resource Conservation and Recovery Act. M. SSSA: Soil Science 5ociety ofAmerica. N. Subgrade: Surface or elevation of subso�l remaining after excavation is complete, or the top sut�face of a fill or bacicfilE before pianting soil is placed. O. Subsoil: Soii beneath the levet of subgrade; soil beneath the topsoil laye�-s of a naturally occurring soil profile, typified by [ess than I percent organic matker and few soii arganisms. P. Suriace Soil: Soil that is present at the top fayer of the existing sail profile. In undisturbed areas, surface soi! is typically called "Yopsoil"; bnt in disturbed areas such as urbar� environments; the surface soil can be subsoil. Q. USCC: U.S. Composting Council. 039565.18 SOiL PREPARATION 32 9 i I 3- 1 09/2020 City of Fort Worth West 7�' Street 1.3 PREINSTAI�LA'I'TON MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. PrQduct Data: Far each type of product. l. Include recommendations for application anc! use. . 2. Includa test data substantiating that products comply with requirements. 3. Materia] Certificates: For each type of imported soil and soil amendment beFore delivery to the site, according to the fol[owing: a. Manufacturer's qualified testing agency's certified ana3ysis of standard products. b. Analysis of nonstandard maierials, by a qualified testing agency, made according to SSSA methods, where applicable. B. Samples: i'or each 6ulk-supplied material, deli�ered ta the site in s�aled containers labeied with contenk, source, and date obtained. Each Sample shall be typical of the lot of fnaterial to be furnished; provide an accurate r�p�-esentation of composition, color, and texture. 1.5 INFORMATIONAL SUBMiTTALS A. Quaiification Data: F'or each testing agency. B. Preconstruction Test Repoz�ts: For preconstruction soil analyses specified in "Preconstructior► Testing" Article. C. Field quality-cantrol reports. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent, stat�-operated, or uni�ersity-operated laboratory; experienced in soil science, sail testing, at�d plant nutrition; witi� the experience and capability io conduct the testing indicated; and that specializes in types of tests to be perfarmed. 1. Multiple Laboratories: At Contractor's aption, wark may be divided among qualified testing laboratories specializing in physical testin�, chemical testing, and fertility testing. 1.7 PAECONSTRUCTION `FESTING f1. Preconstruction Testing Service: Engage a quali�ed iesting agency to perform preconstruction soil analyses on existi�g, on-site saii, and imported soil. 1. Natify Architect seven days in advance of the dates and times when laboratory samples will be taken. B. Preconstruction Soil Analyses: For each unamended soil type, �erform testing on saa] samples and fuenish soi[ analysis and a written report containing soil-amendment and fertilizer recommendations by a quali�ed testing agency performing the testing according to "Soi[-Sampling Requirements" and "Testing Requirements" articles. 1. Have kesting agency identify and ]abel samples and test repot-ts according to sample , collection and labeling requirements. 039565 ] 8 SOIL PAEPARATION � 32 91 13 - 2 0912020 City of Foi•t Worth West 7`�' Street I .8 SOIL-SAMPLING REQi1TREMENTS A. General: Extract soit samples according to requirements in this arkicle. B. Sample Collection and Labeling: Have samples taken and labeled by Cor�tractor undet- the direction of the testing agency. 1. Number and Location of Samples: Minirnum ofthree representative soil samples irom varied locations for each soil to be used or amended for landscaping purposes. 2. Procedures and Depih of Samples: According to LTSDA-NACS's "Field Book %r Describing and 5ampling Soils." 3. Division of Samples: Split each sample into two equal parts. Send half to the testing agency and half ta Owner for its records. 4. Labeling: Label each sample with the date, location keyed to a site plan ar other location system, visible soil condition, and sampling depth. I .9 TESTING IZEQUIREMENTS A. General: Perform tests on soil samples according to requirefnents in this article. B. Physical Testing: 1. Soil Texture: Soil-particle, size-distri�ution analysis by one of the following methods according to SSSA's "Methods of Soil Analysis - Part 1-Physical and Mineralogicai Methods" : a. Sieving Method: Report sand-gradation per•centages for very coarse, coarse, medium, fine, and very fine sand; and fragment-gradation (gravel) percentages for fine, medium, and coarse fragments; according to USDA sand and fragment sizes. b. Hydrometer Method: Report percentages of sand, silt, and clay. 2. $ulk Density: Analysis according to core method and clad methad of SSSA's "Methods of Soil Analysis - Part I-Physical and Mineralogicai Methods." 3. Total Porosity: Calculate using particle density and bulk density according to SSSA's "Methods of 5oil Analysis - Pat-t 1-Fhysical and Mineralogical Methods." 4. Water Retention: According to SSSA's "Methods of 5oi1 Analysis - Part 1-Physical and Mineralogical Methods." 5. Saturated Hydraulic Conducti�ity: According to SSSA's "Methods of Soil Analysis - Part 1-Ahysicai and Mineralogicai Methods"; at 85 percent com�action according to ASTM D 698 (Standard Proctor). C. Chemical Testing: I. CEC: Analysis by sodiu►n saturation at pH 7 according to SSSA's "Methods of Soil Analysis - F'art 3-Chemical Methods." 2. Clay Mineralogy: Analysis and estimated percentage of expandable clay minerals using C�C by aromoninm saiuration at pH 7 accorciing to SSSA's "Methods of Soil Analysis - Part 1-Physical and Mineralogical Methods." 3. Metals Hazardous to Human Healtta: Test for presence and quantities of RCRA metals including aluminum, arsenic, barium, copper, cadmium, chromium, cobalt, lead, lithiurn, and vanadium. If RCRA metals are present, include recomm�ndatians for corrective action. 4. Phytotoxicity: Test for plant-available concentrations of phykotoxic minerals including aluminum, arsenic, bariu�n, cadmium, chlarides, chramium, cobalt, copper, lead, lithium, mercury, nickel, selenium, silver, sodium, strontium, tin, titanium, vanadium, and zinc. 03956518 50[L PREPARATION 32 91 13 - 3 0912020 City of Fort Wot-th West 7"' Street D. Fertility Testing: Soil fertiEity anaiysis according to standard laboratory protocol of SSSA NAPT SERA-6 inc[uding the following: 1. Percentage of organic matter. 2. CEC, calcium percent of CEC, and magnesium percent of CEC. 3. Soil reaction (acidity/alkalinity pH value). 4. Buifered acidity or alkalinzty. 5. Nitro�en ppm. 6. Phosphorous ppm. 7. Potassium pprr�. � 8. Manganese ppm. 9. Manganese-a�aiEability pprn. ] 0. Zinc ppm. 1 1. �inc availability ppm. I 2. Capper ppm. 13. Sodium ppm and sodium absorption ratio. 14. Soluble-salts ppm. 15. P►�esence and quantities of problem materials inctuding salts and metals cited in the standard protocol. If such problem materials are present, �provide additional recommendations for corrective act�on. 16. Other delete�-ious materials, including their characte�•istics and cantent oieach. E. Organic-Matter Content: Analysis using loss-by-ignition method acco��ding to SSSA`s "Methods of Sail Analysis - Part 3-Chemical MeChods." F. Recommendations: Based on the test results, state recommendations for soil treatments and soil amendments to be incorporated to produce satisfactory planting soil suitabl� for healthy, �ia61e plants indicated. Include, at a minimum, recommendatEons for nitrogen, �hosphorous, and poEassium fertilization, and far micronutrients. 1. Fertilizers and Soil Amendment Rates: State recommendations in weight pet I,000 sq. ft. for 6-inch depth of sail. 2. Soil Reac#ion: State the recommended liming rates for raising pH or sulfur far lowering pH according to the buffer�d aciciity or buffered aEkalinity in weight per 1,000 sq. ft. for b-inch depih of soil. 1.10 DELiVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in origEnal, unopened containers showing wei�ht, certified analysis, name and address of manufacturer, and compEiance with state and federal laws if applicable. B. Bulk Materials: 1. Do not dump or store bulk materials near structures, uti�ities, walkways and pa�ements, o�- on exis#ing turf areas or plants. 2. Pro�ide erosion-control .measures to prevent erosion or disp[acernent of bulk maferials, discharge of soil-bearing water runoff, and airborne dust z-eaching adjacent properties, water conveyance systems, or walkways. 3. Do not znove or handle materials when they are wet or frozen. , 4. Accompany each cfelivery of soil amendments with appropria#e certificates. 03956518 SOIL PREPARATION 32 9[ 13 - 4 04/2020 City of Fort Worth West 7"' Street �ART 2 - PRODUCTS 2. ] SOIL AMENDMENTS PRIOR TO PLANTING �1. Agricultural Humic Acid: I. 70 percent humic acid using laboratory analysis. Install 90 1bs./1,OD0 sq. ft. prior to hydroseeding/planting. B. Compost: Well-composted, stable, and weed-free organic matter produced by composting feedstock, approved by the USDA and NOA certifying agents, and as foi�ows: I. Reaction: pH of 5.5 to 8. 2. Soluble-Salt Concentration: Less than 4 dS/m. 3. ParticEe Size: Minimum of 98 percent passing through a 1/2-inc}� sieve. 4. Install 0.6 c.f. per 1,000 sq. ft. C. Mycorrhiza: Mycarrhiza Concentrate with minimum 1,450,000 viable spores of Glomus intradices per pound. Install 1 oz./1,000 sq. ft. during hydroseeding. PART 3 - EXECUTION 3. ! GENERAL �1. Place p�anting soil and sail amendm�nts according to requirements. B. Ve��ify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, conct-ete layers or chunks, cerr�ent, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compo�nd, or acid has been deposited in planting soi�. C. Proceed with placement only after unsatisfactory conditions have been corrected. 3.2 PREPARATIDN OF UNAMENDED, ON-SiTE 50iL BEFORE AMENDING A. Excavation: Excavate soil fi�om designated area(s) to a depth required to achieve finish grade after amending and adding mulch. B. ilnacceptable Materials: Clean soil of concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinn�r, turpentine, tar, roofing compound, acid, a�1d other ex#raneous materia�s that are harmful to plant grnwth. C. Unsuitable Materials: Clean soil to contain a combined maximum of 8 percent by dry weight of stones, roots, plants, sod, clay lumps, and pockets of coarse sand. 3.3 PLACING AND MIXING PLANTING SOIL OVER EXPOS�D SUBGRADE A. General: Apply and mix unamended soil with amendments on-site to procluce required p]anting soil. Do not apply materials or till if existing soil or subgrade is irozen, muddy, or excessively wet. B. Mixing: Spt-ead unamended soil to iotal depth of I2 inches but not tess than required to meet finish grades after mixing with amendments and natural settler►�ent. Do not spread if soit or su6grade is frozen, muddy, or excessiveIy wet. 1. Amendments: Apply soil amendments evenly on surface, and thoroughly blencE them with unarnended soil to produce planting soi�. � C. Campaction: Compact each blended lift of planting soil to 75-82 percent af maximum Standard Proctor density according to ASTM D 698 except where a different compactior� value is indicated on Drawings. D. Finish Grading: Grade planting soif to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fi11 depressions to meet finish grades. 039565 � 8 SOIL PREPARATION 32 9t 13 - 5 09/2020 City of Fort Worth Wes# 7`h Street 3.4 BLENDING PLANTING SOIL 1N PLACE A. General: Mix amendmer�ts with in-plac�, unam.ended soil to produce required planting soil. Do not apply materials or tii[ if existing soil or subgrade is frozen, muddy, ar excessi�ely wet. B. Prepa�•ation: Till unamended, existing soil in planting areas to a minimum depth of 12 inches. Remove stones larger than 1-112 inches in any dimensian and sticks, roots, r-ubbish, and other extraneous matter and Iegally dispose af them off Owner's property. ' C. Mixin�: Apply soil amendments evenly on surface, and thoroughiy blend them inta full depth of unamended, in-place soil to produce planting soil. D. Compaction: Compact blended planting soil io 75-82 percent of maximuin Standard Proctor density according to ASTM D 698 except where a different cotnpaction value is indicated on Drawings. E. Finish Grading: Grade planting soil to a srnooth, uniforrn surface plane with loose, uniformly fine textuee. Roll and rake, remo�e ridges, and fil] depressions to meet f nish grades. 3.5 FIELD QLTALITY CONTROL A. Testing Agency: Engage a quali#ied testing agency to perform te�ts and inspections. S_ Perform the following tests: 1. Compaciion: Test planting-soil compactio� after placing each IifC and at completion using a densitometer or soil-compaction meter caEibrated to a reference test value based on laboratory testing according to ASTM D 698. Space tests at no less than ane for each 5040 sq. ft. of in-place soil or par� thereof. C. Sail will 6e considered defective if it does not pass tests. D. Prepare test reports. E, Label eac� sample and test report with the date, location keyed to a site plan or other location system, visible conditions when and where sample was taken, and sampling depth. 3.6 PROTECTION A. Protect areas of in-place soil fi•om additional compaction, cfisturbance, and contamination. Prohibit the following practices within these areas except as required to pei�for-m planting operations: 1. Storage of construction materials, debris, or excavated nnaterial. 2. Parking vehicles or equipmen#. 3. Vehicle traffic. 4. Foot traffic. 5. Erection of sheds or structures. 6. Impoundment of water. 7. Exca�ation or other digging uniess otherwise indicated. B. FF planting soil or subgrade is o�ercompacted, disturbed, or contaminated by foreagn or delete�-ious materiafs or liquids, ee�nove the plant�ng soil and contamination; restare the subgrade as directed by Architect and replace contaminated planting soil with n�w planting soi1. 03956518 SOT.L PREPAR�TION 32 91 i 3- b 09/2020 Ciry of Fort Worth West 7�' Street 3.7 CLEANiNG A. �rotect areas adjacent to planting-soil preparation and placement areas from contarr�ination. Keep adjacent paving and construction clean and work area in an orderly condition per Section Q I 74 19 "Consiruction Waste Management and Disposal." B. Remove surp9us soil and waste materiaE including excess subsoil, unsuitable materials, trash, and dehris and legally dispose oi them off Owner's property unless otherwise indicated per Section O1 74 19 "Construction Waste Management and Disposal." 1. Dispose of excess subsoil and unsuitable materials on-site where directer� 6y Owner. END OF SECTION 0395651 S SOIL PREPARATION 32 91 13 - 7 09/2020 � 32 91 19 - l TOPSOIL. YLACEMEIV"f ANI3 �'1NISH[NU O� PARKWAYS Page 1 of3 SECTION 32 9f 19 - TOPSOiL PLACEMENT AND FINISHING OF PARKWAYS PART 1 - GENERAL. L� 1.2 13 1.4 i.5 1.6 1.7 1.8 I.9 1.f0 l.1 i 1.12 SUMMARY A. Section Includes: 1. Furnish and place topsoi] to the depths and on the areas shown on the Drawings. B. Deviations from this City of Fort Worth Standaj•d Specification 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions ofthe Contract 2. Division i- General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement For this item shall be by cubic yard of Topsoil in place. 2. Payment a. The work performed and materials furnished in accot-dance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of Topsoil. b. All excavation required by this Item in cut sections shall be measured in accordance with provisions for the variaus excavatian items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations invo�ved. 3. The price bid shall include: a. Furnishing Topsoil 6. Loading � c. Hauling d. Piacing REFERENCES [NOT USED] ADMINISTRATIVE REQUIREMENTS [NOT USED] ACTION SUBMITTALS [NOT USED] ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] CLOSEOiIT SUBMITTALS jNOT USED] MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] QUALITY ASSURANCE [NOT USED] DELIV�RY, BTORAGE, AND HANDLING [NOT USED] FiELD [SITE] CONDITIONS [NOT USED] WARRANTY [NOT USED] CiTY OF FURT WORTII West 7'� Strect Improvements STANDARD CONSTRUCTIQN SYI:CiFICATIUN DOCUMEN7'S City Projcct Na. l0E 555 Revised December 20, 2012 3291 19-2 "[�OPSOIL PLACEMENT ANi� rTIVISF3ING Or PARKWAYS Pagc 2 o f 3 PART�-FRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODLTCTS [NOi' USED] 2.2 MATERiALS A. Topsoil 1. Use easily cultivated, fertile topsoil that: a. Is free from objectionable material including subsoil, weeds, clay lumps, non- soil materials, roots, stumps or stones larger than 1.5 inches b. Has a high resistance to erosion c. Is able to support plant growth � 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. 4. pH: 5.5 to $.S. 4. Liquid Limit: 50 or less S. Plasticity index: 2D or [ess 6. Gradation: �n�imum of 10 percent passing No. 200 siev� B. Water: Clean and free of industrial was�es and oEher substances harmful to the grovv�h of �egetation 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CQNTROL [NOT USED] PART 3 - EXECUTiON 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOTUSED] 3.3 PREPARATi�N [NOT USED) 3.4 INSTALLATION A. Finishing of Paekways 1. Smoothly shape parlcways, shaulders, slopes, and ditches. 2. Cut parkways to finish grade prior to the placing of any improvements En ot� adjacent Yo the roadway. 3. In the even� that unsuitable material for parkways is encountered, extend the depth of excavaiion in the parkways 6 inches and backf�E with top sail. 4. Make standard parkway grade perpendicuiar to and draining to the curb ]ine. a. Minimum: 1/4 inch per foot � b. Maximum: 4: ] c. City may approve variations from these requirements in special cases. 5. Whene�er the adjacent p3�operty is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. CT`fY OF FORT WURT[1 Wesf 7°i Streel Tmprovements 5'CANDAItD COI+ISTRUCTiOIV SPECIFICAT[ON DOCUMtiN"i�5 City Prajccl Na, 101555 Revised Deccmber 2Q 2012 3241 19-3 TOPSOIL PLACEMENT AND PiNiSF�IN(i 0�= PARKWAYS Page 3 of 3 3.5 3.6 3.� 3.8 3.9 3.10 3.! 1 3.12 3.13 3.14 6. The design grade from the parkway ex#ends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope af4:1. B. Placing of Topsoil 1. Spread the topsoil to a uni%rm loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of S feet from al! flatwark. 4. Tamp the topsoil with a light roller or other suita6le equipment. REPAiR/RESTORATION] [NOT USED] RE-[NSTALLATION �NOT USED� FiELD QUALITY CONTROL [NOT i1SED] SYSTEM STARTUP [NOT USED] ADJUSTING [NOT USED] CLEANiNG [NOT USED] CLO�EOUT ACT[VITTES [NOT USED] PROTECTION [NOT USED] MAINTENANCE [NOT USED] � ATTACHMENTS �NOT USED] END OF SECTI�N CITY OT' FORT WORTH West 7'� Slrcct Improvements S'fA[�TDARD CDNSTRUCTIOM SPL'CIFICATION DbCUIvIENTS � Ciry Project No_ 101555 Revised December 20, 2012 City of Fort Worth West 7th Street SECTION 3� 93 00 - PLANTS PART1- GENERAL 11 SUMMARY A. Section Includes: 1. Plants. 2. Tree-watering devices. 3. Landscape edgings. B. Related Requirements: 1. Division 01 Specification Sections apply to Work af tl�is Section. l.2 DEFINITIONS A. Back�iIl; The earth used to replace ar the act of replacing earth in an excavation. B. Pesticide: A substance or mixture intended for preventing, dest�roying, repelling, or mitigatin� a pest. Pesticides include insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. They also include substances or mixtures intended for use as a plant reguiator, defoliant, ar desiccant. Some sources classify hcrbicides separately from pesticides. C. Planting Soil: Existing, on-site soil; izx�ported soil; or manufactured soil that has been modified with soil amen�ments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 32 9fl 13 "Soil Preparation" for drawing designations for planting soils. D. Root Flare: Also called "titiu�k flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition -between the root . system and the stem or trunk. 1.3 PREINSTALL�ITION MEETTNGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples of each type of mulch. 1.5 INFORMATIONAL SUBMITTALS A. Product certificates. B. Sample warranty. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. 03956518 PLANTS 32 93 00 - 1 0912020 City of Fort Worth West 7tli Street 1.7 QUALI'I'Y ASSURANCE . A. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisar on Project site when work is in progress. 1. Pesticide Applicator: State licensed, commercial. B. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver hare-root stock plants within 24 hours of digging. Immediately after digging up bare-root stock, pack root system in wet straw, hay, or other suitable material to keep root system moist until p�anting. Transport in co�ered, temperature-controlled vehicles, an�f keep plants cooi and protected from sun and wind at all times. B. Do not prune trees and shrubs before delivery. Froteci 6ark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying daraage. Do not bend or bind-tie #rees or shrubs in such a manner as to destray their natural shape. Provide protective covering o£ plants during shipping and delivery. Do not drop plants during deli�ery and handling. C. Handle planting stock by root ball. D. Store bulbs, coz-ims, and tubers in a dry piace at 60 to 65 deg F until planting. E. Deliver plants after preparations for planting have been completed, . and install immediat�ly. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect {sun, tiltered sun, or shade), protect from weather and mechanical datnage, and keep raots moist. 1.9 W�1RR�lNTY A. Special Warranty: installer agrees to repair or replace plantings and accessories that fail in materials, workrnanship, or growtl� within specified warranty period. I. Failures include, but are not limited to, the foliowing: a. Death and unsatisfactory growth, except far defects resulting from abuse, lack of adequate maintenance, or neglect by Owner. b. Structural failures including plantings falling or blowing over. 2. Warranty Periods: From daCe of Substantial Completion. a. Trees, Shrubs, Vines, and Ornamental Grasses: 24 months. b. Ground Covers, Bz�nnials, Perennials, and Other Plants: 24 months. c. Annuals: Two months. PART � - PRODUCTS 2.1 PLANT MATERIAL A. Gcneral: Fumish nursery-grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant List, Plant Schedule, or Plant Legend indicated on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transpfanting or root pruning. Provide well-shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasior�s, and disfigurement. 03956518 PLANTS 32 93 00 - 2 09/2020 City of Fort Worth West 7th Street B. Root-Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which begins at root flare according to ANSI Z60.1. Root flare shaIl be visible hefore planting. C. Fertilizer shall be a naturally occuring organic Glauconite with a fer�ilizer ratio of 1:1. 1. Use Texas Greensand as produced by Soil Building Systems ar Living Earth Technologies. 2. Same and Specification Submittal: 5ubmit a producer's Specification and I Quart sample of tl�e composi proposed to be used for Owner's approval. 2.2 MULC�-IES A. Organic Mulch: Shredded hardwood . 2.3 WEED-CONTRQL BARKIERS A. Nonwoven Geotextile Filter Fabric: Polypropylene or polyester fabric, 3 oz./sq. yd. minimum, composed of fibers formed into a stable network so that fibers retain their relative position. Fabric shall be inert to biological degradation and resist naturally encountered chemieals, a�kalis, and acids. B. Cotnposite Fabric: Woven, needle-punched polypropylene substrate bonded to a nonwoven polypropylene fabrie, 4.8 oz./sq. yd.. 2.4 PESTICIDES A. General: Pesticide registered and approved by the EPA, acceptable to authorities having jurisdiction, arid of type recommended by manuFacturer far each specific problcm and as required for Project conditians and application. Do not use z-estricted pesticides unless authorized in writing by authorities having jurisdiction. Any pesticide must comply with . AISD Integrated Pest Managerx��nt Policy. 2.5 LANDSCAPE EDGINGS A. Steel Edging: Standard commercial-steel edging, fabricated in sections of standard lengths, with loops stamped from or welded to face of sections to receive stakes. 1, Manufacturers: Subject to compliance with requirements, available manufacturers affering products that may be incorporated into the Work include, but are not limited to, the following: a. Border Cancepts, Inc. b. Collier Metal Specialties, Inc. c. J. D. Russell Com}�any (The}. d. Sure-loc Edging Cnrporation. 2. Edging Size: 1/8 inch thick by 6 inches deep. 3. Finish: Manufacturer's standard paint Zinc coated. � a. Sure-loc Edging Corporatian. b. Spectrum Products, Inc. 03956518 PLANTS 32 93 00 - 3 a9izoao Ci�y of �'ort Worth West 7th Street PART 3 - EXECUTION 3.1 PLANTTNG AAEA ESTABLISHMENT A. General: Prepare planting area for soil placem�nt and mix planting sail according to Section 32 91 13 "Soil Preparatian." B. Before planting, obtain Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.2 EXCAVATION FOR TREES AND SHRUBS A. . Planting Pits and Trenches: Excavate circular planting pits. 1. Excavate planting pits with sides sloping inward at a 45-degree angle. Excavations with �ertical sides are unacceptable. Trim perimeter of bottom leaving center area of battom raised sIightly to support root ball and assist in drainage away from center, � Da not furfher disturb base. Ensure that roat ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. 2. Excavate at least 12 inches wider than root spread and deep enough to accommodate vertical raots for bare-root stock. 3. Do not excavate deeper than depth of the root ball, measured from the root flare ta the bottom af the root ball. 3.3 TREE, SHRUB, AND VINE PLANTING A. Inspection: At time of planting, �erify thak root fIare is yisible at top of root ball according to ANSI Z60. I. If root flare is not �isible, remove soil in a level manner from the root ball to where the top-most root emerges from the trunk. Aftcr soil removal to expose the root �lare, verify that root ball still meets size requirements. $. Roots: Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. C. Set each plant plurz�b and in center of planting pit or trench wrth root flare 1 inch above adjacent finish grades. 1. Container-Grown �tack: Carefully remove root ball irom container without damaging root ball or plant. 2. Fahric Bag-Grown Stock: Carefully remove root ball from fabric bag without damaging root ball or plant. Do not use planting stock if root ball is cracked or broken before or during planting operation. 3. Bare-Root Stock: Support stem of each plant and spread roots without tangling or turning toward surface. Plumb before backfilling, and maintain plumb while warking. Carefully work backfill around roots by hand. Bring roots into close contact with tl�e soil. 4. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly 6efore placing remaind�r of backfill. Repeat watering uniil no more water is absorbed. 5. Place planting tablets equally distributed around each planting pit when pit .is approximately one-half filled. Place tablets beside the root ball about 1 inch from root tips; do not place tablets in bottom of the hole. a. Bare-lZoot Stock: Place tablets besid� soil-covered rants; do not place tablets touching the roots. 039565i8 PLANTS 32 93.00 - 4 09/2020 City of Fort Warth V�Iest 7th Street b. Quantity: As indicated on Drawings. 6. Continue backfilling process. Water again af�er placing and tazx�ping �nal layer of soil. D. Slopes: When planting on slopes, set the p1anE so the root flare on the uphill side is flush with the surrounding soil on the slope; the edge of the root ball on the downhill side will be above the surrounding soil. AppIy enaugh soil to covar the downhili szde of the root ball. 3.4 TREE, SHRUB, AND VINE PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune, thin, and shape trees, shrubs, and vines as directed by Architect. C. Frune, thin, and shape trees, shrubs, and vines according to standard pro%ssianal horticultural and arboricultural practices. Unless otherwise indicated by Architect, do not cut tree leaders; remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. D. Do not apply pruning paint to wounds. 3.5 GROUND COVER AND PLANT PLANTING A, Set out and space ground cover and plants other than trees, shrubs, and vines 12 inches apar� in even rows with triangular spacing. B. Dig holes large er�ough to allow spreading of roots. C. Work soil around roots to eliminate air pockets and leave a slight saucer indentation aro�xnd plants to hold water. D. Water thoroughly after planting, taking care not to covez' plant crowns with wet soil. E. Protect pIants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. 3.6 PLANTING AREA MULCHING A. Install weed-control barriers before mulching according to manufacturer's written instructions. Compietely cover ar�a to be mulched, overlapping edges a minimum of 6 inchesand secure seams with galvanized pins. B. Mulch backflled surfaces of planting areas and other areas indicated. L 'I'rees and Treelike Shrubs in Turf Areas: Apply mineral m�Ich ring of 3-inch average thickness, with 36-inch radius around trunks or stems. Do not place mulch . within 3 i�ches of trunks or stems. 2. Mineral Mulch in Fianting Areas: Apply 3-inch a�erxge thickness of mineral mulch extending 12 inches beyond edge of inciividuaf planting pit or trench, and finish level with adjacent �nish grades. Do r�ot place muIch within 3 inches of trunks or • stems. 3. MuIch Type: 3/4-inch angular crushed granite/stone -(Canadian Small) - color: Tan; available from Whiz-Q-Stone (www.Whiz-q.com}, 1/2- to 1-1/2-inch New Mexico River Rock - color: Tan, available from DFV�I Stone (dfwstonesupply.com) or approved equal. 3.7 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivatin.g, watering, weeding, fertilizing, mulching, restoring planting saucers, resetting to �proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. 0395651 S PLANTS 32 93 00 - 5 09/2020 � City of Fart Worth West 7th Street B. Fill in, as necessary, soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or Iost in areas af subsidence. C. Apply treatments as required to keep plant materials, planted areas, and sails Free oF pests and pathogens or disease. Use integrated pest management practices when possible to minimize use of pesticides and reduce hazards. Treatments include physical controls such as hosing off foliage,lnechanical controls such as traps, and biologica� control agents. D. Apply pesticides and other chemical products and $iological control agents according to authorities having jurisdicEion and man�facturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. E. Protect pIants from damage due to landscape aperations and operations of other con�iractors and trades. Maintain protection during instal�ation and maintenance periods. Treat, repair, or replace damaged plantings. 3.8 MAINTENANCE SERVICE A. Maintenance Service: Provide maintenance by skiljed employees af landscape InstalIer. Maintain as required in "Plant Main#enance" Article. Begin maintenance immediately after plants are instaIled and continue until plantings are acceptably healthy and well established, but for not less than maintenance period belovcr: 1. Maintenance Period far Trees and Shrubs: Three months from date of Substantial Completion. 2. Maintenance Period for Ground Cover and Other Plants: Three months from date of Substantial Completion. END OF SECTION 03956�18 PLANTS 32 93 00 - 6 09L2020 32 93 43 - 1 TIth,ES AIVi) SHRUBS Page l of 8 SECTION 32 93 43 - TREES AND SHRUBS PART 1 - G�NERAL 1.1 SUMMARY A. Sectian Includes: 1. Tree and shrub planting and maintenance within street �•ig�t-of-way and easements. 2. Tree rer►�oval and transplant is to be perfo�-med in accordance with Section 31 l0 00 B. Deviations from this City of Fort Wo�th �tandard Specification 1. None. C. Related Specification Sections i�clude, but are not necessarily limited to: 1. Division 0-�idding Requirements, Contract Forms, and Conditions of the ContracE 2. Divisian 1- General Requirements 3. Section 3� 10 00 — Site Clearing 4. Section 32 92 13 - Hydromulching, 5eeding and 5odcfing 5. Section 32 91 19 - Topsoil Placert��nt and Finishi�►g ofParkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment � 1. Plant Tree a. Measurement 1} Measurement for this Item shall be per each by caliper inch. b. Payment 1) The work performed and materials furnished in accordance� with this Item and measured as provzded under "Measurement" will be paid for at the unit price bid �er each tree to be Planted 6y caliper inch. c. T"he price bid shail include: I) Furnishing and insialling trees 2) Hauling 3) Grading ancE 6ackfilling 4) Excavation 5) Ferkilization b) Water 7} Removing and disposing of surplus material 1.3 REFERENCES A. Reference Standards I. Reference standards cited in this specification refer to the cun�nt reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American National Standards Instiiute (ANSI): a. ANSI Z60. l, American Standard for Nursery Stock 3. Hortus Third, The Staff of the L.H. Bailey Hot�torium. I 976. MacMillan Publishing Co., New York. CITY 01� FORT WORTH West 7'� Strect improvcmcnts 57'A[�fDARD GONSTRUC7'lON SPTiCIFICATEON DOCUMI:NTS City I'rojectlVo. 1fli555 Revised E]cccmber 20, 2012 329343-2 TREES ANI) SHIZUBS Page 2 of S 1.4 ADMiNISTRATIVE REQUIREMENTS �NOT USED] 1.5 ACTION SUBMITTALS (NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Tree data: Submit certifcation ft•om supplier that each type of tree conforms ta specification requirements. 1.7 CLOSEOUT SUBMITTALS �TTQT USED] 1.8 MAINTENANCE MATER[AL SUBMITTALS �NOT USED] 1.9 QUALITY ASSURANCE A. Coardination 1. Coordinate with City Forester prior to beginning construction activities ad�acent to or that wi11 impact existing trees and shrubs. B. Qualifications i. Landscaper specialized in ]andscape and p]anting work C. Substitutions t. Not permifted unless appro�ed by City when specified planting materia[ is not obtainable a. 5ubmit proof of nan-a�ailabiiity together with proposal for use of equi�alent m aterial. b. Substitutions of larger size or b�tter grade than specified will be allowed upon approval by City Forester, but with no increase in unit price. 1.10 DELIV�RY, STORAGE, AND HANDLING A. Do not remo�ve cantainer gk-own stock from containers before time ofplanting, B. Delivery and Acceptance Requirements 1. Ship trees with Ceriificates of Inspection as required by governing authorities. 2. Labe1 each tree and shrub vvith securely attached wateiproof tag bearing [egible desEgnation af batanical and common name. 3. Use protecti�e covering during delive�y. 4. Deliver packaged materials in fully labeled original containers showing weight, analysis and name of manufacturer. C. Storage and Handiing Requirements � 1. Protect materials from deterioratian du�-ing delivery, and while stored a� Site. 2. Do not prune prior to installation. 3. Do not bend or bind-tie t+-ees ot• shrubs in such manner as to datnage bark, break branches, or cEestroy naturaE shape. ] . ] 1 FIELD GONDITIONS [NOT USED] C[TY OP I�(3RT WORTH West 7�' Streei impro�cments STAIVT)A1ZD CONSTRUCTIOT�f S]'EC1F[CATION DOCUMEN"fS City Projecl No. 1OL555 Rc�ised December 20, 2fl12 32 93 A3 - 3 TREES AIVT] SHRi7B5 Page 3 of 8 1.12 W A RRANTY A. Warranty Period: 12 months after job acceptance B. Warrant trees against defects including: l. Death 2. Unsatisfactory growth ;. Loss of shape due to improper pruning, maintenance, or weather conditions C. Plumb leaning trees during wan•anty period. D. Reinove and replace n•ees found to be dead during warranty period. E. Remove and replace t�-ees which at�e in doubtful conditian at end of warranty period, ot� wher� appxoved by City, extend warranty period for trees for full g�-owing season. PART�-PRODUCTS 2.1 OWNER-FURNiSHED PR�DUCTS [NOT USED] �.2 MATERIALS A. General 1. Plants shall be true ta species and variety specified, grown under climatic conditions similar to ihose in the locality of the project fo�• at teast 2 years and have 6een freshly dug during Che most recent favorable har�est seasan. 2. Al] plant names and descriptions are as defineci in Hortus Third. 3. All plants are to be grown and harvested in accardance with the American 5tandard for Nursery Stock. 4. Unless approved 6y the City Foreste�•, plants sha�l have been grown in a latitude not more than 200 miles notth oj• south of the latitude of the project unless the proveraance of the plant can be documented to be compatible with the �atitude and cold hardiness zone of the p}anting location. B. Trees �. Pravide container grown trees which aie straight and symmetricaE and ha�e persistently preferred main leader. 2. Mark the tree's north orientation in the nursery for all deciduous trees grown in the field with a 1-inch diameter spot of white paint on i�e iree trunk within the bottom twelve inches of the trunk. 3. Crown shall be in good overall proportaon to entire height oF tree with branching configuration as recommended by ANSI Z60.1 for type and species specified. � 4. Trees designated as balled and burlapped (B&B) shall be properly dug with Frm, natural 6alls of soil retaining as many fibrous roots as possible, in sizes and shapes as specifed in the American Standard for Nuisery Stock. Balls sha11 be frmly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsynthetic, rottable twine. The root collar shall 6e apparent at surface of ball, Trees with loose, 6roken, processed, or nraanufactured root balls will not �e accepted, except with special written appro�+al before pianting. 5. Where clump is specified, furnish plant having minirnum of three stems originating from common base at ground line. CITY OF FORT WORTH West 7°i Street Improvements STAN�ARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry ProjectNo. 101555 Revised December 2Q 2012 329343-4 '1'REES AI�IT7 SFCiZ[JBS Page 4 uF8 6. Measure tt�ees by average caliper of trunk as folfows: a. For trunks up to 4 inches or less in diameter, measure caliper 6 inches abo�e top of roat ba]]. b. For trunks more than 4 inches, measure caliper 12 inches above top of root 7 ball. c. Caliper measurements l) By diarneter tape measure 2) indica#ed calipers on Drawings are minimum 3} Averaging of plant caliber: not permitted Trees shall conform to following requirements: a. Healthy � b. Vigorous stock c. Grown in recagnized nursery d. Free of: • 1) Disease 2) Insects 3) Eggs 4} Larvae 5} Def�cts such as: (a) Knots {b) Sun-scald (c) Injuries (d) Abrasions (e) DisFgurernent (fl Borers and infestations C. Soil Products .1. Topsoil: Se� 32 91 19. 2. Peat moss, mulch and fertilizer: Use material recommended by �ity Forester for establishment of healthy stock after replanting. D. Stakes and Guys 1. Pro�ide mini�num 8-foot lon� steel T-stakes and 1 inch wide plastic tree ehains. 2. Where applicable for anchoring trees, use wooddeadmen: a. Minimum: 2-inch by 4-inch stock b. Minimum: 3b inches long and buried 3 feet. c. Provide white sut-veyor's plastic tape for flagging tree guys. E. Tree Wrap, Twine and Sea] 1. Wrap � a. Firsf quality b. Bituminous impregnated tape c. Corrugated or crepe paper, specifically manufact�red for tree wrappin� and ha�ing c�ualities to resist insect infestation 2. Twine a. Lightly tan•ed, medium-coarse sisaE (lath} yarn b. Do not use nails or staples to fasten wrapping , 3. Seal: Cammercially available tree wound dr�ssing specitically produced for use in sealing tree cuts and wounds F. Water: clean and free af �ndustrial wastes or other substances harmful io the growth of the tree CITY OP FORT WORTH Wcst 7�' Street Fmpro�emeuts STANI]ARD CONS'I�UC'f]ON SPECiPICA7']ON DOCUM�;N`]'S Gity Pro�ec[ TTo. 101555 Revfsed Decemher 20, 2p12 329343-5 TREI;S A1VD SIIRIJBS Page 5 of 8 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALiTY CONTROL A. Notify City, prior to installation, of location where trees that have been selected for planting tnay be inspected. B. Plant material will be inspected for compliance with following requirements. 1. Genus, species, variety, size and q�a[ity 2. Size and condition of balls and root systems, insects, injuries and latent defects PART 3 - EXECUTiON [NOT USED] 3.1 INSTALLERS {NOT USED] 3.2 EXAMiNATION [NOT USED] 3.3 PREPARATION A. Genei�al I. Schedule work so that planting can proceed rapidly as portions of site become available. 2. Plant trees after final grades are estab�ished and prior to seeding or sodding. 3. When planting oitrees occurs after seeding work, protect seeded areas and promptly repatr damage to seedecE areas resulting frorn tree planting operatians in compliance with requirements of SecCion 32 92 13. 4. Layout individua� trees at locations shown on Drawings. 5. In case of conflicts, notify City before proceeding with work. 6. Stake tE�ees far City approval. B. Prepat•ation of Planting Soi] l. Sefo��e rraixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful o� toxic to plant grawth. 2. Strip and utilize 4 inch layer of top soil fro�n existing ground. 3. Delay r►�ixing of fer�ilizer when planting will not follow piacing of planting soit within 48 hours. 4. Tncnrporate amenrfinents into soiE as part of soil preparation process prior to fine grading, fertilizing, and planting. 5. Broadca�t or spread amendments evenly at specified rate aver planting area. 6. Thoroughly incoi-porate amendments into top 3 or 4 inches of soi! until amendments are pulveriz�d and have become homogeneous layet- of topsoil ready for planting. 3.4 INSTALLATION A. Planting 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. 2. Provide Following minimum widths: . a. 15 gallon containers or �arger, 2%et wider than diameter of root ball b. 1 and 5 gallon containers, 6 inches wider than diarr�eter of roat ball 3. When conditions detrimental to ptant growth are encountered, such as unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before planting. CI'fY OF FORT WORTH Wesi 7"' Street Impmvements STANDARD CO1+15'1'RUCTION SP�ClI'ICATION DOCUMENTS City Project Nn. 10 ] 555 Revised December 2Q 2012 329343-b TK�ES Ai�ID SHAUBS 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. Yuge fi of 8 Deli�er trees af�er prepa�•ations For planting have been completed and plant immediatety. When planting is delayed more than 6 hours af�er delivery a. Set trees and shrubs in shade. b. Protect from weather and mechanical damage. c. ICeep roots moist by co�ermg with mulch, burlap, or other acceptable means of retaining mois#ure, and water as needed. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Da not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. Remo�e plastic, paper, or fibrous pots from the containerized plant mat�rial. Pull roots out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. Cut ropes or strings from the top of roat balls and hees after plant has been set. Re�nave burlap or cloth wrapping and any wire baskets frorn around top half of 6alls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. Set root bal] on undisturbed soil in center of pit ar trench arid plumb plant. Place plants at le�el that, after settfemeni, natural relationship of plant crown with ground surface wi[� be establisl�ed. When set, place additional backfill around base and sides of ba11, and work each layer to settle backfill and eliminate voids and air pockets. When excavation is appj-oxirr�ately 213 full, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Dish top of backfil� ta ailow for mulching. Mulch pits, trenches and planted areas. a. All trees, sh�-ubs and other plantings w�ll be rreulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mu[ch must not be placed within 3 inches of the trunks of trees and shrubs. Provide 2 to 4 inch thic[�ness of mulch, work into top of backfill, and finish level with adjacent �inish grades. Cover entire root ball. 18. Prune a. Plants sha[j not be heavily pruned at the time af planting. Pruning is required at planting to correct defects in the tree structure, including ��emoval of injurec! branches, double leaders, watersprouts, suckers, and interfering branches. Healthy lower branches and interior small twigs should not be removed except as necessary to clear walks and roads. In no case should more than 1/4 of the branching structure be remo�ed. Retain #he normal shape of the plant. b. All pruning shall be completed using clean sharp tooEs. All cuts shal[ beclean and smooth, with the bark intact with no rough edges or tears. c. Except in circumstances dictated by the needs af specific pruning p��actices, tree paint sha�1 not be used. The use of tree paint shall be only upon appro�al of the City Forester. Tree paint, when required, shall be paint specificalty formulated and manufactured for horticultura[ use. 19. Prune trees to retain require� height and spread. CTTY OP PORT WORTH , Wcsl7�' Strect [mpra�ements STANE7ART) CONSTRUCTION SPECIl�ICA'P[ON DOCUMEN'CS City Yroject No. 101555 Rcvfscd ncccmbcr 20, 2012 32 93 43 - ? TREtiS AND SI ERUBS Page 7 oF 8 20. Do not cut tree leaders, and remove only injured and dead branches from flowering trees. 21. Remove and replace excessively pruned or• misformed stock resuEting from improper pruning. 22. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. 23. Guy and stake trees immediately after pla.r►ting. B. Moving Existing Trees I. Coordinate tz-ee moving and replar�ting with City Forester during dormant growth season. 2.. Provide tree spad� of adequate size as directed by City Forestez�. 3.5 REPAIR/RESTORATION [NOT USED] 3.b RE-[NSTALLA`TION [NOT USED] 3.7 FIELD QUALITY CONTROL A. City may reject unsatisfactory or defective matet•ial at anytime during progeess ofwork. B. Remove zejected trees immediately frot�► site and replace with specifedmaterials. C. Plant material not installed in accordance with these Specifcations will berejected. D. An inspection to determine final acceptance will be conducted by City at end of 12 month maintenance period. E. Waeranty periods provided for in paragraph 1.12A. 3.8 SYSTEM STARTUP [NOT C]SED] 3.9 ADJUS'FING [NOT USED] 3.10 CLEANING A. During planting woi•k, keep pavements clean and work area in orderly conditian. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On-site burning of cambustible cleared materiais shall not be perm itted. � 3.I 1 CL05EOUT AC'CIVITiES [NOT USBD] 3.1.2 PROTECTiON A. Pi�otect planting work ar�d materials irom damage due to planting operations. B. Maintain protection during installation and maintenance period. C. Treat, repair, or replace damaged planting wark. . 3.13 MAiNTENANCE A. Maintenance Aeriod shall be i 2 months af�er final acceptance. B. During the maintenance period if a work schedule and frequency are not shown on the Drawings, perform the minimum cequirements shown below: 1. Water trees to full depth a minimum of once each week or as required to maintain hea9thy, vigorous growth. 2. Prune, cultivate, and weed as required for healthy gcowth. CTTY OF FORT WORTH West 7�' Strecl [mprovements STANDARD CONSTRUC'CION $PEC[FICATID]V DOGUME]�I`CS City Pra�cct No. l O1555 Revised Decembcr 20, 2012 329343-8 T12EES ANT] SHRUBS Page S of 8 3. Restore planting saucers. 4. Tighten and repair stake and guy suppot-ts, and reset treea and shrubs to proper grades or �ei�tical pasition as required. 5. Restore or replace damaged wrappings. 6. Spray as required to keep trees and shrubs free of insects and cEisease. 7. Cantractor shal! a-epEace any plant that does not survi�e. It shall be rep[aced as soon as it is determined no langer alive. Contractor is to maintain new plants as described above �intil grov�ih is established and maintenance �eriod expires uniess waived by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTFON CITY QF PORT WOKTH West 7'�' Street Improvcments S7'ANDAitC] CONSTR[IC'rll�N SPECIF[CATIOI�i DdELTMT;N'f5 City E'roject Nu. 1{11555 Re�ised T)ecemher 20, 2012 City of Fort Wo�-�h West 7'� Street SECTION 32 94 b4 - TREE PLANTING PART 1 - GENERAL 1.1 SUMMARY A. This wo�-k includes all #inal fine grading and minor leveling of planting areas, soil preparation, and planting. Furnish all IaboE•, matet•ials, equiprr�ent and services required as herein speci�ed and indicated or� the drawings. Refer to planting details an plans. B. Related Requirements: � 1. Di�ision Ol Specifications Sections apply to Work of this Section. 2. Section 31 20 00 "Ea�-thwork." 3. Section 32 84 00 "Ir��igation System." 1.2 QUALiTY ASSURANCE A. General: Comply with applicab[e federal, state, county, and Iacal regulations governing landscape materials and work. B. Employ only experienced personnel familiar with requared work. Provide adequate supervision by qualified foremen. � C. Provide quantity, size, genus, species, and variery of t�-ees, sht-ubs, o��namenta] grasses and groundcover indtcated and scheduled fnr tandscape work and complying with applicabte requirements of ANSI Z60.1, American Standard for Nursery Stock. D. Measurements: Measure trees wEth branches and trunks or canes in their normal position. Do not prune to obtain t�eyuired sizes. Take caliper measurements six inches above ground for trees up to and includir�g 4-inch caliper size, and twetve inches above ground for larger sizes. Measure main body of all plant material of height and spread di�-nensions, do not measure from branch or root tip-io-tip. B. Inspection: Plants shall be approved by Architect before planting, for compliance with requirement for genus, species, �ariety, size, and quafity. Eveiy canopy and accent tree shall be app�•oved by Landscape Architect before planting occurs. Landscape A�•chitect retains right to further inspect plants for size ancE condition oi 6a[Is and root systems, insects, injuries, and latent defects, and to reject unsatisfactory or defective materials at any time during progress of work. The Contractor shall remove rejected piant materials immediately from project site and� replace with acceptable material at no additior�al cast tv the Owner. 1.3 DELIVERY, HANDLING AND 5`I'ORAGE A. Delivety of Trees: Da nat prune prior to deli�ery, except as approved by Landscape Architect. Provide adequate protection of root systems fi•om drying winds and sun. Da not bend or bind-tic tr�es ir� such a manner as to damage bark, break tiranches, or destroy natural shape. Provide protective covering during delivery. Any tree in full leafwill 6e sprayed with anti-desiccant prior to delivery. � B. Deliver trees after preparations for planting have been completed and plant immediately. Iiplanting is delayed mare than six hours after delivery, set plant materials and tt-ees in shade, protect from weather and mechanical da�nage, and keep roots moist: C. Do not remove container grown stock from containers before tirr�e oF planting. D. While awaiting planting do not store any plani materials on conc�ete, asphali or any surfaces which r•e#�ect la�•ge amaunts of heat during storage. 03956518 TREE Pi,ANTING 32 94 00 - 1 Q712020 City of Fort Wort[� West 7t" Street 1.4 JOB C�NDiTIONS A. Timing: Trec .planting shall nat take place June through August, except as approvec� by the Landscape Architect. A planting schedule shall be submitted to the �.andscape Architect for approval. B. Coordinatior► with Lawns: Protect existing [awn areas to the greatest extent practical during construction. Seed all areas disturbed during construction with approved grass. I .5 GUARANTEE AND REPLACEMENT A. AlI plant materia[ installed under the Contract shall 6e guaranieecf to ramain al�ve and in healthy, vigorous condition for a period of 2 years after date of written Final Acceptance of project landscape installation. B. Replace all plant materials that are dead, dying, unhealthy or unsightiy as determined by the Architect. Replacements shall be in accordance with the drawings and specifications ancf shall be guaranteed as set forth in Section A above. The cost of replacements is at the Contractar's expense. Material is to be replaced within l S days of written notice by Owner or Architect. C. Waeranty shall nat include damage or loss of plants due to Acts of God, theft, fl�•e, acts o#� vandalism, ar negligence on the part of ihe Owner, as determined by Architect. D. Contractor shal! remove all wrapping materials per tree planting details and remove staking at the end oF the first year of the guarantee period. PART 2 - PRODUCTS 2.l TOPSOIL A. Nati�e Topsoil: Suff cient quantities of onsite #opsoif are no# a�ailable, therefore offsite sources may be used upon approval af the Landscape Architect. 2.2 SOIL AMENDMEN�S TO EXiSTTNG TOPSOIL A. Fei-�ilizer: 1. Shal! be arganic fertilizer containing the following minimum percentages of avaitable plant nourishment, l�y weight 5-3-2 {N-P-K), such as Garden-Vi11e Soil Food, Sustane, or approved et�uat. 2. Fertilizer shall be delivered mixed as.speci�ed in standard size bags, showing weight, analysis, and name of manufacturer, and shall be stored in a weatherproof starage place, and in such a manner that it will be kept dry and 'its effect��eness will not be impaired. Any fertiiizer which becomes caked or otherwise damaged, making it unsuitable far use, will not b� accepted. a. Specification submittal: Submit a sampie IabeE or specification of the f�rtiiizer prapased ta be used for approval of Architect. B. Campost: 1. Shall be decomposed, sterile organic materia] such as cotton hulls, pine bark, or sterile manure products or appro�ved equal. This maEerial shall have �7een compos#ed at ]east 4 rr�onths and shall be free of fungus, grass, weed seed, debt•is, or any toxic substances, as pt-oduced by Soil B�.rilding Systems, inc., Dallas, Texas; Texas Earth Resources, Irac., Dallas, Texas; or appro�ed equal. a. Sample and Specification Submittal: Subm�t a producer's specification and a 1-quart sample of the compost proposed ta be used for the Owner's approval. 0395b51 S TREE PLANT'ING 32- 94 00 - 2 07/2020 City of Fort Worth West 7`" Street C. Root Stimulator: Shall be liquified seaweed, Maxicrop brand, or approved equal. D. Mulch: �ha11 be shredded hardwood or shredded c�cEar bark, fi�ee of stFcks, siones, clay or other foreign materials. l. Submittal: Submit a 1-quart sample of proposed mulch for approval by Owner. E. Weed Contro��er; Shall be "Green Light" Organic Spot Weeder, Bioganic Spot Weeder Ready-to-Use, or Ortho Ecoser�se Brand Organic Weed and Grass Killer or approved equal. F. Contractor shall supply Architect with copies of the invoices and delivery tickets for all soil amendrt�ents. � G. Water: Water shall be availab9e at the site via irrigation system. Water required in connection � with planting will be furnished and paid for by Owner provided it is not used in a wasteful manner. Any hose or other watering equiprr�eni shali be provided by Cantractor to water planting areas until the job is accepted by Owner. H. Sample and Specifieation Submittal: Submii a producer's specification and a 1-quart sample of each soil amendment proposed to be used for Ownei•'s approval. 2.3 TEMPORARY IRRIGATI�N A. All trees nat covered by tne proposed irrigation must be irrigated with temporary irrigaCion bags. Drip irrigation bag shall be Treegatoi, or approved equal. 2.4 TREE STAKING A. A11 trees shal.l be staked and guyed per the tree planting detail(s) shown in the plans. At the end of the first year of the guarantee period, Contractor shall remove all staEces and guys. 2.5 PLANT MATERiAL A. GeneraL• Provide container grown plant materials, except as otherwise indicated, gmwn in a recognized nursery in accor-dance with good harticultural practice, with healthy root systems developed by transplanting or root pruning. Aro�ide only healthy stock iree oi disease, insec.ts, eggs, lar�ae, and defects such as knots, sun scald, injuries, abrasions, or disfigurement. Trunks will be centered in root ball. Fruning cuts largei• than 2 inches will be cause for rejection of plant material. If Contractor prov�s that container grown trees of the specified type and size are unavailable Architect.may approve balled and burlapped stock or make substiiutions. B. Plant Name and Lacation: The names and iocations of all plants are noted in the drawings. The nomenclatu�•e of all plant materials is per Hortus Third by L. H. Baiiey. Plant matet-ials not con%rming with these two references will be rejected-by the Landscape Architect. C. Quality and Size: Ali plant materials shall be first class representatives of their normal species or variety unless otherwise speci�ed. They shall have a habit of grovwth that is normal for the species and shall be healthy, shapely, we�l-rooted, and vigorous. Alt plant materials shall be free fi•om insect pests, plant diseases, and inju�-ies. The containers ancf balls of a!I plants delivered to the site shall be free from any weeds or grasses which could be considered noxious or objectionable; i.e., nutgrass or 7ohnsongrass. ALL PLANT MATERiALS SHALL BE � UAL TQ OR EXCEED THE MEASUREMENTS SPECIFIED ON THE PLANTCNG PLAN WHICH ARE THE MINiMUM ACCEPTABLE SIZES. They shali be measured after pruning with the branches in normal position. The requirements for measurement, branching, grading, quality, balling and burlapping of plants specified generally follow the code of the standards currently recommended by the Arr�erican Association ofNurserymen, Inc., in the Arneriean Standa�ds for Nursery Stack. 0395651 S TREE PLANTING 32 94 00 - 3 0'7/2020 City of For�t Warth West 7th Street D. Labe1 at least one tree of each variety with a securely attached waterproof tag 6earing legible designation of botanical and common naene. E. Rejection of Plants: Landscape Architect shall approve plants prior to pianting. Plant �naterial having any of the foll4wing features, but not limited to, will be subject to rejectian: 1. An excessive amount of abrasions of the bark. 2. Dried or damaged root system. 3. Dried oe damaged top wood of deciduous plants, or dried or damaged foliage and top wood of evergreens. � 4. Prematurely opened or damaged buds. 5. Disease or insect infestation, including eggs or lar�ae. 6. Dry, loose, cracked, broken, and/or undersized balls or cor�tainers which do not eoilform to the sizes shown on the plans. ' 7: Evidence of heating, malding, freezing, wind burn, sun scald, etc. 8. Container plants that are o�ergrown or root-bound. 4. Plants with bench balls {roots repacked with soil). 10, Plant balls encased in nonbiodegradable plastic ar other impervious material. 1 l. Field grown, or collected plants, ta�ansplanted into confainers less than 6 months earlier. 12. Trees which have damaged, pruned, craoked, malformed, or multiple leaders, un]ess multiple Ieaders are specified or at•e normal for the species. 13. Plants with disfiguring knots or fi-esh cuts of limbs over one inch that have not completely cailoused. l4. Piants that do not possess a normal balance between height a�rd spread for the species. 15. Plant containez�s that are not structurally sound (cracked, bent, ete.}. 16. Plants in containers with less than 3/4 planting rr�edium depth. 17. Any other physical damage or adverse conditions that would prevent thri�ing growth or cause an unacceptable app�arance. 18. Plants that do not meet the standards shown on the plan,s. 2.6 DECIDUOUS AND EVERGREEN TREES A. Provide trees ot height, width, caliper, etc., as shown on the plans. B. Shade trees: Provide single stem trees with a straight trunk and intact leader, unless otherwise indicated. 2.7 REQUIREMENTS FOR CONTAINER GROWN STOCK A. General: Pro�ide healthy, �igorous, well-rooted plant materials esfabl�shed in container �n which they are sald. Provide balled and 6urlapped stock, when required trees exceed maacimum size recommended by ANSI Z60.1 for container grown stock. B. Established container stock is defined as a tree grown in or transplanted into a container and grown ira the container for a length of time sufficient to develop new fibrous roots, so that root mass wiEl ��etain its shape and hold togethe�- when remo�ed from container (minimum of b months). C. Containers: Use rigid containers which will hoid ball shape and protect root mass during shipping. Pro�ide trees established in containet�s of not less than minimuzn sizes recommended by ANSI X60.1 far kind, type, and size of trees required. 4395651 S TREE PLANTING 32 94 Op - 4 07/2020 City of Fort Warth West 7'� Street PART 3 - EXECCITION 3. I TREE PLANTING A. Cooperate with other contractors and trades working in and adjacent to landscape work areas. Examine drawings which show development of entire site and become famil.iar with s�ope of other work required. B. Layout individual tree lacations and areas for rttultiple piantir�gs. Stake locations and outline areas and secuxe ArchitecYs acceptance before start of planting work. Make minor adjustments as may be requested by Architect. 3.2 LAYDUT A. Locaiion and spacing far plants and outline ofareas to be planted shall be as denoted 6y stem location or by natations on the plan. All tree planiir�g locations shall be staked by Contractor and shall be appro�ed by Architect prior to digging the planting pits. $. Delivery of Flant Materials: Plants shall be packed and protect�d during delivery and after arrival at the site, against climatic, seasonal, wind damage, or other injuries, and at no time shall be allowed to d�y out. Refer to Item 13 — Delivety, Handling and Stoi•age. C. Protection of Plant Materials: All plants shall be handled sn that roots are adequately protected at all times irom drying out and from other injury. The I�alls of balled plants which cannot be planted immediately on delivery sha31 6e "heeled in" for protection with soil mulch, straw, or other acceptable rr�aterial. D. Setting the Plants: All plants shal[ be planted in pits, cente��ed, and set to touch such depth that the finished grade level at the plant after settlement wili be the same as that at which the plant was grown. Each plant shall be planted upright and faced to give the best appearance or relationship to adj acent plants or structures. No burlap sk�all be pulled out from under bal ls or balls broken w�en taken from containers. All broken or frayed roots shall be cut off cleanly. P�-epa�ed soil shall be placed and compacted carefully to avoid injury to roots and to fill all voids. When the hole is nearly filled, add water and root acti�ator, nnixed per manufacturer's recommendations, and allow it to soak away. Fill the hole to finished grade and form a shallow saucer around each tree or shrub by �lacing a ridge of topsoil around the edge of each pit after planting. 3.3 EXCAVATION A. Excavate pits, beds, and trenches according to drawings with sloped, "i-ough" sides. Leave soil in battom of pit undisturbed. Avoid creating smooth or "glazed" sides of pit. Do not excavate tree pits untii pa-eliminary approval has been o6tained from the La�►dscape Architect. � B. Dispase of unsuitable subsoil removed from landscape excavations. Do not mix with planting soil or use as backfill. C. Obstructions: If rock, underground constj•uction, or other obstrt�ctions are encountered in excavation for planting of trees, notify Architect. New locations may be selected by Architect, or change order may be issued to direct removal of obstructions ta depth of not less than 6 inches below required planting depth upon approval by Owner. 0395(51 S TREE PLANTING 32 94 00 - 5 07/2020 City af Fort Worth West 7t" Street D. Drainage: Tesk plantin� pits %r adequate percolation. If subsoi] canditions indicate retention of water in planting areas, or i f seepage ar other evidence indicating presence of underground wa#et� exists, notify Architect before back�lEing. A change order may be issued to direct insta[lation of drain tile or other measures beyond drainage requirement indicated upon approval by Qwner. E. Fi!! exca�ations with water and allow to percolate out before setting trees. 3.4 TREE PLANTING A. Existing topsoil where stated on [andscape pEans will be used for tree planting. B. Before mixing and placing, c[ean existing tapsoil of roots, pfants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth, and dispose oioffsite. Use only existing soil fr�m the site as backfilL C. Tree PlanCing Pits: l. All tree planting pits shall be a minirnum of two Yim�s iarger in diameter than the root ball, as s�own on the p[anting detail(s). � 2. Tree planting pits shall be backfilled with the soi] excavated from the tree pits unless the soil is contam�nated by lime stabilized subgrade. if the topsoil is contaminatecE, �•emove and replace with clean topsoil/soil mix. D. Setting and Bac�filling: 1. Set plant stock on undisturbed soil, plumb and in center of pit or trench with top of ba112 inches abo�e finished landscape grades. Remove bu�-lap from top of roat ball as sitown on detail(s). Remove any nylon, plastic, ar wire materials coa�pletely. Remove pal]ets, iF any, before setting. Do not use stock if ball is cracked or broken befare or during pfanting operaiion. When set, place specified backfiil around base and sides af bail, and work each iayer to settle backfil] and eliminate voids and air pockets. When excavation is approximately i/4 full, water• thoroughiy before placing remainder of backfill. Repeat watering until no more is absot�bed. Water again after placing final layez- of backf�[. �. Set container grown stoc[� as specified for balled and burlapped stock, except remove container befare setting. Carefully remove ca�er and sides of woaden boxes after partial backfil]ing so as r�ot to dama�e root ba91s. F. DO NOT construct water retention basins around tree pits. G. AIi p[ants will b� mulched after planting with a 3-inch dee� Iayer of mulch material entirely covering the area at�ound each plant. Mulch shall not be piled around trunk. Root flare must be visible after mulching: H. Unless otherwise directed by Landscape Architect, do not cut tree leaders, and remove only injured or dead branches. Any pruning shall be in acco��dance with standard horticultural practices. 5take trees per detail immediately after plantEng. Tf after pruning, the piant has become misshapen or changed in appearance, the plant wi11 be rejected, 3.5 CLEANUP A. A�er aIE planting operations have been coenprteted, remove ai� trash, excess soil, empty piant containers and rubbish from the property. All scars, ruts and other marks in tlae ground caused by this work shall be repaired and the ground !eft in a neat and orderfy condition through khe site. Contractor shall pick up all tE�ash resulting fi�om this work no less irequently than each Friday 6e#'ore leaving the site, once-a-wee�C, and/or the last working day of each week. All trash shali be remo�+ed campletely from the site per Section O 1 74 � 9"Constructian Waste Management and Disposal." 03956518 TREE PLANTING 32 94 00 - 6 07/2020 City of Fot�t Wo�-th West 7`" Street C3. Coratractor shall leave the site area broom clean and shall wash down afl paved areas within the Contract area, leaving ti�e premises in a clean, safe condition per Section O 1 74 i 9 "Construction Waste Management�and Disposal." 3.6 MAINTENANCE A. G�neraL• 1. Maintain plant materials unCil final acceptance of the project. 2. Correct defective work as soon as apparent or as ciirected by Pro�ect Landscape Arc�iitect. 3. All debris (ir�cluding clippings, leaves, etc.) shal] he removed from project site. 4. Coordinate with i��rigation contractor to ensure functiona[ irri�ation system. Notify Architect should any conflicts arise. Hand water ali areas that do not have automatic irrigation system until fully established. B. Trees: 1. Maintenance shall include litter rem�oval, watering, pruning, fertiiizing, weeding and the application of appropriate herbicides, insecticides and fungicides as necessary. 2. Corrective Measures: Staking work, reset settled plants and remulching in order to maintain speciFied depth of mulch. 3.7 PROTECTiON A. No heavy equipment shall be moved over the planted areas unless the soil is again prepared, gx-aded, leveled, and t�eplanted. It will be the responsibility of this Contractor to protect all pa�ing surfaces, curbs, utilities, pEant r�►aterials, and any other existing improvements from damage. Any damages shall be repaired or ��eplaced at no cast to Own�r, 3.8 ACCEPTANCE A. Refer to Section Item I.06 - Guarantee and Replacement. 3.9 OBSERVATION SCHEDULE A. Refer to Division 1- General Requirements for schedule of ineetings, conferences and inspection schedule. 3.10 EXPiRATiON OF GUARANTEE PERIOD A. Cont�actor shall be responsible for notifying Owner 30 days prior to the expiration of the guarantee period (see Section S.06, A.). Contractor shall coardinate a meeting at such time with Owner to inspect ail plant material for its health. All plant material deemed to be dead or unheal#hy is to be replaced at the Contractor's expense and shal] be guaranteed for a Yime period equal to that of the originat guarankee. Contractor shall rernove all wrapping rr►aterials at the end of the first year of the guarantee period. END OF SECTCON 0395651 S TREE PLANTiNG 32 94 Oa - 7 07/2020 City of Fort Worth West 7th Straet SECTION 33 46 p0 - SIIBDRAINAGE PART 1 - GENERAL 1.1 SUMMARY - A. Section Includes: . I. Perforated pipe and fittings. 2. Geotextile filter fabrics. 3. Drainage trench. B. Related Requirements: 1. Division O1 5pecification Sections apply to Work of tl�is Section, I .2 AC�ION SUBMITTAL.S A. Product Data: For geotextile filter fabrics. PART 2 - PRODUCTS 2.1 PERFORATED-WALL PIPES AND FITTINGS A. Perforated PE Pipe and Fittings: AS`I'M F405 or AASHTO M 252, Type CP; corrugated, for coupled joints. . 2.2 SOIL MATERIALS A. SoiI materials are specified in Section 32 91 13 "Soil Preparation." 2.3 GEOTEXTILE FILTER FABftICS A. Description: Fabric of PP or polyester fibers ar combination of both, with flow rate range From 110 to 330 gpm/sq. ft. when tested according to ASTM D4491. B. Structure Type: Nonwoven, needle-punched continuous filament. 1. Styles: Flat and sock. PART 3 - EXECUTION 3.1 DRAINAGE INSTALLATION A. Lay flat-style geotextile filter fabric in trench and overlap trench sides. B. Place supporting �ayer of drainage course over compacted subgrade and geotextile fiiter fabric, to compacted depth of not less than 4 inches. . C. Encase pipe with sock-style geotextile filter fabric before installing pipe. Conriect sock sections with tape. D. Install drainage piping as indicated in Part 3"Piping Installation" Article for subdrainage. �. After satisfactory testing far proper drainage, cover drainage piping as shown on Details. F. Insta�I drainage course and wrap top of drainage course with flat-style geotextile filter fabric. 0395b51 S SUBDRAINAGE 33 46 00 - 1 09/2020 � City of Fort Worth West 7th 5treet G. Place layer af flat-style geotextile �'ilter fabric over top of drainage course, overlapping edges at least 8 inches. H. Place backiill material over compacted drainage cou�rse. Place material in loose-depth layers not exceeding 6 inches. Thoroughly compact each layer. 3.2 PIPING INSTALLATION A. Install piping beginning at low points of system, true to grades and alignment indicated, with unbroken continuity of invert. Bed piping with fu�l bearing in filtering fnaterial. Install gaskets, seals, sleeves, and couplings accarding to manufacturer's written instructions and other requirements indicated. I. Lay perforated pipe with perfarations down, 3.3 PIPE JOINT CONSTRUCTION A. Join perforated PE pipe and fittings with couplings according ta ASTM D3212 with loase banded, caupled, or push-on joints. B. Special Pipe Couplings: Join piping made of different materials and dimensions with special couplings made for this applicatian. Use couplings that are coinpatible with and fit materia�s and dimensians of both pipes. 3.4 FIELD QUALITY CONTROL A. Tests and Tnspections: l. Core a sump hole a minimum of 3 feet 0 inches into the ground. Prior to back�lling with gravel, test t�►e sump for percolation. I'ill the hole with water and allow ta sit 24 hours. If the hole does not drain at least 12 inches in 24 hours, deepen the hole 2 feet 0 inches and repeat Ehe drainage test until acceptable. 2. After the sump hole has been appraved, bacicfill with 3/�-inch washed gravel wrapped in geotextile fabric with an 8-inch overlap. B. Drain piping wi11 be considered defective if it does not pass tests and inspections. C. Prepare test and inspection reparts. 3.5 CLEANING A. Clear interior of installed piping and structures of dirt and other superfluous material as wark progresses. Maintain swab or drag in piping and pull past �ach joint as it is completed. Place plugs in ends of uncornpleted pipe at end of each day or when work stops. END OF SECTION 0395651$ SUBDRAINAGE 33 46 00 - 2 09/2020 AYPENDIX GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates C�'['Y OF FOR'C WORTH West 7th Street Impmvemenls STANDARD CON57�RUCTION SPECiFICATip1V DOCiJMEi�TTS . Ciry Project No. 101555 Revised July I, 201 l ��-60�6.� l�[i�o�°1�� a�n� �Jo�e� �w�ned ]�a�s�:�e�s E��e�pr��e �o��l��race �'�IIS �A�]E lLE�7[' ��TT]EI�TI�l�A��C.� ]�IL.A,I�TK CI'CY OP POR`C WOAT�T West 7th Street Tmprovemcnts STANDARD CO�TSTRUCTIOtV SPECIFICATiON DOCUMP.NTS � Ciry Project No. 101555 Revised 7uly l, 20] 1 �'o�T �T�RTH TENiPORARY REVIS�OliT 4/6/�O�U (f�OVID -�9) Cifiy �f �o�i li�orth �Vin��ifi� �usin�ss �n�r�rprise Speei�ica�ions ���CIA� IN��R���lOf�� ��R O���ROR� QePP�IC�4T'ION O� �OLICY If the total dollar value of the contract is $5U,000.01 or more, then a MBE subcontracting goal is applicable. �OI�ICY 5��i�AdI�Rl� It is the policy of the City of Fort Worth to ensure the full and equitaE�le participation by Minority Business �n#erprises (MBE) in the procurement of all goods and services. Alf requ�rements and regula#ions stated in the City's current Business �iversi#y Enterprise Ordinance applies to this bid. ��� ��o��c� �o�r�s The City's MBE goal on fhis project is ��% % of the base bid value of the contract. Note: If both MBE and 5BE subcantracting goals are established for this project, then an Offeror must submit hoth a MBE Utiliza#ion Form and a SBE Jtilization Form to be deemed respansive. CDi���1r4PlC� `�O �I� S��Cl�rlCA�'l�f�S On City contracts $50,OOO.D1 or more where a MB� subcontracting goal is appfied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated M�E goal through MBE subcon#racting participation, or 2. Meet or exceed the ahove stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith EfforE documentation, or; 4. Prfine Waiver documentation. SU�AI�I l��� Q�' R�QUIRED DOCU�4fl�WiATIOW The applicable documents must be received by the by the assigned City of Fort Worth Praject Manager or Department Qesiqnee, within the foflowing times alloca#ed, in order F�rr Ih� en��te lai+J I�r be ��s���sicler�� res���rrxs+�+� [o Ei�Q s�e�ii�cul��ras. I":�a: �?IErs{�r Sl�al! �k4i�41L �I��F h�ll"il. rlr,�tar��i����1��+{ar� tu �titi �Qst����ciJ �,��y ��r ��,�' l+'�.��i�i� Prrr!t��.� �,�I,����:+t���� �>� lit��x3rfan�i�l L]�a��n�s�. A faxo� co�sy w�ll nut bu acc4}�ked. 1. Subcontractor U#ilization Form, if gaal is received no later than 2:00 p.m., on fhe second City business day met or exceeded: after the bid opening date, exclvsive of the bid opening date. 2. Good Faith EfFort and Suhcontractor received no la#er than 2:00 p.m., on the second Cify business day Utilization Form, if parficipation is less than after fhe bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later fhan 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid openin date, excfusive of the bid opening daie. 4. Prime Contractor Waiver Form, if you will received rto later than 2:00 p.m., on the second Gity business day perform all subcontracting/supplier work: after ihe bid opening date, exclusive of the bid apening date. 5. Joint Venture Form, if goal is met or received na later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WI"CH THE CITY'S BUSINESS DIVERSITY ENTERPR�SE ORDINANCE, WILL RESULT IN TI-I� BtD B�ING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBM17' THE REQUIRED MBE DOCUM�NTATION WILL RESULT IN 7M� BID BE�NG CQNSIDERED NON-RESPONSIVE. A SECOND FAIL,URE WILL RESULT IN TME OFFEROR BEING DISQUA�IFIED FOR A PERIOD OF ONE YEAR. 7MlZEE FAILURES IN A FIVE YEAR PEitIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the OfFice of Business bi�ersity a# (817) 392-2674. Office of Business Diversity Email: mwbeofFice@fortworthtexas.gav Temporarily Reviscd April 6, 2020 due lo COViD l4 Emerget�cy Phone: {817) 392-2674 ATTACHM�NT9A - Page 1 of 4 %'ORT �QRTH C�fiy of �arf ldldor�h _�. , _ -, � f��E S�b�or�tr��tvrsl����li��� U�ili���ion ��rr� �E�tiS �,s�ous �`CD _ — _—___-__�..._ .............. _ _. ,/ nn�vtr��a� rraN-rnrnr,r�s� PR�JE�T NAME: ;L. � BID �ATE �4,St � �S'tVe.e.e .y.2�t44ovlr.�EwRS 11�05 � 2a2o Gify's lNBE, Project Gaal: Prime's MB� PraJect Comrr�iunent: � PROJECT NUMBER lo % I !c' % I tot�55 Iden�if� �11 sub�or�t�act���lsu}��li�r� yo� �+ill u�e �n �his p����ct ,�ailure to co�plete this #orm, in its entirety with requested documenfaiion, and recei�ed by the Illlanagir�g Oepa�trr�ent on or before S:OQ p.m. five {5} City business days after bic! opening, exclusive of bid opening date, wil! result in the bid being cansidered nor�-responsive to bid specificatinns. The undersigned Offerar agrees to enter into a formal agreem�nt with the MB� firm(s} listed in this utilization schedule, conditioned upon execution of a contract with ihe City of Fort Worth. �"he infentinnal andlor knaysring misrepresentation of facts is grounds for consideration of disquaiification anc[ will result in the bid being considered non-responsi�e io bid specifications fiddYE3Es listed toward meeiing the project goal must �e located in the six {6j county rt�awketplace at the time of bid. Marketplace is the geographic area of Tae��ant, �fallas qenton. Johnson, Parker. and ►d4lise caunti��. Iden�ify each i`ier� le►►et. Tier is the �e�el of subcon#racting belovu the prime contractor, i.e., a direct paymen# fram the prime contractor to a subcontractor is eonsidered 1$� #ier, a payment by a subcankrac#or to its supplier is considered 2�d tier ___ � __ � �_ ��� RdV��s il�U� f�� C�R�I�i�D B�FOR� GOF�7'kI�CT AW,a►RD, Certification means those firms, located +r�ithir� the Marke#place, that ha�e been determined to be a bondaFide rninority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certiiying agencies that the City may deerr� appropriate and accepied by the City of Fort Wor#h. If hauling se�vices are utili�ed, the prime wii{ be giuen credit as long as tMe MBE listed owns and operates at least one f�lfy lic�nsed and operational truck to be used on the coniract. The MB� may fease trucks fror�'� ar�ather MBE firm, incEucling MBE owner-operators, and receive full MBE credit. The MBE may lease trucfcs frarn non-MBEs, includjng owner-aperatvrs, but v►rill only recei�e credit for the fees and commissions earned b� the MBE as outiined in the lease a�reerr�eni. _r �__� �eu. 5r3a� z �URTWORTH ATTACHNfE{VT 1A � Page 2 of 4 �� Primes are required to identify ALL subconkractorslsuppliers, regardless of status; i.e., �linority and non-MBEs. MBE firrrss are io be listed firsi, use additionaf sheeis if necessary. If a subcontractorlsupplier is identified as an SBE, please attach a copy af the firm's SBE certificatian if they have not previously registered with the City's MNVBE O�ce, wrhich may he contacted for verification. Please note that onl ceriified iVIBEs v�iEl 6e caunted to meei an MBE aaL � __ - -- - Attach N NC7RCA �����Icate n SUBCQN7RACTORlSUPPLi�R T - - - - Detail aetail Cornpany Name i Subcontracting Suppl9es pollar Amount Address e tw W S Nf Work Purchased TelepttonelFax � g B � B � E � E f►�.�.t 1.���. 1t�Y3 Co• Ro. 53 ��saa, "tx �5oa�t �t��. • �Fa� - 5�bt, r��A,.tA�,si NNULTr.�� 2��F5 FN 22�� Gtlt CO � Z`I. ��e�k'J L �1,lA�Y'tNauL�u � oJ«.00 k . Co� c��yo - �to • 4`�o u �� �L�*J Fu�,� , � t �- �uF�, 0.�. #30,ao0' b�a D Rw�o+� M�ti [A��e.Zac. 1aS�t Qjtf.ic�ta� r�a. �Aufls , ��i '�522� f�akAs .. M�ti � � 8���i�a�c.�'r. •ci fa+a�� }$02 W. 5►IAo� ��tovie F�D• %vs�sfl I`�+a,��. �`CV� �6d�� �,e�. ��� e �Aec�a�rs.ca.1 2.r�t • Zo�. - 3toY U�cAJ �.kCtlLieAi. �I�lc, $2i �. �ti�!. `�sr- GoAT irioi��+�-Cx w+�+a. 6tinurr�cz�tiea�. co„� �+"� - 5� s - �� ao �Aava�u � #iawKt.0 G5 Ss��s� , 1,�C. _ 40�C S • ��50+1 �W o. �t��3or�, -TY �4�OZ$ �S�Vtie16 � GNAt+..e,a+'� g►�-�41L -$1.�`� �'A��,, '}ws9t:n�t �� '.�J �� I��� �1� �Z�cc�►z�u. i,AdflScAP+�tG ZA�l.l4.'w�v.1 A�4u�4� Coat�. ��� { �!'b, iA! ' � 2�'�, 3�Y�_ �34 ��F1e3 ` � 1,�i3�,'�7� � � 3Y�,aGa' Rev. 5130/12 ���T��'� ATiACHMENT 1A ' Page 3 of 4 _ _ _ ��__ ___�.__ _ _ _ __ Primes are required to identify ALL subwnfractorslsuppliers, regardless af status; i_e., Minority and'non-.MSEs, i Please list MSE firm's first, use additional sheets if r�ecessary. �� a subeontractodsupplier is identified as an SBE, please attach a copy of the firms 56E c.ertification if they have nat previously registered with the City's IV�IWBE OfiFce which may be contacted far verification. P�ease note fhat anl eertified MBEs snrill be counted to meet an I+ABE qoal. _ - -- - ___ _ Attach N NCTRCA Cemficate ° . Sl1BCQN7RACTO�ilSUP�LIER 7 - � betail �etail Campany Name i 5ubcantracting Supplies pollar Amount Address e M W S M Work Purchased TelephonelFax r B B B B E E E E `c��► •��n� }4�c.wr�sy l�'ln,wt. g34 KC� ►Jay '[�A� ��r�, T� �5io�} �{'�y L `iNVI�'� • CO7� w�a . ��� - Q��o KE. t"TH �A� �E+� a'S�Ei- �v5T40L . ,E�1C. 2.94► 4twy ti,�k �� W�..�.�x ��tx� �trK�nusz�"tx � cor� `i (� � 3 DY � 492.� Nt��t�. �Ha�a� T�xr►3 $�r '�2.d t`�EtxE� 1�., SutY� 2on '�s.v � .� � , 'i�t �`a n4i. RDN��A. S�'�►i5a� e t�gTt'•tar+� �1� - 53�• l�'� �rA� S�to�}SA�. � �cos� �i+qos , l� �7- �JD42 �IPiV1D ,rji4l��yaC �P. - fot� WoR-ni , T�c �bl�a �,� _ �� - oa�#�t i�Aln�s 1�i�.+� ��.ti AN t�E lF��rA.V iC.Q.� 3�za Sr£r�., �7ai V� k�i.vr�o, `Tx 'i5uL3 2.i'F - Q q� - L'5 t�o s�yr�o¢ pr.u�fNt+at,�.,l�cr,}•c.c�Nt ��5u� L.R�raias s��r�xs,4�. B�Qn.►�.w��.s 6tit GoMPi'o� �a� , �1Lv t w14 ��X � 60�0 l �.�� - 3p� -,d��- Gu..��+�[. �lv��aesca�wat��.s���� C «.6� �, M+�.�s - ���� � Y���.�n� i�a�x� � ❑ f � t`�ftf-t�LL ❑ ❑ � � �❑� -�-- � � u� �R���� c� 14� ArnYi � I Suay�.y As-�v��5 10.AFFta :�ARftlw�.- � 1 � tao, z�3" 1 sj I � d59,q`ti ` � � �3�,a3 � - — - � � � `�t � 1 O' f29,�40 � ¢38, u �2 - Rev. 5130(12 �'����i� Al-TACHMENT 9A r Page 3 of 4 _.....� _...._ ...�.— --....�_ -- ---�—_—.. � _ �. T� Primes are cequirec! io identify ALL subcontractarslsuppliers, regardless of status; i.e., Minority and non- s_ Please lisf MBE firm's first, use addit�onal sheets if necessary_ If a subcontractorlsupplier is identified as an SBE, please attach a copy a� the frms SBE certification if they have not pre�iously registered with the Ciiy's MIWBE �ffice wt�ich may be cantacted for verifieation. Please nate that onl certifled MBEs will be eaunted to meek an oal. __ _ - --- Attach � NCTRCA �ertificate ri SUBCONiRACiORISi1PPLIER � - - �e�ail Detail CompanyName i Subco�tracting Supplies �a��arArnount Address e!Vl W S m6 Vifork Purchasei! Telephonel�ax � � � � E � '� r{vua; `Cwcac�t,le., 1.1„C. �5oq s.� Gc�..au� 5T . t'�+-�r W o4.� , �t �gZ.-2z� - Il,�d 8�Y 5Uaa.�a�. ti 3�F P�L 3���f �AtinU»� � �� �60�3 �jy'p - 25� _ 55�r� �� �� ltAuuw� A5�'ii�T, 4utWM6t 1$,nsur. Rse�nrx, M��t,st�s ��t�. e.,a � $ �� ��,� � Bus�agss Pttt�y �►c.�ta�.3sou , i'Y �50�' l '1�� -Z3� "'���z. �� �� E�J� �� $ �i,�1111— �loa,anQ"" Re�. 5/30112 FORT�RTH Total Dollar Amount of i�YB� Subcontractars/Suppliers Totai �oll�r Amount of Non�f'i��� Suhcor�tractors/Supplie�s � � �,�� . • � �' � L:y J ipY�L �0��,�� r4lP�IQUid f O� ALI� SUBCOi����aCiOR�1SUPPI�I�f�S �� �b, r��, ATfACHMEiVT 1A Page 4 oi 4 ( ihe Contractor will not make additions, deietions, or sub5titutions #o this ce�iified list withqut the prior approval of the Minority and Women Business Enterprise Office through #i�e submitta! of a��guest for dpproval o Change/A�fdi�i�n f�rm. Any urrjustified change or deletion shall be a rnaterial breach of contract and rrtay r�suft in debarrnent in accord with the procedures outlined in the ordinanc�. The contractor s�al! submit a detaifed explanation of how the req�rested change/adclition or dele#ion vuill affect #he committed MB� goal. lf ihel detai! expEanation is not submitted, it will affect the final compliance determination� _ � By affixing a signature to tFris form, the Offeror further agrees to provide, direc#ly to the City upon request, complete and accurate inforrnation regarciing actual work psrformed by alf subcontractors, including MBE(s} and any special arrangemenis with MgEs. ihe Offeror also agrees to allow an audit and/or exarnination af �i�y f�OD�CS, records and files held by their �arnpany. The bidder agrees to allow the transmissian af in#ervi�ws with owners, prir�cipals, of�icers, ernployees and applicable subcc�r�tractorslsuppliers participating on the cantract that will substan#iat� th� actual war�c perFormed by the MBE(s} fln this contract, i�y an au#harized officer or employee of the City. Any ir�tenfional andlor knovuing misrepresentation af fac#s wiil be grounds for terminating the contract or debarment from City +nroric for a period of not less than three (3} years and far initia#ing a�tian under Federal, State or Loca! laws concerning �als� statements. Any failure to comply +nrith this ordinance creates a materfal breach of the conteact and rnay resuli in a determination of an irresponsibfe �fferar ar�d debarment from participating in City work for a period of time not less than one (1} year. � 4 � � Autatorixed 5ignature� � Title 1� �S ii eouA �-Ti� . � ..._... `_ Compar�y Nar�e ' i 5 7�n i�x �.K�n- �oao Address G0.s►�0 f�A�Rt�� �x �"jf15�? .�__�..._._� ____ ._._. .... CitylSta#e1Zip DL.N OLu'350L..1s Printed 5ignature �' � •--- Cor�tact NaroelTitie (if differentj� � '`"�- tt� - z�o » 353� Telephone andfar Faz �E��Mtrt�.t�`rk�xAs� t�� �sroaa�P. ca+*'� E-mail Address ..�.���-^ �a ���'_ �l0 'LoZp Date Rev. 5/3i?/12 �� R T ���RT,�I-i �i�y �f �or�fi 1dVor�h �Ainori�� �usines� �nfi�rprise Spe�ifi�ation� Pr�irne �or�tra�fier� VP�aiver �orm ATTAC�MENTIB Page 1 of 1 OFFEROR COMPANY NAME: Check applicable 6ox to descri6e Offeror's Cer#i�cation �ROJECT NAME: IV1%tiN1�BE NdN vI/WIDBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER � a �,a ��o If both answers to khis form are Y�S, do not complete ATTACHMENi 1 C(Good Faikh Effort Form). All questions on this form must be completed and a detailed explana�ion provided, if applicable. If �he answer to either question is NO, then you must complete ATiACHMENT 1 C. This form is only applicable if �Qth answers are yes. �Failure to complete th�s fnrm in a#� �^F�!'4+y a^�+ he recei+xed by the Pijr�h$��rr� D€visioit �to la#e� #fn�� �_a0 ,m. o� tt�o ��cvn�# C �t b�sir�ess da aR�r bis� o�ni�� . exc��isive nf th� �i� op�nfnc� da#e. ++viPl result i:� the bi�l #�eir�g c�nsider��f norr-respwnsive ko b:d s�a�a�if�c�tlpns. �ill you perform this enfire contracf without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of fhis �� project, this is your normal business practice and provide an operational profile of your business. V4{ill you perform this entire contract wifhout suppiiers? YES If yes, please provide a detaiEed explanation that proves based on the size and scope of this project, this is yaur normal business practice and pro�icfe an in�entory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposec� changes to the original MBE(s} arrangements submitted with this bid. The Off�ror also agrees to allow an audit andlor examinatian of any boaks, records and files held by their company that will substantiate the actual work performed by ihe MB�s on this contract, by an authorized officer or employee of fhe City. Any intentionaE andlor knowing misrepresentation of facfs will be grounds for terminating the contract or debarment from City work for a�eriod of not less than three (3) years and for initiating action under F'ederal, State or Local laws concerning false statements. Any failure to camply with khis ordinance creates a material breach of contract and may result 3n a determination of an irresponsible Offeror and barred from pa�kicipating in City work for a perioci of time not less than one (1) ear. Auihorized Signalure Tilfe Company Name Address CitylStafelZip Office of Business Diversity Email: mwbeoffice[c�fortworthtexas.gov Phone: (817) 392-2fi74 PrinEed 5ignature Contact Name (ii different) Phone Number Fax Number Email Address Date Re�. 5115119 ATTACHMENT 1C Page 1 0� 4 �'0 R T �� 1Z1 H Gi�y of �ort �Vor�h R�inorify �usin�ss �n�erprise �IIBE C�ood �aifih ����r� �'orm OFFEROR COi1�PANY NAME: Chec�c applicable box to describe Offeror's Certifieation PR�JECT NAME: n�vti7DBE I r'ON-�r�rYvlD�.c BiD DATE City's MBE Project Goal: Offeror's M8E Project Commitmen#: PROJECT NUMBER °la % if thL �f:tror €:;d r: ;I r.^.e�# ar exceed the M�f st:.�,�+antrr�cting �o�! f�1� 1�h;5 �.��ninCt� t1�o O�ffarot' I�u�t �:v,,^;Yl�re #l�is fot�� r�_ If the Offeror's method of compliance with the 141OBE gaal is based upon demonstration of a "good faith effort", the OfFeror will have #he burden of correctly and accura#aly preparing and subm�tting the documen#a#ion required by the City. Compliance ,+vith each item, 1 thru 1'I k�elow, shall satisfy the Good �aith Effort requirement absent proof of fraud, intentianal andlor �Cnowing misrepresentation of the facts or intentional discrimination by'the Offeror. FaElura la �€�m�l�f� sl�is Faren, in its �ntar�ty tiu�th supporiing ci;�c�r�ent�ti;;r�, and received bv the �urc�,��:ng {�:�r�siar� nn la#�r l�ar. �=�0 p,in. on #he �ewY^d �ity b�si�ess day aR�r ba4 �p��tio�g, [�xcl�,sive of bid opar:in� da#e. wEll rssul� #r� l�� bid #�ei�� canaider�d �on-*ps�nn��v� !a b6d s}��eiiicatfon�. 1.) Please list each and e�ery subcontracting andlar supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or �on-MBE. (DO NOT LIST NAMES OF FIRMS] On alE projects, the Offerar must [ist each subcontracting and or supplier opporkunity regardless of tier. (Use addifional sheefs, if necessary) List ofi Subcontracting Opportunities List of Suppfier Opportunities Rev. 5I15119 ATTACHMENT 1C Page 2 of 4 2.) Oh#ain a current (not more thar� two (2) months old from the bid open datej list of ii�BE suhcontractors andlor suppliers from the City's Office of Business �i�ersity. ❑ Yes ❑ No Date of Listing 3.) Did you soliciE bids from 191�BE firms, within the subcontracting andlor supplier areas previously listed, aE IeasE ten calendar days prior to bid opening by mail, exc�usive of the day the bids are opened? ❑Yes (If yes, attach MBE mail listing to include name offirm and address and a dated copy of letter maifed.) � �110 4.} Qid you solicit bids from IVABE, firms, within the sufpcontracting andlor supplier areas pre�iously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day #he bids are opened? � Yes (If yes, attach list to include name of MB@ firm, ep rson coniacted, phone number and date and time af contact.) ❑ f� o • 5.j (]id you solicit bids from IiABE iirms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (faxj, exclus�ve of the day the bids are opened? . ❑Yes (If yes, aitach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then fhat "undelivsrable confirmation" received must be printed directlyfrom the facsimile for proper documentation. Failure to submit confirmation andlor "undeliverable confirmation" documentation may render the GFE non-responsive.} ❑No 6.) Did you soliciE bids frorr� rilO�E firms, within the subcontraciing andlor supplier areas �reviously fisted, at �east ten calendar days prior to bid openirtg by email, exclusive of the day the bids are opened? ❑ Yes ■ • (if yes, attach email confirmation to include name of MBE firm, date and time. fn addition, if an emai! is returned as undeliverabfe, then tFiat "undeli�erable message" receipt must be printed directly from the email sysfem for proper docurr�entation. Failure to submit confirmafion andlor "undeliverabie message" documentation may render the GFE non-responsi�e.) � NO�'�: ihe four methods identified above are acceptable for soliciting hids, and each selected methoci must be appfied to the applicable contract. �he Qfferor musf document that either at least #wo attempts were made using two of Ehe four methods or that at least one succ_e_ssful contact was made using one of the four methods in order to deemed pesponsive to f�n� GV�� �ai}h �ffnrf� rprr��irpmpn4 � �w .. ��T'�' 'rhe (�fFcr�r m�,�c4 rnn*�rf #ha nnlirn �,lJRF' fic4 cnor+ifir �� �,s��}� r����p��r������ ��ytj cr}���te ,. r.......... opportun�#y t� �e En com�lEa::�� wfth ��es#io�� 3#hru 6. 7.) Did you provide plans and specification5 Eo patential i�9BEs? ❑ Yes � Plo 8.} Qid you provicie tF�e infprmation regarding the location of plans and specifications in order to assist the IIRBEs? � Yes ❑ PEo Rev. 5/15I19 ATTAC�iMEIVT 1C Page 3 of 4 9. Did you prepare a quotation for the MBEs to bid nn goodslservices spectfic to their skill set? Yes {If yes, attach all copies of quotations.) NEO , 10.) Was the contact inforrna#ion on any of the listings rtot �alid? (�f yes, attach the information that was not rralid in order for the Oifice of Business �iversify to address Yes the corrections neecled.) � ❑ N° '19.)Subrnit documentativn if MBE quotes were rejected. The documentation submitted shauld be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any su�porting documentation the Offeror wishes to be considered by the City. In the e�ent of a bona fide clispute concerning quotes, the Offeror will pro�ide for con#idential in-camera access to an Enspection of any rele�ant documentation by City personnel. Please use additional sheefs, if necessa , and atfach. C�mpan Name TeEephone Contact Person 5cope of Work Reason for Rejection ADDITIONAL IPIFORMi4TION: Please provide additional information you feel wi�l further explain your good and hQnest efforts to obtain MBE participation on this project. The Offeror further agrees to pro�ide, directly to the Ci#y upon request, complefe and accurate information regarding actual rNor�t performed on this contract, the paymenf thereof and any proposed changes to the original arrangements submitted vuith this bid. �'he Offeror also agrees to allow an audifi andlor� examination of any f�ooks, records and files held by iheir company thafi will substantia�ie the actuaE v+�ork performed on this con�ract, by an authoriaed officer or employee of the �ity. Ar�y intenfional andlor �nowing misr�pr�esen�a�ion of facts will be grounds for ferminatir�g the contract or debarment firom City ►nrork for a period o# not less #han three �3) years and for initiating action under ��deral, State or Local la+.�s concerning faise statements. �►ny failure to comply wifh this ordinance shall create a material breach of contract and ma� result in a determination of an irresponsible Offeror and debarm�nt from participating in City wor� for a period of time not less than one {1) year�. Re�. 5!9 5l19 ATTACMMENT7C Page 4 of 4 �he undersigned certi#ies that the information provided and the li}YBE{s) listed ►nra�lv+►ere contacted in good �raith. It is unders#ood thafi any AlIBE(s} listed in �ifiachment 1C ►nrill be contacted and #he reasons for not using fihem vorifi be verified by fihe City's �ffice of �usiness �iversity. Authorized Signature Printed SignaEure Title Company f�a�ne Address CitylStatelZip Office of Business Diversity Email: mwbeoffice@forkworthtexas.gov Phone: (817) 392-2674 Contact Name and Title (if dffferent) Phone Number Fax Number �mail Address Date Rev. 5I15119 Joini Venture Page 1 of 3 �� �Z T V�O i�'�' �I CITY OF F�RT WORTH MBE Joini Venture Eli�ibiliiy Form Rll questions m ust 8e ar:swered; use "N/A" if not applicnbde. Name of Cify project: 1. Joint venture information: A joint �cnturc form must bc compieted on each project RFP/Bid/Project Number: _ Joint Venture Nanne: Jo�nt Venture Address: (If appficable} � Telephone: Facsimile: C-mail Cellular: Identify the firtns that comprise #he joint venture: Please atiach extra sheets if additiona! space is required to provide detailed explanatrons of work to Be performed by each firm comprising lhe �oint venture MBE fiem Non-MBE tirm name� name• 13usiness Address: Business Address: City, Slate, Zip: City, State, Zip: Telephone P.-mail `1'elephone E-mail Ceilular Facsimile Cellular Facsimile Certifcation Status: Name of Certifyiug Agency: 2. Sca e of work erformed b the Joint Venture: llescribe the seo e af work of the MB E: Describe the sco e of work aF the non-M BE: Re�. 5115l19 Joint Venture Page 2 of 3 3: What is the percentage of MSE participatEvn on this joint venture that you wish to be counted toward meeteng the project goal? 4. Attach a copy of the joint venture agreement. J�. LI3i CO�1�OReIItS Of OWR�rShlp Of �Oint VeIliure: (I?o nac complele ijLhis injormation is descri6ed in joint venlure agreement) Profit and loss sharing: � Capital confributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and f3rm those individuals {with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financia] decisions (to include Account Paya6le and Receivable}; Management decisions: a. �stimating -------------------------__ .. ______--- b. Mariceting and Sales ________-----------------------_______ __ c. Hiring and Firing of management personnel -------------------------- -------------------- d. Purchasing of major equipment and/ar suppli�s Supervision of #ield operations The City's Office of Business Di�ersfty will review your joint venfure s�bmission and will ha�e #inal approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after #he date af project award, if any of the participants, #he individually defined scopes of work or fhe dollar amountslpercentages change from the priginally approved informatEon, then the participants must inform the City's Office of Business Diversity immediately for approval. Any unjustified change or deletion shail be a material breach of contract and may resuit in debarment in accord with the procedures outlined in the City's BDE O�dinance. Rev. 5115J9 9 Joint Venture Pa e3af' ARFIDAVIT The undersigned aFfrms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. F�rthermore, ihe undersi�ned shall agree to provide to the joint venture the stated scope of work, decision-maicing responsibilities and payments herein. The City also reserves the right to request any additional informatioR deemed necessary to determine if the joint �enture is eligible. �ailure to coope�ate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint �enture by any autharized representatives of the City of Fort Worth. Failure to comply with this provision sha11 result sn the termination of any contract, which may be awarded under the provisions of this jnint venture's eligibility and may iniriate actian under Federal, State and/or Local laws/ordinances concernin� false statements or willful misrepresentation of facts. ----------------------- --�---------------------------------------------------- ---------------------------------------------------------_-_---- -- __-------------------------- 1Vame of MBE �rm Name oE'non-MC3C firm Printed N&mc of� Owncr Printed Name of Owner Signature a£ Qwner Signature of Owner Printed Name nC Owner Printcd Name of Owner Signature of Owner Signature oF Qwncr Title Title Date Date Notarization State of On this County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as th�ar free act and deed. Notary Public Print Name Notary Public Signature Cammission Expires Office of Business Di�ersity EmaiL• mwbeoffice@fortworthtexas.gov Phone: {8I7) 392-2674 (seal) Re�. 5115119 GC�6o�i' �V��e ]�ates �HIS �A�lE l[�El�'�' Il�TIE�d'�'�O1�A��L� J��LAl�I� CI`1'Y OF FORT WORTFI Wesl 7ih Slrcet Improvements STAtVDARD COlV5"1�KUCT[ON SPECIF[CATION DOCUMENTS Cily Prpject No. 101555 Revised July l, 20i I 207.3 PREVAILING WAGE RATES (Hea�y and Highway Constructian Projects} CLASSIFlCATI0IN DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine OperaYor Asphal# Ra�Cer Broom or Sweeper Dperator Concrete Finisher, Paving and 5tructures Concrete Pavement Finishing Nlachine Operator Concrete 5aw Operator Crane Operatar, Hydraulic SO tons or less Crane Operator, Lattice Boom 80 Tons ar Less Crane Operator, Lattice Baom Over SD Tons Crawler Tractor Operator �lectrician Excavator pperator, 50,OOQ pounds or less Excavator Operator, Over 50,DOQ paunds Flagger Forrr� Suilder/Setter, 5tructures Form 5etter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operatar, Truck Mounted Front End koader Operator, 3 CY or Less Front End Loader Operator, pver 3 CY Laborer, Cammon Laborer, Utility l.oader/Backhoe Operator Nleehanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader OperaYor, Rough Off Road Ffauler Pavemen# Marking Machine Operator Pipelayer Reclaimer/Pul�erizer Operator Reinforcing 5teel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Ser�icer Smafl Sfipform Machine Operator Spreader Box Operator Truck Driver Lowboy-Float Truck Driver Transit-Mix Truck Driver, Single Axle 1'ruck Dri�er, Single or Tandem Axle Dump Truck Tr�ck Driver, Tandem Axle Tractar with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ S $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.8D 17.19 16.99 �o.os 13.84 13.16 17.99 zi.o� 13.69 14.72 10.72 i2.32 15.18 17.6$ 7 4.32 17.Z9 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 1Z.56 1458 15.96 14.73 16.24 14.14 12.31 12.62 12.86 7.4.84 11.6$ The Davis-8acon Act prevailing wage rates shown for Hea�y and Highway construction projects were determined 6y the United States Department of Labor and current as of September 2013. The ti#les and descriptions for the classifications listed are detailed in the AGC of Texas' Stanclard Job Classifications and OescripYions for Highway, Heavy, Utilities, and IncEustriai Construction in Texas. Page 1 of 1