HomeMy WebLinkAboutContract 55427� ����.
_-n��'�'
i'Y���',.��.����sa�rv_�ns_�9
n,r i��.�� ��— -,
�,y � a : � c.s �,f � 'p'��d,
!' ��������
�������
���
T]H]E �OI��TI�i[J�'��OII�TT �F
l�ro��r �rIlv� F'��s� IT
(]E'r�m ]E��y VVhite to �'ark Vista Ci.rcle�
Cnty l��oj�ea 1��. 1�1�11s
�etsy I'rice
M[ayor
,4
David Cooke
City Mi anager
William Johnson
Director, '�ranspartation and Public Works Department
]Pr���ret1 �'�r
�h� C��y �� F�r� V��r�h
'I'r�m�s�ao�rt�t��m� ��dl Pu�b�ic ��rks
2020
�����'�� ��'��
Tx. Reg. Engi�eering �irm F-469 �
a������ ������ ��
� 1 �` 1 ��'����
� �� � �� � i�•.
�
��� �f ��r��V'���°t�
�
Standard Consiruction Specification
Documents
Adopted September 2011
00 00 00
STANDARD COIVSTRUCTION SPECIFICATION DOCUMENTS
5������ �0 �4 ��
TABLE OF CONTENTS
Division 00 - General Cor�ditions
Page 1 af 6
Last Revised
p0 OS 10 Ma ar and Council Communication 07/01/2011
00 OS 15 Addenda 07/01/2011
00 11 l3 invitation to Bidders 03/09/2020
00 2� 13 Instructions to Bidders 03/09/2020
nn� n� r���
00 32 15 Construction Pro'ect Schedule 07/20/2018
00 35 13 Conflict of Interest Statement �2/2412020
00 41 00 Bid Form 03/09/2020
00 42 43 �'ro osal Fot-�n Unit Price 01/20/2012
00 43 i 3 Bid Bond 09/l 1/2017
00 43 37 Vendor Com liance to State Law Nonresident Bidder 06/27/201 l
00 45 11 Bidders Pre ualifcations 07/Oi/2011
00 45 12 Pre uali�cation Statement 07/01/201 i
QO 45 13 Bidder Pre ualification A lication 03/d9/2020
00 45 26 Contractor Com liance with Workers' Com ensation Law 07/0 1120 1 1
00 45 40 Minos-it Business Ente rise Goal 06/09/2015
�,� n��n��
00 52 43 A reement 09/06/2�19
00 61 13 Performance Bond 07/01/2011
00 61 14 Pa ent Bond 07/01/2011
00 61 19 Maintenance Bond 07/01/2011
00 61 2S Certificate of Insurance 07/d1/2011
00 72 00 General Canditions 03/09/2020
00 73 00 5u lementa Conditions Q3/09/2020
Division 01 - General Re uirements Last Revised
O1 11 00 Summa of Work 12/20/2012
O1 25 00 Substitution Procedures 07I01/2011
01 31 19 Preconstruction Meeiin 08/17/2012
O1 3l ZO Pro'ect Meetin s 07/01/201 l
Ol 32 16 Constr�xctian Pro ess Schedule 07/0ll2011
01 32 33 Preconstruction Video 07/01/2Q11
O1 33 00 Submittals 12/20/2012
0� 35 13 S ecial Pro�ect Procedures 12/20/2012
01 45 23 Testin and Ins ection Services 03/09/2020
O 1 50 00 Tem ora Facilities and Controls 07/01/2011
O l 55 26 Street Use Permit and Modificatians to Traffic Control 07/01/2011
01 57 13 Storm Water Pollution Preveniion Plan 07/01/2011
O1 58 13 Tem ora Pro'ect Si na e 07/01/2011
0� 60 00 Product Re uirements 03/09/2020
O1 66 00 Praduct Stora e and Handlrn Re uirements 07/01/2011
O1 70 00 Mobiiization and RemobiIization 11/22/2016
p 1 71 23 Canstruction Stakin and Szu-ve 02/14/2018
Ci7'Y OF FORT WpRTH Kroger Drive Phase II
STANbARb CONSTRUCTTON SPECIFICATION tiOCUMENT5 City Project No. 101015
Revised iv[arch 9, 2020
00 00 00
STANDARD CDNSTRUCT.ION SPECIFICATION DOCUMENTS
Page 2 of G
O1 74 23 Cleanin 07/01/2011
01 77 l 9 Ctaseout Re uirements 07/01/2011
Q1 78 23 O eration and Maintenance Data 12/20/2012
O1 78 39 Pro'ect Record Documents 07/01/2011
Technical Specificanons which have been modifed by the Engineer specifically for this
Project; hard copics are inclnded in the Pro�ject's Contract Documents
None
Technical Specifcations listed below are included for this Project by reference and can be
viewed/dow�loaded from the City's website at:
htt�:/lfortworthtexas.�ov/tpw/contractors/
Division 02 - Existin Conditions
02 4l 13 Selective Site Demolition
02 41 14 Utsli Removal/Abandon
02 41 15 Pavin� Removal
I�ivicinn 03 - C'.nncrete
Last Revised
i zizoi2or2
12/20/2012
02/02/2Q 16
03 30 00 Cast-In-Place Concrete 12/20/20 i 2
n�� r 1 r7-rz�-svr o iz
03 34 l6 Cancrete Base Material for Trenc� Re air 12/20/2012
03 80 00 Modiiications to Existin Concrete Struch�res 12/20/2012
nivisinn �6 - F,lectrical
26 OS 00 Common Work Results for Electrical 11/22/2013
26 OS 10 DemoIition for Electrical S stems 12/20/2012
26 OS 33 Racewa s and Boxes for Electrical S stems 12/20/2012
26 OS 43 Under ound Ducts and Racewa s for Electrical S stems 07/01/201 i
26 OS 50 Communications Multi-Duct Conduii 02/26/2�16
Division 31 - Earthwork
31 l0 00 Site Clearin 12/20/2012
312316 Unclassi�edExcavation 01/28I20t3
��.� �-z�✓ �9�e3'b` n t »�n�
31 24 00 Ernbanitments 01/28/2013
31 25 00 Erosion and Sediment Control 12/20/2012
�B � i �_r���
31 37 00 Ri ra 12/20/2012
Divi�sion 32 - Exterior Im roverr�ents
32 01 17 Permanent As hait Pavin ]
32 Ol 18 Tem ora As halt Pavin
�� ni �n
�
32 11 23 Flexible Base Courses
32 11 29 Lime Treated Base Courses
CITY OF FORT WORTH
STANDARD COi�fSTRUCTION SPECIFICATION DOCUMENT5
Rcvised Marcli 9, 2020
12/20/2012
I 2/20/2012
7 '] 1'7�z
i 2�ZQ�2� 12
� z�2a�2o t 2
Kroger Drive Phase II
City Project No. I p 1 p 15
00 0o ao
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENT5
Page 3 of 6
�� !'',..-... .,� T...,.,e,,.d D., „ !"., � ^f 7^f�r�nrzn�rc
� ��T n a r�vvr ���
32 12 16 As halt Pavin 12/20/2012
� ��� , � ����
32 I3 13 Concrete Pavin 12/24/2012
32 13 20 Concrete Sidewalks Drivewa s and Barrier Free Ram s 06/05120i S
32 i3 73 Cancrete Pavin Joint 5eaIants 12/20/2012
� 7�0 , � r��;i
32 16 13 Concrete Curb and Gutters and Valle Gutters 10/05/2016
32 17 23 Pavement Markin s I 1/22/2013
2 ��� i i rn��
��J r�'i...,,:w. �,,.,...... .,.�`1 !"_.,t.,� ��
2�� Sx�;re �o.,,.o�,.� r„t,.,, i � r��i
2��7 u�.�,.,] �o,�,.e., .,r,-I r�.,«a� i 1»�, nzvfcvii,
� "1�� �
32 91 19 To soil Placement and Finishin of Parkwa s 12/20/2012
32 92 13 H dro-Mulchin , Seedin , and Soddin 12/20/2012
32 93 43 Trees and �hrubs 12/20/2012
Division 33 - Utilit�es
� ��o , �,��;z
�� �
� ��o , � r�.r�-�v�v�z
�A v � r��i
'22� l�,.9....,.,,;,.,.. l�,....�...�.1 'i',..,r C'�+.,f..,«n i�r�zzr�vi�
��l 7 '1 M��
S
2�� n�m�T
22� n� rn��
�� y � r��-�v ii
33 OS 10 Uti1i Trench Excavation, Embedment, and Backfill 12/12/2016
33--A3�� , � ,��;z
33 OS l3 Frame Cover and Grade Rin s— Cast iron 01/22/2016
33 OS 13.10 Frame Cover and Grade Rin s— Com osite 01/22/2016
33 OS 14 Adjusting Manholes, Iniets, Va1ve Boxes, and Other Structures to 12/20/2012
Grade
�� r�,,..,..-,,.,, �x�„fv,- ��..,,t+., i � r��z
33 OS 17 Concrete Collars 12/20I2012
�g r � r��i
�� T,,.,,,,vl i;.,a« Df.,+a 1"f 1^f�z
�� ��
��J y � n�z
�4 n��a��
33 OS 26 Uti�i Markers/Locators 12/20/2012
33 05 30 Location of Existin Utlll�l�5 12/20/2012
�� 7?.,Tr.. TT„+� .,.,.a /'_.,.,1�of., � ^f !^f�z
���o i�r��i
33 i 1 11 Ductile Iron Fittin s 12/20/2412
33 11 12 Pol it� 1 Chloride PVC Pressure Pi e 11/16/2018
CITY OF FORT WORTH Kroger Drive Phase I[
S"i'ANDARD CONSTRUCTIO�1 SPECIFICATION dOCLTMENTS City ProjectNo. ]OlO1S
Re�ised Marcl� 9, 2020
00 00 00
STANDARD CONSTRUC'l'ION SPECIFICATION �OCUMENTS
Page 4 of 6
��
�4
33 12 10
��
�0
�-�--��
33 12 25
��
33 12 40
�-�39
�
�J--�"��
��
��
�8
ater Services 1-inch to 2-inch
n,..,:�:,...+ c,,,,f,,.� r_„+„ t�,.i�,,,
Connection to Existin� Water Mains
Fi
i � r��z
i � r��i
02/14/2017
, �,�-�;�
�����i
, � ���z
02/06/2013
, � r��i
p 1/03/2014
, � r-,��
ncrr��
1 'l 7'?�i
,�r��i
Y 7 r7r�-zvrzvii
n.c�i� nr��
r��
�I
�
�
.'
� 1
i �
� �
a , �
� _�
�
�
�
�� ��
�
. � i
.� �
i � �
i � �'
�� ■ �
��..��..:..�..�...:...;.s.���«.:...z;��s z��..�•�":,:.., - -
!'�...,a ;,., n1,,,.,. !'+�....,...,.r.. AR.,,�.L,.,1,,.,
D«e,,.,�t l�.,.-....-oto a,r,,,..l.,.i,.,,
■
��an.�..��r a..�:' . .ryi�uri+�ii�a+�:i.,ei:s:�:iv.��.
Storm Drair�a�e Headwalls and
�1��7
1 '1 1'l��
1 �1 l�1�Z
n,+ r���
� � r�-rc,zvnv�ii
1 ') 11�Z
�'�'z
i � r��i
i�r��i
, � i�-rcrzrnzvx�
n-r �n�T
� � ��r�v��i-sv�rc
� � n�nrx ✓rcv��
� 111rzrcv2o�iz
n� 1n��,
n� m�T
.1 '� 1: ��zvizvii
Y '7 !']�z
07/01/2011
CITY dF FORT WORTH Kroger Drive Pl�ase II
STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS Cily Praject No. ] Ol 015
Revised March 9, 2D20
00 00 00
STANI]ARD CONSTRUCTION SPECIFICATiON DOCUMENTS
Page 5 of b
Appendix
GC-�.02
GC-5.06.D
GC-6.07
GG6.09
GR-01 60 00
5ubsurface and Physical Conditions
Mittority and Women Owned Business Enterprise CompIiance
W age Rates
Permits and Utilities
Product Requirements
END OF SECTiON
CtTY OF FOR'1' WORTH Kroger �rive Phase IT
STANDARD CONSTRUCT[ON SPECIFICATipN DQCUMEI�iT5 City Project No. 101015
Revised Marcli 9, 2020
�iTY �o�����. ��E�DA
��trw:�z}i •,��,�a�l kfY� tJtv�id fs�L 4�i���Lii, F��
�41 R 1��r7J R� I 1
�-
k�AT�: 3{�J�O�� R�F�R�iV�� "M&� �1- �£lG �IAM�: ��KF��J��R �RIIlE PE-�A�� II
N�.: 0"i�7 ��I��Tf2U�7E��1 ��NTR�CT
��D�: � TYP�: �{3E���NT Pl1B�iC N(�
Fi E�#i� I I�� :
SU�JE�T: (�17 4} Au�h�ri�e Exec�tfo�r of ��onlra�t wllh F�eliaGk� Pa�ring, In�, ih Ch� Amo�nt of
�3.�11.���,7� for ����Eruclior� of �'avir�g, I]r�inac�e ar�� Tr��f�c �ic}nal Im�e�v�rrrents �or
�rogc�r Driv� F'i�ase II fr�m Ra� +Nhik� t� paric 1llsta �ircle {�0�� �art� Proc�rarn)
F��OM11�E�JI�AT€�N;
IR Es rec�r��m�nded lC�a�t the �€iy �aunCl� au�trori�e tr3e ex�c�tl�rr�oi� � c�r��r�cl �vith F�eli�#�1e Pavir���
Ir��, I�� the am�ue�i ��f �3,� i�I ,��2.7'3 f�r cor�skr�el+�n oF tkre pavGr�g. �f�in��� er�d �raffr� s�gr�a1
impr�v�in�r��s f�r �{rogar �r,v� �hase II frorr� F�a�r 1Nh�ke #o Patk Viska Gircle pa�c��act (�it� Proje�� �10_
1�10�fi},
�f��l���ID�I:
7�� ��ar���� of ��Is fv��ypr �r�d �o��cs1 ��n�mue�r��tE�n �Fv1&�) is tcr autl��rFz� a c�rt�ta•ucfi�n �or�ira�l
for �on�truct€on �f �avir�c�. �raae��g� arrd �ra�#ic si�r��l impr�v�tr+�r��s a! �Crag�r D�iv� fr�rr� R�y UVhfle
f2oad la Park VGs#� �irc�c. Tl�e pr���c� wi�l rrrld�� Kr€rger �]rive fir��n a� ta � 4-larr� ur�divi��d
t�ora�,ghi�rca, w+il a�r� tr�fFi� �ign�ls �� ti�� FCrc���r �is#rlE��jii�ei �enier �nd �t �"�r�C VI�#� Clr�le
{Y�Je�t}, an� wll� �:orislr�ci a�Q-faa# shared concr�i� �a�lti a���g 1he aa�th si�� �f� E�7� roa�, kn a��ition,
� med�an ��en{n� and lr�fiiic sl��al �riCi be c�nskr��te� �i �enir�l High �chval's mictd�� drl��way �n
Ray �+h€t�_
'�IZe constr��t�on c�n�ra�i wiil bc� fur�de� usin� �t]'I � Bt�nd �'r�gra�r� F�nd avail�bl� in t}�c� ��r�j�ct {�is�
Pr��ec# RJc�_ ����15}_ �'he �rn��cl was ar�v�rtis�d far b�cC nn D��:em��� 3, �U2� �nd �acamher ��.
�0�� �r� �F�� For� MNc�rf� 3�ar-���e���rar�. t�e� Jan+��r}+ �, ����, the follawing bi�s w�r� r�c�ived:
�i����s
Reliai�Ee P�vii�y, Irfc_
��r� 1rVorth Civil �ar�sEru��ora� L��
R�yes Gr�up
Me�l�nrion �onstructi�n �
Jacl�s�n �vn��ructi�n. Ll"€]
Arn�unt
��,21 '!, � 6�.
�3, 3��,7'13_
�3,55�.676.
S�,�i5�,693_
�3,G��1.F�30,
Tirrae of ��mple�son
2�{] Days
'�hls �rajoci w�il I�av� no Ir�np��t �n lt�� '�r�rr��ortat�or� ar�d Pubfi� UVurCts ar�nual op�reti�n t�udr�et
wher� f���l��ed, �af7s�ru�tEon i� ��cpe�t�� to ���rt ir7 A+1a�r 2E��1.
7�Is pr�o�e�� i� ii��:���l�d �n tFt� ���I� �r�nd Program, �1�+�1[�L�le re�au���s with�n If�e �er�er�l ��.�r�ri wlll
he s�s�d to pr�vld� irr�erirn fnar���n� sa��Rl debi is issu��, Onc� de�t a�s��iatet! wiEf7 tl�e �roj�ct i� s��d,
bor�� �r�ceeds wiil �eim��r�� 4�� �er�er�l Fun� In �ccar�ancc� w�lh t�3� stater�er�� expr�ssir�� o�ficEal
Inte�� to #��iml�urst lh�t �va� a�opte�i �� �rark o� iF�� ord�n�n�� �ar�v��san� i#�� bc�nd �3ectlan
{Or��r�anc� i��s, �3���-05-2Q�8) an� �ubs�c����nl a�[�on� la}t�n by the fuxa�rc�r and ���r����
�fiic� c�f �usira��s �quit�r: ReE�ak�Ge paving� In�. is in �om�rliar�c� wi#h li�� Ca�y'� �DE �r�ir����e by
coriirriittii�g to 1 il°lo M�]� �ariicipa#�or� on �i�is proJ�ct. �`he �E#�+'s MB� goal �n #hks �ro�e�� Is 171°l0,
Th� pro�c�ct is located in ��I�N�IL b3��`f�i�i �.
FI�GAL_IN�DFtMA�TI�JJI��F�TIFI�R�tOh1:
The b�re�tor �f �i�er�ce ce�tlfes �h�t funds �re availa��e in the curr�nt c��ita� bsa�#�ai, as previc��s��+
a�pr�prfat��, �r� lF�� �Q�B Bon� �rogram ��nd f�r tf7� B�sswo�d �,[JS �77 & FCeoger �377 prnjer.fi #v
�up�ort t�r� �p�ra��a1 oi �he abnvc+ r�ct�mrr3�nd��i�� �nd ��cecul��r� �f i�� contracC, I�r��r #o �ny�
�.xpen�ikure b�in� irrc�rrc:�l, ��e Tra€rs�net�t��n arrd Pu�Jle Works C�e�p�rlme�! h�� th� respor�sibiliky l�
vaG�da#e kf7� ���ii�bil[t�+ af ���ds,
T�
�Fur�d D��arkment Ac�nurrt Proj�ci Rr�gr�nr'M � Aeksvity '�t�d��t Rof�rence # � Amaur�t
. 1€1 _ . ECI � Year (C#,�rr#fae{d 2} .
FFtOM
� �u€�ti � �epartment A�c��snt I Pre�ect � Progr�m ��tivity ��td��� �#�iarar�ce # Ar�ount
�. �D .�_ ID � _ Year I��.rt�i�ld ��
�u�rnttte� far C�tv h?I_ar��c�er'� �ffice b� aan� 8�a�gt�doff (8�18j
�ri��natir�c��eRa�trnen# H�ad:
�lddi#I�nak �r�forrriatlon ��r�#,���:
WlEliarr� J�hr��an {���� �
Manty Fi�lf ��fi�7�
ATl'A� H I�l��►1 T�
N1&� M�,g kCr���r Drive Phas� �..�a�f
SEC'TI�1?�,1 iM�} 11� 1a"
:� �DEAi�A
�I'iY �F F�RT �Y01�'�H, �E){Io1S
�4L7D��+l�IJM h��. i
Ta the ��e�i�#��#ions a�d ���wtr��� Do�umen#s
�or
1{ro�er D�ive PE��se If (Fr�m Ray WF�i�� t� park Vi�ta ���cl�}
�it� Praje�t hiumk�er'I�'1�15
rsst�ed: b�ce�xrtoer ��. �0��
�I�# I��te: ,�ar�uary 7, �0�1 �t 'I :30 P.N1.
iu} il� [5 - I
AJ7t]f•.sVt}A
�age I uF4
1'��is Adden�u�� r�r+Yrs � part �f l#�� �i�tiin� L�o��men�s and �5+11E k�e In��rporat�d ittko �or�kfa�t
��cUmenfs. �s �p{�ii�Rbl�. Insof�tf 2�� kl�e �rig��al �orr�r�c! �o�+�n�enfs a�d �p�k�i���ior�s an�
C:ons�n��tiorr f�G:�rM ;�re in�onsls�tn�, shl� Adder��€�rn gov�rn5. Ackn�w9�dge rec�ipl of this
�dd�ndum hy slgr�iri� �nd aEtac�ir�g Ik t� Ih� C:gr�tracf Ds�c:�,�mprsts {inside), �l�l� recei�z of th�
A�d�n�um i�t tk,� 8id Fr��asal �nti crn lhe �ut�r env+�E4p� nK yc�ur C�id. FAILUF�� �O C]U SO MAY
UB3ECT BII]C7�1� TO D�� 4JA�IF��+4X� f�.
�ros�ectiue bidd�rs ar� #�erebv �o#��ied nf.�he foll�v�r�n�7:
Tl�is r�dde��dum incl�aclea kl�e fiollnwrr��,;
I , F'x�-Ri�i E"r���enfruian
An elcc�l�{�t+i� ��ees�cni iiii j'f�� #t�a•rt�at) ��f' rEtc �ire��r�tatit5i� �;��rcn �I��ri�tig #��e i�ae�-
I]1311�St{l]'Y F71"{:-tll{� iTI���J11Ea, �l�EL� IIt S�"��I� I�,M. �'S�- an C1ec.c�Tih�r k�. 3{1?�'k is ��rl���ltic�i �sa
s�its �tid�:�,d��r�.
?, Pr�-Bi�i S:gnWla, �lr��r
A�� elec�ronic �r�:r�i�xri (iir P€�1- k��nnalj ��t fi33t 1tre-L�od �r�tciin�t :�it���dee si�*nYin wEtec,4 4�
at#�sc17,��! to tf�i� adden�rtin,
?. a+�l�i��e�l�+ �ur�ines� 1��3ter�ar��e (,�1F3r) .�tut�r+
!I i� r��u�T��ri�n�i�`d EI�6t �tll ��mlTa�Cl�r�� �la�u:ii�� #o s�al��nik ��id� far �l�e a'r:�j�ct caxn�act �3�e
�iEV ol' �«rt 1��p��li ��}f�r�e «� E�ti�ilieSs �3ivtrwECy ;tn�i rcc�ues� �lit l�tt�s� �c:�ti#ied M13�
�,��� �r�i��w c�,-ri���cR 1�sr c{�„ ��: re�}��css�cl h� ��irioilzng !��'..I� lif_:c+ r�sar���vtir��.lt.4,�.,,,_�;,}� .
�. 1'rc-Rid �'�e�tii�� (����ric,���
1}�ar1n� klic �rre-bid meeti���*� Ih� �tE�i��E��:s �lsk�ci tlt� ti�lEnu�ing qt��sli{}iiw C�fti�.k�f ;�ns�v�r�;
�,re betx�� p�-r�vi�i��! ��s N�art c�t`Eh3s ad�kcnclttm;
�: V4'l�.it is IiIC ��pected �nsi i'Nr4ge'r
A; Tk�e e��ir���ficd ��rstR�:ct c�+�i is rip}�rox�k�t�#�ly ��.5 mi[liE�n t�� ,�i3 �rt�lGon_
�ffY [1F r��11�7' Ll��]Rll� 4�mgcr fi]rive PJ�ase II
��FAh]�AI#€1 t:t1h14T[��CTfC3�l 5E"F['if]C.�'T�C17� T'aC�['L'M�.h�r� ['d}� F'raMcct h'o. IUIDk4
{�c4tti{5i 15Li�' � . _��� �
p[I i}; j � . �
Af1C1FNf}k
j'��2�' � n+,'�
(�: �� ll�c�'e u lra#'�� con�rol gl��n I'ur �I�e as�rli:�ll o�ve�'is�y�' 1�re �v� m:�iFlts�in�ng lw�i-
w:�y �ra�'tie c►o thc �����►sMll cx}�2�'L•i�"'
ll; Tl�e �xistin� rt�:�d��ra�� �� �G=�' ���ide_ 'I'���r��v,�r�� �rnffic �.�n l�x bc �7�w�i111�3.II��L� �FI �lEl�!'�)�
t€�e rt�ticl��r;��+ ��11i[e xlte ori�cr 1i��1f �w heing cnr�str�ics�d.
�: W1�at devic�s stiM'e Iwc�iM�� Mjscd iar irul'li� c���trcMl p��iu:� ���`[�li�x� ur v�riic:il ����Mei
ch�u n� I���ers"r
1�= i�e�lictG€ ��;1�+�1 �:ha��r�cl�rin� �ievic�5 Il��d stris�in�; :�i�c hc,�ki .�rEeptu�le F�;r I�;�f�fie 4'�,nt3��l
�= Wha� i3 ttM�`� r�����n��al ��n R��v 1��'IMii� Road piiid u�rilc�`''
A= �'�r �eckicti� �17 �i 1 I i, �c?nc��e�e p�t����r�tti r�n��,�'a� 1S 111�';iS111'�lI �1'Ll�il �}�CI� ��!' ����'h ko
back uf u�t�l7_ -�l�c rcm�val tx�R�� 1'4'lii�e �o;i(i C4irh 4* ]tlC��1iI�L� SV1�I1 jE1C 1'C:1t5pV�� U� tFEC
R�o���ve C�}r��:r�:#c �'3Vit1��11� �Ll�1�Elt}�. F�II� I�l:Itt ? �,
{�: [l�� SI��F�� � etf il�e ����i���, Ili�x Iri•���e�i {Mua�►ii�i��5 �4�ec1�, l3i�J O�em �0 �I����►�s 1 L5 ui�
�u'I��et �fr, I��l� SItc�1 ��r [E;we� ntwE �p�t�Fyv x�ltr�l tE:s�# it�nt i�.
�: Tl�e I���novc �10��:_ �t�r�c�_ 4�r�tciurc itcin nrt �l3�ct 5o aa ft,r t��e c�flcretc flti�1r�� rc�n��'ul
a� nppr��7illiik�t�1�+ �-E'r1 �+�5, �5' i.T_
�: Whnt i5 ihe p;�v4rr��nt s�ciiuu 1�r11' kF�y ��'hitc l�u�k�J'!
�l: Tlie p;.�v�nf�n� *�c�ion i'or ��;ky I�V��tk� Rnnd i� tn irra��li I�a� �-+�r��G�'e[e �r��em�nt *��:kint�
i't3rt I{rr���.r F}i•��+e— lU" tr�a��:r�l� c�n fop of��i" C�iTtC SE��1��17.ed Skfl]gF�IC�i:, T�V�}ICS� �eCEll)F�
?F3 I7:�s i��en atl�{�,�i lu �E��ct �3i�, s�e b�l4�x�+,
�: �]ucs llte i'ro�cM�e� H�1r��' T�`airysi#ion shsrwn ���t �lic��f 6�i ��cd t{r ��e i�tiill�d an�!
{r��erl�id or sE�tr�lcl i� ls�F I��t't �s :rn �-Ii��1�1C #r�:3�iticw�'' !s �i�is �t411-dcpth
rl'i0[iSLCIIL'�FOl4 [I� [�3L' j}:�vem��i? V4'k�}' �S IE �3�1� fflll�tJ �14�1� flL��ri:�id'r
.A- `R'1ie I��V1:IC' trai�wi�i�rn �n��s b�:ctr rcins�v�d iic�m Cltr ��I.{n� -i-hi� �ret� i� ���ew ��ro�,�seci t�}
1��5 ���illed ��3ci ov�rEaid. Sc� hel�w ti�r �e��is�cl �rl��� �lieets antl �id prt���{�4�i� ch�n��.�.
�: l�r��rrKkM�� ttee �s�i�l :snd ckvcrl�4�' ��ctinn. �il �Vg �.ICI'IUI'li1 C�Li I111�If11� f�3'S�, flsen
widtii t��re rrtttsidts ►v#II� cu���rete ���� theii c�u IIM�� r�����rsa�' ��{t:•tECF��7
�: Mliliittg �I�� en�ir� ��a�clwny ae�cE cnnstn��tin�;1[��: kvid�r�e� �}c,rti��nu i� �rn acce�zt��bl�
i�tc�licxd.
[�: �4►e�'e i� i#en� 4� � 4+� Akr}�iSlf ��FI!9C �I"y}�� I� ����� in t�c pl�tr4s:'
A: 'i{i]15 �tCkTi �S t(lf t�1C Wc�i I'�rk 1��sta �ircic cc�ntkc�tic�r�_ 5�e 51ic�� ���, T}����c�tl S«.lRs�n
#�.
CLYY �}� F± FRT }w�}!R'I'! C krog, � T]i«�� EFhnse i!
STh�i��RD CCIh'tiTiti.IC�T]{?'� Sf��C'TFfC.AT[clhl llUCUM�NI'S {'il}� Prk};���� ���s. I IeC�3 c
��cv��ti�1 .1uly :. 'll I 1
[�fI�JS Ij-.i
�.1[li]L`f1�b A
CFiFe 3 0l-�
f�: 1}cMcs Ilcm �� � hdjusF' F�;xisii�yg Ir#'i��ti{�n {�q�►` ��€rias`�� Ec► tEie em�r����ernrnfs in
I�s�Y �'Itit� Ro:�il;"
11; Tl�r Adju;t f'xtstir�g ]rrig�ti��n itern is o�ly fi�r work �t the R ��� 1�4'I��Rw J�t�ar�R
rm�rovem�n�s loc.tl�on_ �rn��s�orx :���k�s[�3Xe€�ts a�lo�3� Kro�er Dri��e a��e iyc�# exp�cted. -I'I�e
�lew�:ri���i{�iti ��f i3td Ite�n >�] l�as L�e�n r���se,� [o r�llect t€�i�. se� i��1��kv �'�'uj�'��. f��:�n��:� C
�I�a��e� far rnore in{���rmli� ioai.
�: VIF$II ri cF��l;�r�1#e �rri��tin�t �t[�n���nnce item w�ih a �rre-%id rlmu4lri� he �IiC�iftlt�cl �nr
ICI'l�,B�IIIH 54'StELEI'G 8tliik� Ii1'(M��I' I.�I'i��e',
A� 1�lco. a se�arrtic ifr��,��tion ��Il�rkv��ncc wtll ��{�� hw iitclKtded ���if�� [l�e ��r�,j�c� ai ifnis ti�rr�.
�: Ilo�� I teRt� �F� — W�ter L��t `I'n�, ��'al�er 141eit r, and f3�icli��#}VY `�CV��I��11I4 ��L'Vi4`L`
euci�s�e perrnit�, ins�ec�iva�sk ��nd Ee4s �tssoei�tcd �vizl� in�tr�llat�qn ��f the �vr�ter
��1�=fc�'"
!1; �'c�..�il 1'4'����r D��:iI�iE�C�t]f �}�f7721L �l}7�1�1{:�7�9{}i75, ins�xeclicti�t�. i�SS{� �k`i:4+itL' IilI:IL���CE WIkIi
Itei�+ �h_ �ee a�tac��e�E S�ctinn �2 �� UU,
�'R�1.! f CT :44 r1 N ti.� ��
RrI4��[}��'L ��.c�ior� �iU �? 43. ��EF'�.�tCF ��rrti� a�talci,�cl �ecri�,rs ���� �? �+3.
:t. I�e��iseci ��u:�tt�i4y c�� C#�d iter�� �.1, ", �urt'ace �r1�l�ing, to 1�,�27 S�,
L�. R���ised quaniitv o�� [�ic� item 3�. �" �1spCr;31� ]'s3v�r�7�1�� Ty��c Cl �i� 17.87fC �Y
C, I�v11��1V�{i H14I �t['lli .�i��, � E�AC� I E1�CI.riltl4�ll_
�I, f�e+�'�ti�i� A4��Ii9C C7C�itllio lrrigatioi� �o s�+cc;ify w�;rl: c�n !{;t�� 1�h�1� ul��ly.
;�1�D S�cti�u �� �� i}{i— I'ian��n� lGTi�;aiicsn.
C����'�2��C' L'I�]iV �Lr1I\�5
C. R��1(?�'Is i'J�n �laeet ?{l, 12i�f�'��r1C'� xs�ith :�����;he{� �'I�ii �I�e�t ��R,
a. I�.��tt��ved H���C t�31iS1[1[7tl �{11171I�fCl�'L'!'l�ly,
?, r�rn+rr���. �ian si�eet s3, i��I�L�c.l�, k���1, t��t.�ck�cd i'G�oti �E��c� 53F�_
u. }l�l��:�f typi�s�l r;e��i,��, 2�i i';si• �{n�F WEtite f��}��nvt�i�3cttts,
3. l�i�'��9��f�'F: j'I�irt SMocet +�f,, €�I;FL:AC'l? ���i�l� ��tH�he€11'Irm Sh�c� ��3R,
a. C�emir��cd �l,1�l��- �rar�s�iic�n sc, millr�,vcrl:ey,
�. !�L'?�'��1'V� �'E;�1� �l���et 10�, RTT'E.f�C.'L �v�th a��ac���� Plar� 53�a�� l�Rft,
�, �1��'�f e� �'C'f tor rnill �tnd �a��cf?�y s�ci�uri C�'�n b� �:[an5i�'LRCi��1 �i� tkvn IikGves ���rtiti
tW43-}7y��/ ��-tlF�l IC lllillll���ii��:c1,
I�, ��;�rii'tecl R�t}' �liite �inprc�v��n�nts. tir� i�s be �:c��as�ru�.ted tirt�t.
L'l�FY �?F rrrRT LVCtiRTH kr��gri C7�iu� Pl�u �� I]
57hhD�1R� C{}T�IST[�U�I-li]*� tiPE���lff[:�l'i7C7N C3C1L:���lGNTS f",53� Pl+,c�l �a�. IEi1�115
RCVIiL'+] ii47}' I .:��� �
[N} ff5 15 - 4
A3]I��l r1A
Fnµo� af�
rl�knowkecl�,c' y�r�� ��e��zpl �,� Ackd�ndum �i�. I by �o�n�l�li�lg i�r� ��q�ested ir�Fc�rrr��l�nn �t ll�c
��IloWltl� EcrC3tt[]I75;
� I) In l�e s�s�ce �rov3 ded in ����icxri {?iF �} � i1i1,13id F�ran
�2�j l�di�u[� �n u�kp�r esse letl�rs tan the oK�l�idc s�t'}�avr se�lcc� bisl cnvei�p�:
"�tL��.;�'Vf3D l�i+f!] 11C:i4i�lOW����]GFD :L�}L7�?�L7LfI�`i �i(}. R„
Al� u�k�e� �rt�v�sion� a#`the }�l��r��, s}�coi �tcaiir�i�s and con#xac�t d�cu�cEtts fnr t�e prvjeol uv��icly �rt�
i�o� expns�ly arr��n�ied �e�-ei�t sh�ll rcmai�t i3� f��l far.ce anc� ef£��;t,
f�c�i�u�e ta reEurn �x �i�;�ied ca�y e�f' ��7� 77[I��L'�1[iwktl7 WitE1 L�l�, pe�J�t�s�il s��all b�: �r��tr��c�s for rende�i���
�he bid non�resgc�nsive, A sig�ed copy of tt��s u�id�iidurn s�ali be g��caci int{� tl�c.�ropv�a� �t t��c
�.i���c; oF' bjd submitt��.
� ��;� r��r .a��rr��� � r����;
l�illi�m Juixn�un
Direct�ai`, '�'rans�or#�l�[���
an� �'u���ic V�l�rk�
� �
+ ��
r�
C`an�p:��t�: � �� �� � ^-� � ��e"�
� � �a.i.M
ry ..i +�r�.�n��{�
1.�,�� } w��m.�.,.
y� ���nfi��n,++�
r� x�.-:,
�y� . i��i�i�naa�
l'
Gl]�fl �,�len, i'H, C�F'h�}
iuter�m �:�gzn4e�it��{ Iv���a�er
; ������
��
� ���„� �. �.�..��'.���i y i
�#�� � •.*���
�*� �,*�
� ....:..... .. .... ........... .... . �
�JOxVA�`HA� � IF�ETt�i��
1...,,� .. ................ .....
�� �'•., 1 ����7�r�i
�������.����1����`''��4' �
�
��� OF' �CCT�f)�1
C:�t'Y C]N i=�Fk�' Wfi�TH
5`fAN[3ATtu i:[1N5'fi�UC]-ED� �RPd'U'�{:A'PIUC+E D�CUhiHN7�3
kauiacd �uCg I , 3{11 J
F-4E�
1 �J�2��#?2Q
�76�C[ �RVL' r�18!IG �i
L'�tyl��a�rc�Na, IiElU15
�
C�
�
�
�
�
�
�
O
C�
�
�
�
�'
�
�
�
�
C
�-+_
�
�
{�
�
�
�
�
O
�
!
�
O
�
�
�
�
�
�
�
�
�
IT1
�
O.
�
�+
�
3
�
�
�
�
�]
�
�
�
�
�
�
C�
m
�
�
{b
�
�
�
�
�
.�+�
O
�
�
�
�
�
�
�
�
�
�
�
�'
C� �
�
O
�
�
I
C�
�
�
�
�'
�
�
�
C�
{q
�
�
�
�
(�3
C?
�
�
Q
,�
O
O
�
C37
��
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�'^�
�
�
�? �
�
�
�
�
�
�
��
�
"'�
�
�
�
�
�
��
�
�
�
�
�
�
�
�
�
�
�
O
�
{�D � � �
� � � �
� �• �� �
� �
� � � �
C C� � �
� � �
� � � �
�,�'�
�� � �
� � �
o �
� �
��
� �
��
�
� �
�
� �
� �
� �
,�. �
�
�
�
�
�
�
� C� f� �
. . .
� � 'Ll '�3
� � � �
O � � �
�. �. �, �.
C� C� Cp (D
C� C� C� C�
� � �+ r+
� � � �
����
� �
� �.
�
�
�
C�
�
�
�
�
�
�
Cb
�
�
�.
�
�
�
�
�
�
�
�
�
C�
�
O
�
�
O
�
�
�
�
�
�
�
�
�'
�
�
�
�
t�
�
�
CI�
�
�
�
O
�
�
�
�
�
�
�
�
�,
*�
�
�
�
`'�'�*`
�
�
�
�
�
�
�#?
�
�
�.
�
�
�,
�
�
�
�
�
�
�
�
�+.
�
�,
�
�
�
�
�,
�
�
r-��
�
�
�--h
�
�
�--�
•
{f]
��.. �
CU �
��
�U ,�,
7� �
[D �
� �
�
� �
� �'.
� C:�'
� �
� �
��
�
� �
��
��
��
�
��
�u �
� �
� �
� �
� �
C� �
� �
� �
� �
� �
� �
�} �
� �
� �.
�.+ �
� �,
� (�
� �
� �
� �
� Cp
� �
� �
�?' C�
� �-
. �
�
�
•
• • �
� ,� � �,Jj
� v�, �, �
� � � �
. �
� {� „�*� �
. � � �-
�. � o �
� � � �
� �
O � �
r-.
� �
� � � �
� � � �
� � y� �`
� � � �
� {� i� �
r+
o � �' �
� � � �
� � �
�
� � � �
� � �
�
�. � � �
{� .��, i� �D
�� � �
�� � �
,. �
� � � �
O � C �
� � � �
� � �
r+
u�, � O
� � �
� �
� � �
� � �
3 ,
� � Cl�
� �
{p � �
� � �
� �.
� �
� C�
C� •
�
r
�
�
�
�b
�
�
�
�
�
�
r�+•
J
'�i
�
�
�
�
�
�
3
CD
O
�
�
�
O
-�,
�
O
Cp
-�,
�
C+
�
.
� �
� �
�, �
� �
�' �
��
� �
� �
� �
� �-
�
�. �
��+-� �
1'-i. �
� �
�
� �
o �
� �
� �
� �
� �
�
� �
� �
fD
� �
� �p
� �
� �.
� �
� �
� �
� �
� �
� �
� �
� �
� �
�
�
�
Cb
O
�
�
�
�
�
�
�r
�
�
�
�
�
�
�
�■
�
�
�
�
�
�
7�"
�}
�
O�
�
�
�
c�
0
�
�
�
�
�
�
�
•
�
�
�1]
{�
{{}
CD
�
C�
�'
�
�
�
�
�
�
�
�
c�
�
�
0
�
�
0
�
�
�
�
•
�
�
�]
{U
�
�
�
�
O
�
�
�
�
�
�
�
�
�
�
�
�.
c�
�
�
�
�
�
�
�
�,
�
�
�
�
f�..
❑.
�
�
C�}
�-r
�
�
�
C�'
�
c�
�
�.
r�
�
c�
�
0
�
0
�
�
. •
�] �
�C �
� �
r+ �
� �.
� CD
�
� �
c�. —
� �.
� �
� �
c� �
� �.
� �
� �.
� �
� �
� �
� �
a �
� �
� �
�
� �
� �
� �
� �
cs� �
� �
� �
� �
� �
o C�
— �
�
�
�
a
�
• �,
�
� �
O �
� �
C� �
� �
C �
CQ �
� �
�+ �
� �
� �.
C
c;,' �
� �
�
� �
��
cu
�
�
�
�
�;
�
�
C
C�
�
C
�
�
� �
W ry
' � �'
� '� �
� ;
� �: �
� . �- �`
; �
- _ x
A�-
�::�:' � ��
�
. � w �=" -
l � � Y y ��� i * �
�. :� .
� , �i i y ''�7� � r��,;t
. � � ,FJy 5 i
.�,, �
# � �� � ;����
� ,� � ��. r' �
1 � . �
;t�� ' �� � �..
� ;� �- �� � ;
ti
-� �� f #�.:� ��,�
- � " ar+� � #+�+.� .Yr�*p►r—
"_���� •�4 '�:fi sl�.',T:': . 1
� �il5t �,+,i � +
���w: _ -
� +�� _
, _
� �F� ' � r.
, �Y� �
�
_-�.�.�,
i ��
,
�.�y
�� �
'�'� ��
� � ,__.a
. �
�F .
� '
�� I
�.r �
L J i�. � f �
.1 ^R��� { . i.i
� .� •�fi }.w.i�a/ t..+� � F
• -,1u l.F:::�,v � �� 'F � �
�� ��r F
�',�slk �-�r.• .
� � .. �� �
:����� ,
�s±:,�. ���" .-,{ _ _;
�
_ ��� � �
4 �r. �
� � �
�.w
. I I, _ �'I i�� �#I
-�' F�` { `�. � � � P . � 's
.+ . F' � , . � �
.+' .t 1.� � i� 'i
r
'f 4' + x + � -�.
_�' �' I- _�� �J �
' � . _, . _
�.� �., f. ti � , ;, j �.
'� � �;� � k ' � ,."'
_. �i
� ;�i ^� �n�-r.n� .,����j'.�'I"��'
:� i'�
� .��'���� �„
k� ='i "'`1�r:axrr.;;+�.,.,.+.?k�{�� _k�
� -Y �ti . � �.'
� '{ �i"',� ..�}�if'��ti � .
m'�-' ' +�I � _ _ '�r, I i
y .I ��
t' � Y _
_�
0
' �� -i 1 �#� �. ����:
� �. � ;
� �*_� :
� .
i -
� r" • �
��� -' .
IE��`�
j ��� I
���� � i
� ��
e
.�y x�
■'i
i � � ��
� �. ��
:, - � _ , � � ,
"�x �'
�� ., .
�
� �
+ ,,4' ��
k , ' . ' i
_ ' J _
' , ' +T
I , .��
��.�. _ L . �..
�
��� �
�1� � �
..��,�
�,
��� ��
�.,,.r�4ti'N �.�`r
� — k
� - - r. �_.sk . ,�I''x►�'{.rr-irt�rr�.r,4�'"��v�
�� ' #r � � � � } �' {� �� -�'�'. � � �;
� � � � ��-,�, f� a,�r� �� �,
�
�
• • �r'
� � �
� � �
� � �
� �• �
� � �
�' �. U�
� � C�
� � �
� � �
� � �
� ��
�° � o
���
�
� � CD
o iv �
� . cn
'� �
�. �
� �
� �
� �
�
�
�
C
�
�
��
�
�
�
�
�
�
�
�
�
�
�
�
�
� • • • • r=�
� � � � � �
� � � � � �
[D �O�CJa
� � O �� �3
�. C� � � C!} � •
� � I I ��
�J�[i �i
I � �
� �--�� �
� � � � � �
� (� �-�- � � �
C�1 � � � � �
� � � � � �}
�
� � �. � �' �
��'����
. � �- � s� —
� �� � � �
r�����
� � � � � �
� � �� �
� �
� �" CD
C� �- ,��+
'� �. V]
��
� �
O "�++
��
� �
�,U �
��.. f�
� �
� C�
��
� �-
��
�
r�
�
�
�
�
�
�'
�
�
�
• � r�r
� _
�i
�
�
�
�
�
�
C�D
�}
�
0
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�r
�
�
N �
�
� �
� �
�- C�
� �
� �
� �
�. �
C� �
,.��, �
� �
� �
�
�
�
�
�
�
�
�
�
CD
�
�
CD
�
C��
�
�
�
�
�
C�
�
�
�
�
�
�
�
# # i � ■ i i
�
�
�
�
�
c
�
�
�
�
�'
�
�
�
�
�
r�.
�+
�
�
�
�
�
O
�
�
�
�
�
�
�
c�
0
�
�
�
s�
�
�
�
u��
�
�
v
�'?
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�'
�
�
a'
�
0
a
�
�
�
�
�
�
D
�
l
�
�
0
�
�
�
{�
�
0
�
�
�
c
�
0
�
�
�
�
�-
�
I
�
�
h]
�
�
�
C
�
c�
�
�
�
�
�
0
�
�
�
�
�
I
�
�
�
�
�
�
-�
�
�
�
�
� ui
�m
o �
� �
� �
� �
��
� �
� �
��
��
��
��
��
��
�
� �
��
("� �
� "'�
� �
� �
� �
� �
� �
o �
c� �
� �
�o
��
-� �
��
. ,..�
�
�
c�
c�
�
�
0
�
ca
�
�
�
�.
�
�
�
0
�
�
�
C�
�
�
�
�
�
�
�
�
�
�
0
�
.
c�
�
C
�
�
�
�
�
r�
�
�
�;
0
�
�
�
�'
�
�
�
�
�
.
�
�
�
�
�
�
�
�
�
�
�
�
c�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
0
�
�
��
�
�
��
�
�
�
�
�
�
�
•
�
�
�--�
CU
�
�
u� �
�
�
�
�
�;
0
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�'
r�
�
�
�
�
c�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�'
�
�
�
�
�
�
LI]
�
�
�
r+
�
�
�
��
�
C�
0
�
�
�
�
�
0
�
�
�
0
�
�
�
�
�
a'
�
�
�
�
�
�
�
�
�
�
�
�
a
a
�
�
�
�
�
�
�
�
�
�
�
�
•
�
�
�
C�
�
�
�p
�
�
��
�
�
0
�
�
�
�
�
�
�
�
�
0
�
�
�
�
�
o�
�
�
�
�
�
�
�
�
�
�
�
a
a
�
�
�
�
�
c�
�
�
�
�
�
�
�
�
�
�
�
�
�
—
�.
�
C�
�
�+
��
�
�
.'�
�
�
�
�
�
�
[p
C�
Q
�
O
�
�
U1
�
�
�
3
�l,
�
r-r
�
�
�
�
�
�
�
�
}(•
�
�
�
�
�
�
�•
�
�
�
�
V
�
�
�
C�
�
�
�
�'�i
�
�
�
�#.
�
�
{�
�
r�
�
�
�"�•
�
�'
V
��''�
��
�
�
��
V I'
�
�
�
�
��
�
�
�
��
�
�
�
�
� .
�
�
�
�
�
�
�
�
�
�
�
�■
�
�
�
�
�
�
� i • • •
i.�J
�
�
�
�
�
�
�
�
�
�* 4��
5l+
�
�
�
�
�
�
t�`F
�
�
�
�
�
�
�
�
�
�`
�
r+�i+
�
�
�
�+
�
��y
3.6/
�
�
�
r�l•
�
�
�
�
r"'w
�
�
r�
�
�
++�� �
*..+ �
� �
� �
� �
�
� �
� �
� �
� +""f
=�'1 �
� �
�
�1 �
�• �•
��
Y�
� �
�• �
� �
� �
V�
rh
�
�
�
�
�
�
�
�rr ■
�
�
��
�
�
�
�
�
� '
�
�
�
�
�
�� ■
�
�
���"
rr�� �
�
�
�
�
�
�
�■
�
�
�
�
�
��
�
s
"'�
�
�
�
�
�
�
�
�
�
�
•
�
�
CJ)
�
^�
�
O�
�
�
�
��
�
�]
�
�
•
�
��
�
�
�
�
�
•
�
�
�
�
�
�
�
�
�
�
�
�
�
�
•
�
�--f
�
�
❑
�
�i
'C�
�
�
�
�
�
�
0
�,
�
•
�
�
�
�..
U]
�
�
�
�+
�
�
�
'�
�
�
�
�
�
�
�
0
�
�
�
�
�
•
�
�
��
�
�
�
�,
�
�
�
�
�
�
�
�
�
�
�
�
�
� � �
D�� �
� �� �
��.r�
� � � .�
� �� �
� ' � � Ell
� �� �
����
� � ��
� � �'
� �
o �
�
O
�
�
�
�
;�
r*,
O
�
�
=
�
�
�
�
�
�
��
�
�
�
,�
M1 F � � 6 �
� '� r —
1
� � � � P � � ��
� � •i �
� y �
]
� g}ro�� � a �` } � �
4� _ �
—�_
n ��rp� s '� M � '�
� 6'����� � � � � y �
��n � y� � P 2 �S
T �'� � m
� �
�� � � 9 `� �
� ¢
o T � o
� � �� � A �
� � � � �
9
�
� � � � 4 �
� lyWY ! ]
9
]r � li Y. x i
}
��
� __ ___ _
�� � � � � '�
' :;� c� [� f3 o S, �i.
'! � @ .. { v
� ia =a ti n'i 7 �
� � � �� �� � ,� �
i
° ^, �` � _ I
''i � W
� �'r : T � '�e
� � � � � ��
I�; _ � _ _ —
� � �' � � f_
� � � I= I`
� - `� -
I,� k — � �
O
�
in
h
6
C7 d? L I++ S �s� �t� ��
� I
�
0 ❑ s] b Q � � � ml
L` S�
r�
�
��
�$
�
�
}
n
��
�
4y
�3
� r^
v ey
in .,
i
�TMU
:8 m
�e�
��a
�
��a
�$ a
µ��
��
��
e i
� ¢
w �
c
r�
�
�
r� �iv
u � � •.�
I� �
�
�
7 rn
� ���
� � �
�
4
� �� �n
; �$
n
���
,.��
��..
����
4�M
� �
�i �g
� �!
�
�
� V
r �
o�
��
�
� �7
��
�
�
z
r
�
uu����
ii�i r � Hc u��ua�
i�.u. � „�,
���� ����� ���
F��dl�� I'r�i
�� �
I
�
3
.I
5
F3
7
�
�
11]
17
:�
!$
76
15
1�
ii
SECTION 0�4 A� +�3
PFZ�PCISAL FL3F�M
Yrn�CUllrm Ii4rRnaarion
i�rscraWirm
A74� 7.�,50 S�Iv,ir�� FI�' Hy�iF� n1
U2q i S=� E2 S�Iwiga 1" Vu�[ar ��p$�F
�1�� ��1� �Fk�VI{�9 � ri�'Worarh?�a[E��
D?.�1 151�t SaEu�ge2"WzterF,��fer
3�if;�r�f110$ TF+�nC� S�r[+[y
33n5.�111i �" Vala�e �ex�kd�ueimnn�
'�.,�i5 sl 1 i i 8" Vnlve i3ox Ad�us�m�nr
�;�(1 ; �7 a �2 C[�ne,re3e C�r�l3r
,i�e1���'I�F� �"���.;��,�d�il4rr�lk�i�l�rL'
�:�t2.17�7f;1 r-Frs Hydra�F�
33i?.4117 �or�nuCkl��, �a E+r�sda�� a".1 t" Yw�lo� Mav�
aai �.aoo3 1�� w�l�- ���,�i�
339; ?103 1 1�7" Y'J�[c�r Ser�'EL'9
331:2.7203� �" Y�laEor se,�n�o
330�_0106 M�nhv!� AJ��s�ri7arik. hiaJ�r
3.i05.U7[37 hi�ahliurcJkl�uslr�onl, h,4lnnr
3305.bf 12 L'u�sc�rte Col?ar
8idd�r'� �#�{�li��ti�rr
5puriYlcu�iiu� f!¢I�til [iii!
S�xlluol�a. �j�:ls�:rc I41u�n�iLy
4���1 7d
�};' �' � f �4
{}� df �a
U2 �I K f�
33 05 1 I}
:3:t OS 1 �
3a �5 14
';3U51"f
�zs � i ��
'�3 91 �40
�3 :2 26
33f2iQ
;i3 t7 1�
33121iF
:i� a5 1-0
33 {l5 �d
:�3 aJ J 7 `
Efi
�r1
EA
E+�
LF
�A
E�
�A
tr
@�4
rA
�
�r1
LA
�A
EA
�,�
3
1
i
1
�7
:S
2
5
.�'�
3
.i
�
�
I
�
2
J
flitlders Iho�n,�„il
S1nqPrlt- I finiY�l��r
5uli=1ula1 t'r�l�
Rlel�i �� }xl�wllY � LLR44M III'o�ill� er Irfl �rr��a�nl��Flii
}�} {I���.U•fOS Fv4Yli{YVPC.i}fl[r�I��JIVL
1y �]�d10�1C� R�IT1rSVeA6F11?�I[Dliue
2fl E72A i�[�CsD Fi��maYe Mi�sc Con� 52rur.lure
21 U�di.Sa6[} H�mnaefnrtr�'vmr
27 42� I. 116{l F�ea���:��a ASPhr�ll i'vonf
23 b2d 1.13'�7 I�evr.-r�we Gnrif C�rF. R �ull�r
2� �2.L 1.15f]E �" Surl3ce Mill���
25 42d 1.301 � RFm:ra� �,' S'nrm I sr-a
2s 0��17_3059 Remr�ve 3�i" �s�rm I_=nr
�7 �?.�11 .1dp1 R�mnve Ha�rhVelflSEi
�� 3�10,�1��1 5�1ef�le,�Rnfl
�9 3i�li?.f�11�;' 6'-�:' Tree Remnvn2
3� '�i�;�f�9�11 Llnr,+;�ss�flr�d�xcaystinnt�yFlr�nfRs�,9dv�aY1
'�1 '�12d 01�11 Fmhar,kn,enl by Pr�n
3� 3y,7� q�S]3 �N+PPP x 1 a�ro
33 3137 0101 4" L'uf]�iolo �I}�:J�
3d 3f37.UfU4 Mnd�uriw Slon� Rlprn�r. Dry
�� t3211 :?'�1 t ii" Floxlhae Ei�sn, T]y.ic B_ Gf�2-i�
3fi 3�11 a4a0 I��yd[�te� iFina
3� 3211 f}5{I� #i" Li�ne '�r,��lmord
�59 3�;� [l3+]�' �" A��rhall �'vrnl fypfl �]
3+� ��:2 []�o: a" A���f,�h BasN �Wpp �
,}{] 32i�.¢ip.� I IJ" Gnrr, PYmI
+�1 32'13.Oi�3 kl' Conr. r�vrn�
d2 :i2'13.G3C� I d' �onr, Siria�n�alk
d3 3713.�ai41 13" �anr,re'� DrivQw�]�
;. 3213.OS?1'i B�rrier �ree Ra+np. TYi�e h1-2
nzai 1�
C2 A1 1;i
OJ �S 1 13
62 b1 1�
,ik� +E' 15
a}� �1 I l5
l}� d t 14
72.11 1.
{i� � I 1 �
�72.51 �d
39 1�] +it'i
,31 1�] Ltp
31 ?.? I6
312.idu
3� 254U
;y k 37 UU
:� i s�r �o
a� i i z:s
332 11 29
3� 11 2�
'J� S2 16
3�f2�{f
;�2 13 13
3213]3
3? 1 � 2❑
37 1 i ,�Q
�;�� 13 �0
s�
5F
[, S
SY
3Y
I.F
aY
LF
I,�
��
I.S
�A
CY
r�y
��
SY
s��
5Y
TN
SY
SY
3�'
5�'
SV
�; F
3Y
F�5
1 1, 7'�8
1.1p7
r
3.343�
1.32`r
�
F� 1;3
i�, �+?'
�a
3a
�
1
3
�,+;L}[}
4Q�S
�Fe2
2C�4
1 _U�17
1zu
E3, �jE 1
t7,�7+3
7+�❑
`,1+�+,7
1.b' 51j
�8,}0�
44.q
�
2 i
crrw nr ei��ri w,�nF� r
srnra�arto c+��s rni�«m� sri =.-ir�:-,=sn�ti i k�� i;w �r�: r�:
i v���l�e.wuE'_'�11=U1=0 I�iI J uil lhi.i l'��qr.�.i155�u:I.hiaJ.
IIII a1 d+
i�l�f.uiih}de�.
I'u= J iil 1
sfiCTION o� az .aa
pFtOpd�hi FLl«�41
�'4� 1 1"'�I�i� �IIJ
P�a�cci I leui l�tlam�nul Inu
r��.u��� i
hie.
�:�
4 F�
�7
�B
�7 9
5b
�1
52
53
57
65
$b
5�
5f1
59
BG
61
��
b3
�
fr5
Gb
67
fiB
69
��
71
7�
�a
7�
7S
{g
�� r
�fE
i ��
�,.y�r..lr� ir�r. �r"�'� fit•xl �Un
;it,.l iuR L�,
:!�'J3.bWr� Fl.srrtinr FraW k�m�, [Y�,�� �`_i 's2 1;1 �fl
3�7s�.tl7f�1 G" CbhC. C:u�lx and Gu11a� 3� 1�, 1;�
5�9�.+�70�] G'� 1'bpsuil 32 41 1$
a�9�.o�oa B�ack s�d i'rflcernon� :ti� 1D 13
3d�7 q 7Q9 Rem�Ve 519n parlal �r5d Pos1 3�0 �11 3k7
;}4Yj_�f��1 T�s��nE�`ne�Sro1 :1-1�113
a�t��.€,o�� �.rtn-Sl�p $leed F'Is1e a� y,� sa
394+3.�ilU� �prHy Irrig��lori 3� H�S UU
S�}9'3.i1QQ3 Ad�ust �x�stNir� dfr.gel�nn tAs Kay 1+�rula� 3� Nh {1!]
8949.U00� trrir�aGon Contrn:lar, �Qdesla� �uun�alin:i 32 A� U❑
fKJ9�i.440�, 1�alea �Ine'Ce�, Wale+rFAetar, ar�� �3a�ki°ow `�'2 EN �4
�c+yenlJorw �ey�i�g
9F8� Oi03 �'I�ni3" Tfee 31 J343
7217 000� �" RR}C F�w+r�9 A�farkfng N+�S �Wf I rl�' I.INE. 3i1' S7 ��' ?3
G!{P�
3217.4�0� +4" SL� �vm! INar3cle�g I-IAS (Y } 3� i i 23
3�17.p�p� �" ;LD �wmf Mariiing hfA5 (Wj �� 1 F 23
321 T_�20c #3" 5�� gvYd FISeYkinp hIAS (Yj 3"c 17 33
3t17.�.�'iCl1 ��" 4Ld �yrnt h.Serkinq I�IAE (k�L'j f� 1��;9
:i21'f 7i10�' �er�e Le�e-*id Arnr�u 37 17 �:!
3217 270� REFL F�slsed 4lsirl;��r a'Y I-C 3� 1 7?3
�27 f_�703 ���L Ralaed 41arkRr 3'Y I!,A-A 3J 1 i�:i
32j1.270�1 Ft�FL F�slsed 4laeicer'�'Y II�-� �� 1! 23
3A+� �. �FiO� �GPfJ51�Q ��EF.FIISIi� 7'��r�C;7F1 .�555fFi�,ly �Sfl'ar) ?.4 �S I 1±1
34d1_.1G0:{ �urnlshifn$tal� Alurrs S��n u;ound Maur,l ��ly 3.1 -0j �{}
51 r1.
b99�.UUUN t8" Yl�lxl P,�rn� h4arklh[� I�IJIE [Vti'] 's� ;: 2:!
33��.4sU� T!orrcJ� Sale!y 531�5 1�
:�:��.�,�a� �a��a�� �i��sni .���� i�
334 �.U4i1z ��" R�P_ Ciass III 3",: �1 Ib
3,34�. 1•402 fx�i �ux Culven 33 a I 1;1
5�4 f.15Uf 8x4 �ax {sulVerl �f3 -01 14
ess�.0001 �hl•F'uV•4i�taa�4w�ll TKL��r��
+.3�+3�3_bUo� �'k�•,� ��±er��iwu�l TxL']J7' a{i�7
�9{39.OUt19 .5'4`d-rJ 4Vlhovral! r KL]U7' r,�7
s�,��_au�� Ps�Y ��-; ix,:� ��a�� �c:�� c�s �� ��Ku��r��fl�r
S$A'3.�01 I F�ad�aslrl:Jei FiNil ��rY r��{tl� f xl]OY �$Q
�J45.UU:2 ComblFxatlor� Ra41 �iY C.i�?j Cxb02'.�51
SJi71L n �
��Fi�illf'
�A
it
CY
SY
i�
r�n
�4
SF
L�
�A
�k
��
I, F
LF
LF
L�
LF
�
�A
EA
�A
�A
�k
E�
LF
tF
LF
�r•
LI'
f-_A
� Pk
£A
��
LF
�r-
di�ia�rs ��.,�
1�In�� Pn; � �„I 4' �I�ir
f
I
1
i
B�dci��-'s �4�p�i�a#�or�
�'I'-
��tlil�l iF}.
,�
�dF4
.1t6
y,,i��1
1a
�
t
2,11�71
t
1,5Qp
�,500
,10iY
3'f C�
�3�q q
i;i
1�
5U
75Q
2
YG
7l�
�41
59
lD
s��
��
I
3
2
.�
:i63
: t �t
UnHflt'I'rnFfic�d�fli�I�rnpra3�canenLe _ _
8b ��O.�+U:1S ��imi5hrin4s.�ll �l�r. $e¢v f e�esla'
B1 2�A7 �r�`;, ." �'[]ha�,TF'd� ��H 2�0 {TI
B2 7fiA,'�o�� ;" i;C!Nf�T rVt, 5; H�Sn �Rl
a3 7f�iF.=�S�? �.a" �:C7NfiT � Vr. �s�H �E� tTE
�d ��OS 302fe 3" CC�NbT r�r� sCH NO {Fl�
as �;��'�n�� a�� �[aNf]Tr51C. S:'H F,tl (TM
F�', �2fi�5 3034 4" C[?h�DT FVC; SGH 80;�1
B7 :}4d1 10�17 3•6G�G� arr����l NB�d ks31�1J3;y
7f'r li5 iJ�
;�i> [!� 33
aF r�s ��
?.ee ff� 9�
2Fi G5. 33
: 7 I}4 ?3
27 O6 33
34a11i1
�A 1 .
LF ��iF �
LF !OR
�
I.F i,n�� �
LF �&�
l,F �l�
4F 2013
�Il f S
�'ll'YfM �Clhi Wu7i'ial
:T, wf�+p Ix C.i]','S T4o7fTu W 9aPi'mi[.{TP � ir �[tinA�nl7
�.+,00-�.�.rt�l0�•iu�u ' nu a� �w riw rn,p���.i K��o¢i�W:
r.O��il
h�i, Yu � �aan ar
Y'iC. 7 �r a
Uf��T PRI�E B!D
Il�sl�i�� t
F;ir
#k9
9�J
��E�
9i
92
93
�-:
�}5
�fi
$7
98
9�
' UL:
:CI
Go�
1{}3
rn�
1 Q ,r,
147�,
!qr
1 bfl
S [k$
I10
111
�1�
1 �3
1 I�
-c
tiCf
I1F
119
119
120
7�1
i�2
923
i 2.5
125
126
127
±�8
���r��� d� � � �i
�FtC]P4S,4L F0�2h!
f'ror:zLler�ri fa�fi�ioialwn
fl=;rnj�[�oo
3441 1 lll�� d-Sucl Skgri;,F Hesd Ax<_tniily
�{4� I 1011 u�xd Ss�iul I-l�md ,4,�iit�ky
:3��i1.1E7�� 2" �e�[ Pur:f� ES��I S!aklu�r'N�9�yn
;i�c.41 1{J3: Furnls2i?I�istall Ikudo�,� Pn�1�G�#Idri Fush�ulloii
3d=41. 124� Furni��,llnsta�l VIi�S
:i4�i f.1�S�r Fe�rnrSlYlansi:�zl d�[ybr•tl L1�*[2tlI�Y� S�+slor�:
3ad P. izt7 f'�,r����frr�rrs�aai wrybr�a 1]E�rectlon �atr�
34a1.T224 Fr�rau5htlY�s:�IIF'tefnifio�aG'o�
3�1�7�1.1228 F�tnlsF�khs��b hSod�k f��'� F'eeump�irnt
3�.�I.IZ�d ��wF,Ish+liis9�Uk�dar�,aL,l�r
3��i1.1�49 ?h'{;'I� AW;.; 41t�11d•i-rrndildnf C:�b]r.
vr.� 1.1.i70 A�i: 1,1 AWi� i�llili�-C.onduCiu� C:ai�.'e
3�td 1. a31 i.w�s1C i+i AWG MuI;FCnndu�lar Cahl�r
3,�+1f 13rt2 7rC:1�#Fi1+4rGf49l,1lI-C:u�dl,c:ar��7hIE
3.1+1 i S 31 Y 113+C � d A�+�f G ��1 u:[i-Cnr,ducl�r �yk51e
:aA.11.1315 �i�rC ��I A�ru M,iSli-C;unduckorC,�hle
's+lA1.'132? '�!� SA A'Nr1 Mu�li-GondutlorGa6le
�.%��. �.��'�Sl� �O_ I'i GR51J�r�:P� ��P� t'r{1R[�T
i3dsi.1109 No.81rt��rl,�i�� �ly� �rin�ir
3.if 1.1 j! i FJq, 12 Inziil3t�ri Fle� �n�dr
Add 1!d �3 Nr fi f3�r� Flar. Cnnrtr S�a
3+��1 I R� td Nr, $�,3FR ��FL Cn�6�
��f�l� SGI}� Gr��in�i �nx Typr f�, w++�i+T�r�
i4•14,fi�C�3 Crnl�nd Eit7x Ty�� i?. 1u�Apfn+�
34d1,16�1'� Ins!�xll i�l' � ia' F��d�'n+eh.ssmk,ly
'#��1 1fi11 Fi�rnlsl;�Ins�;Fl+Ty�e 4f �ir}rwr�s Pnle �
;1��� 15�7 Fiffnlrlr�ln'tl,sll 7}qle 4� �gn;�'- f�nl�x
'a4.i+ i�R.� Furr�iatill�i.IcF�I Ty�p�44 Ss�nal p„la
9dd� �62;i Fuinls9Ultrslail �1as��hrr�� I$', 3b'
34�4f.4E2�' Fufrri��i�l�s1311 �41��s� JIYm d0' •�#k�'
3�4 � rtG�S �urri��fr+�ns�all Typo :i �J1 rlr��i
3a�11.17�� �Y � �ig�,�l Fnuiidavori
?�1ti1.1'iiY3 TY :i �IgY��I f����id�Clayi '
34� 1 i 7d+� ��Y +9 SlgMdl FrxJndatlan
,��1�171"u�r Fu�nlsi,?I��stdllS:�rFal-�5treufGri��x�e
�.�d7 f7i3 Sl��nal {:rl�ln�t �riU�uLillvh - 3*,21
34d1_i7�11 �urrvi;3�+InsGatl ���I Cuiilrollat C:ahtncl
.i�S� S. f TI ��IIfR:StiJaf55Ia�I �C1-'YeSI) V6IC SIf1Gf2 �fIRSH
irarsaskak h�aaarF;i P�d�s1a�
�saa 1���1 Fur�risfr�rr..ssal� Als,m Si�� f�ias� f�rm hiount �
:3471.UOf]7 Tr:�114c i:ffmtal
20�5.3� 1� 2" C�Ni]1' PV� SLH 4tl (T}
��xc�l 1411iiFii
�ecl�n� i'ri
.S� � � 1 �1
��1 41 !0
:i�# 4 F ll?
3d di �u
.��-0t 1�
:15+i1 1Q
?-0 d1 10
34 -01 10
.q
�9 �a 1 10
3•4 4 � :Ci
34 •1' �C'
��1+1t 1�
3d .1 I 18
�a �a I li1
34 .! 1 1 al
;id .i 1 1 ❑
�3d �F1 1❑
�34 d1 1fi
.i:t J a 14
�d �I t 1 u
3d .11 I�}
3d �11 IU
�+� �� 1 1 �r
3d �# 1 10
�.7 .t 1 1 Q
3d d� ot]
�d d- t��
3:4.tr II;
34 al t�F
3� 41 1 �
sa�i i�
34 �s i 14
:5�1 � 1 10
,id •41 70
.�-: �i a 10
3.1-011Q
3ddp 7U
a� .tt �a
41 9b
�1 19
U5 3'w
1 h��L �51
4� romvc
�A
�h
�
L•"�4
CA
AF�Ft
L�'
Lf
t' A
LF
L�
I_�
LK
LK
I_F
�F
LF
!�
IF
I.�
�F
I, �
FAk
��
�A
FA
EA
��h
FA
E�k
E�
�A
EA
CA '
�A
�A
�A
BNdd�r'� App�i��#i�n
Ei ��d-i's Rrr�iosr�l
I L�IL
L�I�api il }'
�
.G
2
h
�
3
SP.�
3B�i
2
�, 020
�4i]
10d
1,i}2�
E.f�
33s
�,Fao
a��
7.15
r., 47{}
�Gpn
700
1.�1Q�7
F,
Ei
3
1
d
�
7
3
�
3
�
3
�
�
7
EA
1
EA 9
MU 1
E� �.C+DU
ff���l ���=K
fiid }'pll;e
i t I x' 2 il Fr}IkT 4ti'[M7i�
3? i41I i4 � F i' i 54�iTRI �. I Aff:'$I'I`'. li II �5 i I{'J4 I Y�I �L'Nk.', PS
��u���i U rvnnl :a� 10r lu Ilu J i i,iF Hul Ih'l�uur 14'wf�luuA
lH� a ! .i �
,nr� r,�� �iti�ti � �
rq�: a �d �
9ECTfQN d0;� 4�
PROP0�+5[, F�RN1
���� ����� ���
Bidd�r's �lppl��a�ion
I'i o� res hem tln[urrn�Nnru
Hidli�l li-i�i
h I} f ?!''o:l I�1[iLn
ia.n �SG�a.3f'r1? �' �orvr�r r�.+r, ���r�� ���
13f1 3d�! l 15{}7 �m;�nr! R�x � y�P fl� w`+1�Fnn
181 3ddl.lEdS F11rnF3h+lRRafl[�T�+�F;�3�J4sf'1
3dd 1.1 i7$ ���rni�hr:r.s��g ?i.4�•d930 Vrdl Sdn�1� RhesH
I �� r�s.Rs4c�Set h,ipS�fed PQ�lpg;r�l
j�3 `s�41.3?D� Fidvey Hlsim �uufid-all�� YY ;i
1;;r, 3�a 1.3:Jfr2 f-umisl=�knF9all ktitvap� Ilfum �'�' t� Pnle
13� =-0•! 1.3•SO4 �-�-2� 4.1�=�u�+.eK Aluni �1Pr {;csnducj{x
1:3o J99f1.W}i:i f=l�rni5l�f�nsl�I� L�G L�gfilirp �rxlura
$1idSu', Ihupir.Ltl
\�k�L'�lir.�jsiL� 4fwl n[ Ct�_�
!itic�ursKM1 41[�ca L)LLm1�ly
�� il� 33 LF t [SC�[�
?#�1 1U EA 1��
.i��1�4 �A �r
34 41 �(} �A
I
� +i 1 2G �F5 1 �
3� +tl �[1 �A 1�
3+id1�C� �F _5,7��
�.i .1 a ��) F. A 7?
r;u�i,'•u�- I n��,l',�i�,r
?��YI-7rlyk L� hll 111
rmr r�r rrwT s��rmrai
57 kM1�4ROC{]h5l'iii'CTIf7li 9PF.rTFI�a,T�lHfilUllk�}h7ti
I �rm Ptyuul!GI'_01'_0
Rld T►unohwuey
4=�'il {1F h�.<fftlk
R�b�Ta!,1lJnii �
$niF•Fu�d 4 �miL 11
S�h•Tu[rl �liul Fll `
T�k�k pid C�!eit i+ ilnll Il �F�S1q91 I�fp l
uu aF uu ilhl ruq��wl W�xl!Ii�J�
33 ji�i i116 — 1
P�_.�hf'E`Ihl{T IR1lEi;A 1 11.13V
I�ugr I ufd
I
�
�
,�
�
�)
7
�
�
I il
��
I'_
1�
I�
k�
«
I?
1K
I ��
: tl
�I
��
23
,,�
�
?�
,�
.
��
2!c
��
3 C�
3l
�1{.C��E���I� �� R� �MI�
Pi.�11�lTi?�fCi iRRiCiAT���1V
����•�' y - �r�rr.���i.
i.� ��in��n�.a���
A. l-I�is Se�u��i irtcludes �i�En�. �ral���}s. �pt'it�kleG'�, ;�p��f.Gl�i�:�. �����trnl�, ar�ci wiri�t� �'C11' �JL[1�3111k1L1#:
t;u�l[1-Cr� IiCl���a�ll S}'St�i�l,
k.� DL!{[NI'�'I{llti�
�A, �s�t�r.,i �'r�3i���; Do��-nstrt�am r�i,m conll'ul �+��I�es tu s��'il7kie�'�, ��e�i;�l[i��. Ri�� rJr�tin v;��v�a�,
P�pin�,ls �ir��lcr }�re�s�re riuri ng t�o�v,
I�_ �I'176�t1011 M�Il1 �'ipir�g; l�u���n5kl�r�i��r f����l�� �����r�t «�' c�xidr��c�i€�n tn ��+��er ��szr3�r�k�i�r� pipEr�� [�.
����� 1r14�1�1�1in�. C{1kt11"l7I V3�Y25. I�1�71J1Q i�; tltZ�tf LViitl;a"�{��SCf1�1kIk111i14SV�rE�`ifl �]'C4tit11'C.
i.3 �i.]EiI��II'T'�,�L:�
A, I�I'04�1IC! �8E8= ��'l��l[i�� �}P�.�.SlS�Y P�[fii�S, ra�e€� c.ipzot���i�, ��d �sel�i���s uf �ele�t�d ��tt:rde�s for t���
foll�x�{in�;
i _ �}'�ten� �°alve�_
2. �pecf:�I[v �r�{i��es.
3, �ontru�-i+altf�. L���tes.
4. S�ri���l�;r,w,
�. �rrag;���u� �re�ia,lties,
fr, C'cmtr{3[ler� �s speci��et� ii1 �arrstruciicsi� ��+�4kTnc�+s�
�_ U�xerE�li��f1 �ilt[i nl�iinl�n.`�tt�:e ��ata_
�.� �����L��r� ��sr�r�a����
�i. C�.1cc�rM�;:�l �'rx��3pi�i�eiit��, �e��kc�s. :�nc1 1�1�:�:�s.+;�a��5: 1.,i5CCCR i�1�d �;113�ECt� &� d4finc:t� nt IYf��'A I{l,
Ari��l� I{Il}, h�' r� t�.���r�� ;��,c���y ���:i}it�l�le 4c� su�l���r�iiies 1�3vin� .�uristEi�.li�+�t. �n�i n,,�fC��tE Rc��
�nfea��ic�cJ K�s�:.
I'Alt'�' � - �'}t�1���.�['TS
z.r 14�IAI�iL9I��.��"�'t�'r�H���
r1, !�� i�7�i�=�t�r1 t7�3 ���e �i����mg�.
�.a ������.'ru��:�s, �►�v�� ��r�'�'a���
�i_ I'b'C' Pi��e; A�Th�f � E7i`��, P�C' 1 120 cc��npo�G�cl, Cl��s� �t1U.
� . r�V� �uc�6ce� l�iG�i�g�, ��i,����1e �a�a: ,as�r� r� �.����,
I�ru�;e� C}rn�c Yhaec �I
C'lly. Pe�iaet{ Ur� 1f31lI I S
R�v�R�ii lanuury tX�. 2{ll�)
_az xa ��u - a
ri.anr�rrxc i���«;��ri��*�
�F��� ? �ra
�
�
3
�
7
�
7
�
�
lU
Il
I�
1�
l�
1�
I�
1?
1 �i
��
��r
�l
7�
7�
�a
25
�(�
�7
:;i
�y
'� (I
31
3�
33
3�
�.3 �sU�l�l��.41.-1�]U�''4' �'f1LVLS
r"�. �'VC f�a�l V�iiv��: M�� ��• !��, ncr��tt�iun lypc:, witi� ta.�! l-po� bnll, ���ket ��r � I�a'�:catic;� cEul��Iti�E�ke
�n� �:tinncc:t��r�. ;mc� pr�ss�re ra[in� rtot l�ss lha� l50 �sig.
�,�# �1�'���'Ir�J�.'i'1r' 1+`A!_�L�'I!:4
11, f�:��1�� ��Eitamalic C�on��cri 1�:.<<ves; ld��l{t�e}��}i�a�:�i� 1��41y, nbnii;�lly cl�e�ed, �Jiap�iragm ty�i� �vi�l�
ma��ua] r�t7w ��I,�1a;���rGcnt, un�� �ap�r���cc� h}• �'�-�I 9�. tit7�23iOld_
1_ [�ianufa�tur�;r ��s irt�ii��a�cs! ,.�n �.l�� cC�,��ings.
[3_ {�twic[c-C'ou�l���c: F�.�utory�t��i,�iu.it�c�, br,���c t�r hrass, �ivo-}�l�cc :�s��rt�1,1,y. Inc1u�� cuu�leF
v�+��[�.r�seal VcR1V�: I'�IiiOV��}�� Ll�}�]Cl' Ill]i��' VVI��1 S�)�ITE�l,-��}�1S4:LI ur ��eiglll�.�i, �u�ber-co�+ere�l +c$��;
li��r;e �wiv�:l �vikl� 11�+h��i�. I� I.�{l, �, 3{�-1 I_��l3-i iltiread� fier �;�il'i�iFi Ii��a�' ��11 {]ll4l�l; a�r�ci ���;r��in�
kc �+-
I, h�anuf�ctiire� as i�dic�ted n3� tl�� dra�vi r���_
{`_ T?rai�ta�� Back�[�' C'te:���ciJ �,�'av�:l �rr �.rus�iesl sio��e, �,radcsJ Frotio 3?�� it�ch M��i��init���i l�� k inc��
�aa,f�iiioi4lns,
�.4 4�'����KLL�S
!1, Desca•��t�ntt: PI;���r� f���x�s����:�ti�1 cc�r�o����-r�s�s[an[ in�erior �ar�s a�5k�ll�ii 1`[]1' L�t11I{ki'fK1 4�iY�1'?]�!�
{>��er t;17� i�c sp�'tit� a�e�a intfi�:a�ed, �t avaiEaL�[c ��a��r }�r�w���re,
I, h��st���G��cs��ror ��s inclic����c� csn the cl�;,wi���,�.
z.� ft��`c��+���r-rc`-c����r���. sv��:n��
A_ �l+i:�n�t'sct�r�r a� Gna� r�ated ,:�n 41�e �€t��'�r��s tir�cl as spt���ied in ���tistizictinn diw��n �er��s
F��RT 3 - EXf:C'i?T[Ol�l
3.� I�;r#��'1'[���]���{
�_ I17S��Ii �)I�71fik, :�1i4+ }v�rin� i�M nituvcw �mc��r s�dc�v��s€�� n�zd ��via7� �er tlie d1•ct���a��,s,
�3_ I'rt��i�1� mFn�mum cc}vcr u�fer top ut 4rr��er�n�ts��kl ��i��i��� ���{,1•cfiri�, lo the folkowing,
l. [rei�a[iu�� �++Isir� Pi��in�; h'li��iriwtim �i�plh �rF [ � inch�s,
?, I��MEc�cal I'ip�n�- I :} inchcs_
3_ Sleeves: l �s inci�e.�.
3.� PII'1��; ��PPi.[C'Ai'ff��l�
A. l�a�der�rc}�n� Irri�at�ae� l4�uii� f i�r»�: PVC' t����� ��r��l aa��;kc�. I[tl�t��s; �nd sol�+�n�-�enie�Eed�c�in[�,
per tl�e tira�v«i�5,
Li. i_���4x:�[ �'ipi�,�_ C:l;�ss ?0�� k'V{' pi�� a33d s���et fitt����a ���r �17� sI�F:���ings ��n�l dei�Mils,
�_ Slc.���c��� C'lsss ?��f I'V(.' �i�,e �r�{� :�c�csk�E �itlin�.�: �nd s�3venl-�ee�-�r:i����i jc��i3�s.
3,3 �:�L�'T� r�P�'�,.lE`��'I�i�'S
�1_ C�ontrc�l �ai��es= Pc3� ilte rJ���vingr:,
���r� t�a,�� r����t, a�
f•'isy P�p}sCk *14, 1 �71t115
���„�.� JW„���y �r�. t�„�
;2 K-4 IISJ - 3
l'€.ANCf�1fi TR3�ILi�1T'3{lN
Pnkr 7 tGf �a
I
7
�
.I
5
6
7
8
q
�0
IE
!�
I ,�
34
E�
fG
17
1�
19
� �}
,�
:?
i3
��
t$
�fi
?i
2 "�
�9
3t!
.� i
3?
3.�4 rl��'["Ar..L:�'I`[[?I�
�1_ l�s�;��l ��Epts�� free,�f ��ig� ai�d l�e���la,
L�. ln�sall �o�ips ckf'pip�5 �iar�ll�}i ��1 ��i�h c�slicr, s�r;���:� l� perrrait v�i��-o sen+icaa�g,
�', �tt�«]1 �it�3ngs �t�r cii�nge� i� tiir���i�n and ���a���iy c���nec�in�i�.
�, Inst�il e�nic,a7s 7�itr�c�n� to v�lv�s �n�t rt� fiT�F�� 4'onr���4;�io�s t3, s��E�er �•�airi�s�t,en��,
�.. Lr�y }�i��ir�g �}n solicl i��se, unilo�ail�' s��pe�i }}�ilF�t�ul F�ump� +�r �epresssoG�s,
�, C«n�rrrl Valves: Znst�iJ ii�i cr�n���i�l-val��e E���:_
C, 1=ltwsl� �;ir4'�ti[ pi�iin� �viri� t-��II h�acl �s#' vr�#tcr ;�r�41 in��t�ll s�r��ticic�� ;�fte�` I�ydrsraE���ic lr�l is
cu�u��ie�ecl,
l�E, I.,�rc}it�. ��}rii�Ccl�r E�e�d� ta� ii��iirttari� a ��oi��i�n4�ii� rli�tan�e ��f � inwl�e� fri���G �7;�vc�� �url'r����,
�. EnsEalt i'rersumdaa�� c�}nRrnllers cin prcuas� c43r�c��eir 3�awes pe�� tl�� clr����in�,,
�, 1��t�ll C«�t1'lr� ��l�le �i� s�i�7c trer�cl� �s i���r�r�iior� �}i�3mg an� :�t E�nst � in�hes l�elc��3� c�r Gesi�ie
pz�Gn�„ I'fc��=i�l� c�nciK�G�ai� 3�f s��e r�sk� �mallcr tk���n �•�c:{�mm�:n41c41 lx}+ cu���rckll�:r m�n4Gfac�l�rrr,
Ir�stall cb�ie in �eR�ara�� sl�eve undet' ����ed ar�ari i#'i����aE��3i ��pin� i� installed in sie�vc.
�.� 1.n�El.,iN�a :�iVE� ���;�r'rrr��r�c�
�1. �o[ used
3.fi Fl�[..�1 {��lAi.1T�' ['171V'3-R[}i�
A, I'crf�rrn I��� full�,�t�ii�� #i�lcl #�ts G�tr�i ir��p��xi�s�s anc! p���r��� l�sl n�c�rl�:
I_ Leak Test� �ltter ins«Ila[i����, ck�<<rge �ys�err3 �ni! test fi�r le��:s. f��pair €�utcs �nd rextst un�il
�c� ��'��a(� ��iSE,
�, �7pee�tiu��tl �'es�; Ali�r �l�cteica3 circui�r}+ l�ai� l,e�.i� e����r�i��ti, �t���r�t� ccs�uro�l�r� an�J
:�xttorn���c, cuntrul valves �u confirM�ti G�ru�er sysEe��� o��eraiic�n,
3'I'�s� and rtdjuw4 conl�'�l� a�c� ���il�c�. [�r��a���e �7in.��c�C ,ind m,ilfi�n�;l�crn�n� cun[ess�s �nd
.�,�
3. �i
�yMuprri�:tr�,
�3. I�ernovc anci r��ie9CC llallfi.4' :Gn41 r�-insp�ct �is s�ecitied �ki]IrVC,
hF}J�)��'�NC'i
A. �l�ilt�s� aulCin�,� U���t�lill'���I�I'S,
B. Al��a3St Skl[f}Il]a!]C �{}17[3�]j YS���ES �C1 ��'i)Vide Ft4��v fa#� nf-ratcd n��er�ti�3g �}ressur� r�quireti fix� e����a
sprinC�l�;�' cii`�:4Erl,
C". Aa�1u�t ���rinlc3efs �[r t�3�:�f �vjll be �ltish �vitii, �r ��a�E nic�r�: ti�an 1!� �����h a�iuve. l�inish �rQ�Ee�.
�����; ���� ���rn�ir,�v'r �rtorrn���F�
A_ Fvr�asui�emen[ c��' [hi, i�e�ii is as �tated in [h� C'r�pasaC Hc�m�,
b:l'i�E�•I f7��4iP11d15oT�
�iryT'iuto��,l��F IIEI[fl�
Rtwis�sl fauuntp �1�}_ ,�01!7
3?,Adl10E•�
Pf.,A�TTT�I� I[{RfGATTf}[*�
Pagr � ��f.{
!#_ �'avnl�en� fi�r il3is i4ei�i sl�all l�e L�y tl�� �:�ntr��.� u�a�l �ri�� a�i�i sl��l� ��c �i�ll ���7zpei�satio�ti ��r
-'_ 1�4�i13ik�l111�; .kGI �:�l�r I���.tar�rncnl permik .�ppki�aEions, 1°4'atcr b�:partrr�e�� ins��ec�ions, V4fa�er
� I.�L•��rCme�[ it���in�* f�ec:�, labor, 4ytupr�t�n�. tacals, SL1�7�7Li�S f3R{j Ilti I{��l1C3�1 R�CL'5481'�+ {�S L'{]il'L�}i��C
� k�ic v►�ark.
5
fi1
F�NN1 [l��k'C"T�C_l�!
kio�crlinve E�I�ar.r I I
C:itv I}ro�ec� hfu. I i}li9k 7
Itek ��ed Jonuary a I°), ?I} t°�
UL�4i
NT111:1+. � �liy
s�fr. �r.1+F " rFr,���� � T+�9� tT �i� art � ws }ps
����� ����" . ��%k ���{�d
� � � �� � /y,' �
I I t � �. li �4 �' M1.% }.
MarCl+ uNE - sTn az�an � I I � I �, 'py� � .,
� i I '41, ���; �;;k �'::�_;� � p yp�g I � � �{ �� �' .{ r
.� �� ��� � � ��� �I �
i ! _{�"_�'-` �, ;i. �.��`.`= �}' °�. � ������� � ��, �i i, � .
�—.... . . � ;zr � :�� , a I •� � ��
I I�� ` I 7 I rt.; �� k� �, 5.4 �� F �� II II # i� *i' �}� �{
�� � . e , �. � i _ , �,� � � r. ti1 '�r �f �
�� � I � ��{ � " . � I . _ , e 1 - � -- � --� -� �
�i �. ,' ��-.�� . � _
.s,�__r �� �i � i ��� � � I,..jIE'',i �"t �� ►,� � ��
�a =�� � ��`� i {� -�- � � � � ��� � _ ���� � f� ,�:��. � �� _ ���
_ � ��.�- � . i . _� -
}" � � ' '�� � � ' ��y u -- - �i �r�� i, '� �
.,�_i��A� ��� k' a�.�}��j �� i6y �i I�r �I �� � Y��' I';�p�
3 = �+�, � �k ��'��� i -` . ..%�aGi. ' � � ,.,� 'r I � . j�.� �' ' �
� :��a ti ��L -�' „ �; . � -.�q.1 �`'I. , • 1�,' y:_ :� � !! '@ � T� Fs
� xa�y �p'�ti! '� ��xj*I, � � "'����," � � � i' ���� ' y. �`' �' `� ��F��
? ���� � n �.� I�� � �� � ��x'r:C � i � ~ i.w�� .s,�I�` li M �C1 i , _k.�'�
vF i 's `.�' _` � I � I a r� M1� � =' �c'4�
- r -� .� ' `i �k �.}{ ,� Y�[ I I � ' : � + .� � f F . � ��.: ,
{ � i I I k� �.�•� _ I �-"'.-� —~ I� k I..
�� � u ;,�i � '� � F!� -�__-- _ i � F � 'zd.e F i �f� i��f �.
�' x� � �� � � + ;��'�' � ��� � � � t� i' �� � �. �. . .
�rq �� , �.�f � �.,�- �� �a i � I � 4a I I" .�k� I
� �h i y II � '��C ., A �a I i � ���� � � I '�., � .
�� � �. I .,�� I- I �
t �� �• ��' i �� I' � I I I �
u �A� 1 4� � "� .�� I i � � -� �� � �,�' �' J i
i
� I� '= } �I_ _ �� � ��� � �.
�'� _ �R . � ' �. .�'?. �,,,,, � I I. . �..-- �^ � �"� _ �
�� ". I �'X� I I I ' I � _ �, -��r'•��. { '
�� � `� i � C I I I � I� I.I ��i• + � „+�� • ' .
�A ..� _ �p ' � 4 I I I � � � �F ` ;, o } -, ; ' �, � �3
�
� e i I � i .�I I �'" f.� k��_ . ,.
� a� �, � p. �� � �� I a'� ,� 4'( >: �
� � �i..�� �' ,, � yF I � I i . J I� ,. . " .�.
�� 4i � � � � ' °� I I � � � x I� l� � �� '} i
,;� � • . -= � I ,,; I I . �� ,�- � .
_�_ I ' h ' � i � .s II 4 � , `�� '
> i � ' �`� � � r I i � �; � � �! , ` �!� , s ..
- � � , � � � I � �� I� �;/ ���` ��� i
I f ' �h� " # � ,}e •� � ��� i
- - - - _ • ] -� ��, � y � I . � F e `d �� � i� {,J � .' � � 1'._.
� 1 : � ' I L'F � =N _ i f� { � }� .
.- %.'i..`,l . ',z „ I �= � �' II � �`.:{. '.�� � i
�� ��• f � ; +: � � � � w r�
{ � I � I � y i , I 4a ��,.11: �'� t]C � ,
� �I� �� '��: .� � ..;p��j'slil , � �a a s= �. I ,:
� ,;c*'� � � :�3' L�19 �� I x :}', �� , I .
� — . -�'" i.� --�`Y � �;�. { ';= f � I J F o (' �� r:` ,
�l� � ; •����i� j " � I �'�< �' � ' �--�� �`.. � ' I ��� � f r
�,�����',. ��;�'''� � �: '� ' �Fr � � "��� ::-�� � �; .�:� �. �� �. �
� � ,�, 'r: , . , x � � 'F; I��� � `. �'� I' �:F�.,� f .
} � � � C �
����? i� I � � I � E� I�a + 1�� .,�� t
� - 3- _ � . �� �_ I � .. i I � l4 � I I ` ��`M1'? � . �
-� � � _ M1� '� ~ � 1 � � 1 _ I , . 4� ,��' .M1 f' '
� � l� } — � � ,.ti i I'� � { � �
�A I�.�I I � ,- >:*'
c� �� �I I = h}A1T�H i1fJM1Ery- STA -0�'�+�1x
G� �I � �' —� I I
¢ ��7
� � � �_��j[ ' �' k?���:Z�'�� I�� � ^ � II�� _.i_!
� x ''L� �S� _i" a #� � I r4�� �'?`
: rrs �sf. - �r +�'�� �F �� �f r�� � , , -�'
� y' -� *� " ' =� ��`x -� 9D � O . II;' ;;i',= �T:,
� . v - = � �'^ �?�S �y ji �� 1, fi .,� g� ;�r,.aa��. �
� � � ^ - - x .��58�' �a wt 9 _ T +�:r� �r R� #='.�.r]�i!]=��F j�
�Y �^ .�'c _ .� � -J - -�y;"ru}:- -�t J 'r �', IG ��d:�� " ='7: r �. i
'� } � � t _y r � � �A�S�$1.,�' J� �� �5 r a � �i'a�'�' �'� �g �'t �t �.l'���""�Ra � �I �
5 f �� i' j� �ir ii�i };;?eL �'-? R'i .'� e' C �.
� � _ } � � � - � � _ "-•J�q�4 ��9� ry '� +'�� a ±� F= ��� � ��, �rS��i i..+� �, �{ "�A � n ? ` -
} 7 u. J r � � F _ j r.F i ]a y .. �iY y ,{ }Li � �i53��Z i 6 �� �� � I =
yt -_ -_- �_#> f�t ��;. � � � r, . :�_ .o �= � _ �� 1 ii�I �� �� � ;; t x
�� � x� _ � �}- � }9 '� � a' �� rl ;; � ,�i��'! lil iiid�I�J�llllill��lr ' �
i �.x�- x - � r- J * � � � _.�iG
� S _ �„ � - � 4� �� �� -��` �` E "J
� f -r � � : �:� � F. r ��� �E -��L ��� #-�..:5�..0 �'',
x � T _ � � ; ,� Y � ��# � z.�;=• ra„�:;' i
� � � �" � �--� �-
� b _ _ _ . P"Y�{I�n��-;4 � - ' '�?� rl� ��1{� -�'��-�:'I�' i
� } r. $ ` � ��#s� _ � 3 � �> � � , E f R� ��`�_"�� - - _—
V � ' x v ���-N bxn '' � 4•' �•� i �
q� . �: ��« F r.= 7 T S�� y
F a rl � � � �
F � f; + � - � F � �:
4 I
xlha.cU lui5 eh.la.� qiiia�t-u �5 xl�._. fi5ui iiirhFry � r: � ii" i i N��n.+
,�,r
��c:�����° ; v .
'�+-: _ ' 4 w
^.��T��..�.�/—tr ..i ..i ..� 1M t"�r—�.
�
,
���� _ _ _
� � .
I
1 �
� 2
� ��
��
r �
� x �{� •
s � ��3
�: � ���:
:;��
� � � f _
� �J -
m �. . -
� ��*..�
� ���t
b7 `*� ��
�;
�� �_ -
�� '
_ a�
�i
�
}
�
H
l�
y
��� �
. }
. '•,
.�` C
� I
,
�
�� �,
tl
�� � ��
;� u _ � :
�, � � ,
.� � �
. �. �:
-- -- �
-��- - - - �� - - - - ��
�`
lNIN:l�fj1
I "
_ak ��
} E � }..
'J'� �-r
: �] i
�
�Y +�
I; 7 _
� _�
i �. '
i �
��
�� -
° � _-- —
� � -4-
� � �Y
� �
„r .,
� � '-:;. .
� � _
k+ � - _
�
�I
�I
�
�Y� �
A�
�
�
F
� �
�r
I � ��
I
� '
C
}I
� _
J'��, ;.
1�.� i
I :
� '� " - _
� .�__iT�
•I I
--►
r
i
*��
�
0
.
—=�;�, _ ., ;. , _
�r ;; _ ��:�c� l��� �4�,``y2��� �x i � � �
it J � :1� °'r.li wi�;.� _+''F'�¢r ;,4 t4 'r +S4 �
;n �: - ' ; _ .���''�:x� -� �� =� { �
�; � ';�° ;�� •'
�� ri f � � 4, � � „r:^G,,
�, , r� -�; ry a 'x�„.,•:��fs
k � Cn � � }: 7 � � ��4'E �gf, -
>_� �-r_. M �
� i� M� - _ � m a �i - = i
� l� 4 _
� . �, � ti _
p � � j'" y�� f E
� IF 'rn� +yf51���n{
, � '.11�� 'F �.I.� Jx„
ti �a �+ Er y, y
� � �
�nni�annrvTr��a, qirn�},�ny��al�� .��n������i�su.•i�
�S�q��_;�, a� � � ,�
; � .r?�, � Y_ �r ..
"" 33_ a l�i�"�: ��f
t" �y�r_ � �� �a ` �i .5-�a.
�I f���'� :5� �� i! a= �4* - � h��F� _
IS � -�t�� �= L. ' _ '� �t�Q�i ,?Y �
„ u . �� la :'� � :�.1 I iiE�7
i � ii ',; - z ���:�'' -a„
- � � � • I�F i Ar+� ����rp
� F ,. - '� � ���}4
�; _ ry5�_�
� � F r` ! � � F
e � a �ii
i wiii
.__.�4•,,. � �__
s�=„
�=
:.i �
=u�
��:
� -.
IIK� �
� f � ,�
=py -�-�-,
„T� r--{ = ;�
�� "� �
� ;�� ' '�
e � ��' -a�'�
� � �` ������ -
� -- - ..
� � �� -
� �a - --
� m --
� -- .
� � Y
� � ""
� � -
�! {k , a €
� � . �.�
+ :: -
� +• -
� � ��- .i`
� ;�,.; �
� I
.�
�� �...
T y�
7
�
i
f ._�
'
..,�
Y_
��
i]_ i�
7
�1 �— ;
r.
.:. �
�, � .,
�� ' � ,
� .�.__�
�; �
_ *� '
�
� �
� i _—
�
�
. �
r�
��
i
�.
�., _,�„�--
:; :
� ;_
�. �
i
ir
���
�
��u�
,�.���o��„.:zv�.� ...�.*t�,.�,......�...
� tl a �-- - 7 =- �'sF`- 3
.. _, _. .I.. --' -- . . . . .. . {y�l e x r
_'��— �'i .' -- . . . . --, . Vi� 3 � [
_ ... - - - � � -- - � ���� x _ _
. — . p a ;a �,;
� �� -
� I + , . . . _ _ ; �
. ,
. : . . .. . � -
- . . — I ----. ... .._ .. _ � . I _. � � �
_� - a
, . . .MnTcr� �li�� SYA -��•OQ MATGN l.l#�� ST� • a�•ap
+ _ r. . I
$ � ..— - - �-I . .��� i . �' i��� ' " .
. . _ . -�-. ,�Lj . .._ _ .._ .. I � . • -
� ��� I � {
. _.. _. _ _. _. ... :.9� . ,�� , . , , � I .1-'" rt � i� ' � '�� 4 .
��p i
-- E. . - _.��_ — .—._.�3_ . . — . I � �w � � �. ?I; �'�,` .C,� �`I�'.��•*�
I � � ,� � ' �. ,�� � ! �,
-T-� - � - — -��� � �-' .. � � I I � :� . �. r i'�� - . .
L _ _ ��� "'rF ' '� . ' � '
-��.s�_�-.J � ;,�� � ! .
._ � ._ . � . .—.— ._ _ — � a_ -� L '�� �� �7� a r
I � � �' � � �' � 4 �
� _'—. _ �� 8 . -- ---� ..—._ ���;y}:�k �I�'Ii ���7df
. ..� � �_ � . t � i iy.�-Ja
�e �y.��—_ .�--� --- ---� i'fv��,. .��'���. k a;`*'��
$' .. . . I.. , � --. .. ��_. :� �-�, `.�� ��.{ "r - .
' " _ . � � 6 � +��?�� Yr �I� �����}�f
� � 9 . i / �. �\��, k E
--.� I I -.. .. . . _ ., — . ��t /,1� k , ��k . \ '�. F� 1 -
---'- " - - -.._. ._ ._ . - �. � -�.�-�.-�i� `� � r :�' �
� w.�m�i .''y- � Z" _
. . - —•��-�- - - � � ���'+
� ; � '�...�k.k � I ' i.
_. . . � , ' '_' _ . � f �x'a . .i " M1 k� �� � {e3
: �-- : --. - : : . . . _ .._ �14��'� ''T �� k;:��.���` 1� ��
�� k� �� t�" � � � "�� ` �� I R�
:.. ' �_' .
_' '_ _ "_ �. _ . . _ ... '- +F � M'�.� � k�y � �4�{� i I,]
� • — - - " -- i' � I � ' F �,�75� � j' � 11 �..
� . �'. " i ���. �' 4 �� k�. � 1 �
- . - - . �• _�' Y �` � ��':� � �
. . I _ . . I � I F r!. � �, . { i _
iF , � � �=� T �1�� �
� , . � . ��� - : _ i� _ �I� ---� � ,� ��.�F � �.{ � �. -
, , .. , � ��.••;',� , =�
iLLJ t .. —�. ' I f i. . 1 j �i -�
. i � � I I�•�1 � r'+ �i�t. I
- -- � — - -� .I -- -F. , _ •�ts�r� , � �.. I a�'
' — - —` . _.. � �� ... _ . F I � k��', k. '�� j ���f�'
. � _.. —l. ,_ . _ .. .. � _ � � � �`���,� , :'�_v�
..__ , , I � . .— .... _—... i�; _f �17k �� ����� � i��
� f ' � - � � —F�
� I � JI �
� I � I �' M1�' � 4 M1� I
.� _ _ ! .l_.. . . '� :�� � � I
_ .i . _ a 1..-- —.. _. � _ � — —� � • `����:�� ' , ' � ' r �
; � � � � p,�l�fi�j � '
��#.��, -� � �� k �
, , . . . ' ' I rt ��fr�'�.� �;� � �k �; � , � .
- . . _ i i . . -- -'—�—'- �. a �
� � � - -� ���..� .. ��.� � � � �
... ....�. �5� � .�� � � , ��
- - ._ I � .. . .� , . .. _..T . _=����' f' —.�{.1 , � .� � � ����
; , , . � .. . _ _. . i� � ' S�� rti a��� s1
; .. _. . � ! __ �� , 1 _1 1�- ;��. �� �7 ���
� ,s _,,!�' .- �.���
'� I� '� �
� � �n �}�j aF ���1 i�¢!!kV2��$ �4 w J r �+ �� �� , 1
� �x�� yj �i;���� w �� �=�d,��tix �� v� -� 5i � rl�' }i" I
- ���,�_�� f � �, f��i I,ii����:�.;��=a_
$ � � s� ` � x � � x�= �� � � � ,,,, .�1 �k�,� �
� - x } � " w _ =�'y# a.l� 4� �� � !� � . ..5; n�ta+ $�]p1 �,�aj.�:3 3�£��' �
� s - r � � e 70 - _ - ._ F� F €, M ��:�.�'y� �E �3 =. s��f �•���.y�
:{ � � � � .J � �� ��Y'"r��- �� �t �' � g9 �R� •��� k ��'����v� I •
" } ry s � n k "� � � �4' { �� �d �� �� :{ � S:�x 1 � iT ��� } I� � y � i
'�' Y,� �,�'-. T ~ Yj�s +7P.�`ry"�� r �'� -� '.j #� r i. eq.� � �d ti � �� �— s II
� ' __ .^�- : 'r q �' 'w ; r �3�i+S �"C;,�s'a r .��, � p 9 � %a ��� "� `_ I i' r� �' • � ' � x'i i � � {
- - i �,, i � .. � � f �-y��:x _ ��= � ' p ,�l J O ;��s,� iz E � I � L' " .
€ �• ''� - �- - ."r � � =�H � d�� �4 : � � k 3 $ Y� �- S -ry�yr' � � � I I I�J "� j �� , � sl F �j 5
� � � _ -� r 1� � 7 � - _ � ^r .� =_' •J`�" � nPr •��,�� 5 - , f y � _ 3
•„ r ��'�_ } ° �' � rt,� �i��' i .�' � I�--���� ' f�ll�r ;
� t ;r . - . '7a v ,. n�-i. 4 �
q� _ ti+ i r fi �� . ' ;� R� � 7 8P _ i � � �_Q �� ?x,..:,��y�"�-',����Il:: � �j - I
�� f � � '� x ' i k ' �y, �
r } � - � i�4 .� � f�._{3 �r i�n�;, i:�y�����"4 �
ly - - _ `' ' � Y •r,�x --���o � � , � ar } +�o i } _ -��� ;a;�� ;��:�
� 1. r � � L� ;eF�J�J:.� � 4 � 4[rF � �5��� F"'�� .. �"
- - { `�K * �:k � Y :1 �}�� _I '� f _
IC 1 - �� F
F::�,�rc ��iut� ni� � �: p�iw�saPix rinTl'wixu rn�aex 5rnh i uu =x. 74 ='.'�1
,��-n„ .
�. ,� �� �.
�
� , ' �4}
_ _ � 1 �j !" - �I II 4
�ax nura 7nd1 I y5 _� �� � I ���
� � -- I I�_ —�.1 — � � - - . I� I �� i �
�� � — - -, - � -- .. , - ����I I'
�� � � 1 T � , � I f- ���I„��_I` -�
���� ���,��,,�,� �
�� �� � i �_ , �,. „ � �, � �� �
! I s+_w!� L_ L�rY�,__I_ �L��l�/�.�'� ��.
� � —��-. _�. . _.—_�. -_ __ �- �.�
' �� —�` ���
- - � � � —� �� � — - - _�. w w„� .�.o -
�� �' � � � � f
I - I ;- � , ��> ��
t • , t
�, r� i
�r=-� � a�� ��� I�
-- _��r�.4 '• �I K If6FJ y'' JJI I +^��T`.I� Jf/ 1
5+ � f
�'K+aofwc. I_�5 y ��� I !��j ��s i �� -
fA Jyryr f��R a�A i # 'j., r= '�
, � _ _ _I v _ _ I f �'�.i�� � ti i
; ��� � -� 1 ;- � �t���� �, �
. , � a ��
� .
� , _ �- - - �-� _,� � � � ,
� � -
� � ��
� ,
� ��
� �- ;;
; � i —
� • - '�I�� 'i
I ' �� � � I
�
------ �I_ _
, r,
I
: I' � — -
� �
, �� �.. �
, ' �
— - �;i. �
. �,�t � —
•�'5 �' . - ` l
+ yI I
'� '�I SF�
I � � �
I '�
_" ��i �f .i
� -�, r� .I
�� � �� �
�„ �,�
�
_ _ _ _,� �,: , � ,
r , . �
�� 7
v,.. � � . ; -
_ _ . II�' 'yS 1� I'
. _�I'� I r } I
� I
�r�
1/ �
f �� �-4r� �
i
� si M i ` �41:�5: �y; %.F � � � '�' "F
� '� :n a',��.� S��s k'�G�y� f� �- 3 � ------ ..�. ,
' , l � � � Y��� 7 � 1�- � liv`�ff� �� 4 "� 7- � a:=� i}I{ � �
t k. s . - L � � �F, � „� � t
5 f � � r � � � c ��k��'��] ki$ �d �� ��, � K aa �;u5�ti�' x
z . � ;} �-yi `� � 7 - .� -.•� k�..'- f. ; 3: l'Y p �J� � �y�i'�a .
� : � y �,. } y A � } f�„`Qi_ � �� �`-` �� �r - � d�,�� r ��� �,:�i��s C e �
' � � `.�' =,� r- c i ,,. ��ie'r �' F�p u�r, c ��
}j � � � # _ � y � � �� ������� M1 ��]` �py � R�e �] 7"� _ � �F ��}� 1� _ I :}�#�• I �
:} � = � � '.�'_ � �+ Pd�'F"+r]�K� � �i? �! Y 7 �_ :� _ 1",y ��i�vi_ 541�r1_ � 3 -"{� �, �`�' �i � �� �� � ryl � # � 7
� � = y � ^ r r l � 'E� } i�Y �J � � � f p ` s�h : _ � ��FY '��ajl�Y � ?.l ��3 [ f y � � I-I � � _
� z � � � � C. � � Y # � � r 1 �f +i �3 4Fjy� � � { �� �� r i� � r 4
� � r+' � w � � r � y '� '- E y �. p ; •-�� a "j'� � �* i��
— Y'r ?� � r. � y � 3 i � � ��2; �:���i � �'� ��� �P
� ❑ i 3� '.I F"A Q� q�'R ' � ' 3
� � -' rt '°f.�s�t�2'� 3 � � � � +��f .-'--.._.._. �
� � � ��q � �+y2e; � s „ F3# s t �
#� y � y� y�; i� � p "
� � �=} �;i
� � r - �
�-�'41F:k�lil�4krlri5l.I.,F�snlani -1.15=.iiiinli iiii�+,ut vi4� ���ri i i K_u,y4
�tl�]5 1S • 1
Af.rDF.NDA
�L�t i {Yt ;
�#'t�����V� V�� 7J� ��
�l}L/�I V LJ�
�I�'Y �� �QFtT 1�NORTH, TEX�4�
�IDDEI�DUfh� NO. 2
Ta #h� Sp�ci#'�catioits anc� �or�tr�ck Docum�nts
��r
1Croger Drive PF�ase II {Frarrt Ray White to Park 1l�sta �ircl�}
�ity+ J�raject h,4�,mber i01���
1ssued: D�cemt��r 3'I, �Q�O
�id Date: Ja�uary �, �0�� at #:30 P.M.
Thks A�dendur€� far�s a oart �� tn� 13iddin� [7o[:um�r�ts �nd �rill pp Ir7r,�t�r�or���rJ Into �c�r�tr�ct
Do�s�mer�ts, �s applicabl�_ Ir�sofar as �he �ri�rn�l �ontfack i�ocuments a�d �p��i�icatic���s e�nd
�onskru�lloe� PFans are In�ansistent. fhk5 Ad���d�rr� go��rrMs. �ltkr7o4�l�t�g� r��ek��� �i t�tos
a��e�dum hy s"re�ning and aita�:l�in� It t� #E�e ��7n�ra�k l��c:�ar�7�r7ts {Inside}, ��ie r�rt�ei�al �[ the
Addendum Irs #he Bid P���osal ar�d �n t�� �uE�r envelop� �� y�tMr k�id. F�41�.U�� �� I�� �� �'�h�411
3U9JE�T 81�DER TO �ISQUALIFF�,4TI�N.
Prnst��ct�u� bid�ers �re herebV n�tlfied �f tl}e f�rlowir��:
Tkyis ad�ett4��m it�cltt�e� t3�e #���Ir�wi�3�.
] . �'aniraciar (?i«s�ia�s
�1t'��c��l aiys��ers �o cnnt��aEtar y�sest��rr�g sul�ii3�itecE �I�rk�t��;�� c�nsia �ire F�eing �M'rtvkcic�� �s
�+F,r� �s#`ll�i�r�c���et��Rta�a7;
�: ;�I�cct ##� slio;vs 1'T7 cai����i•s ��n t�•a[rc �i��tiu1 p�ale'T2. �Jte�l !i� �all5 u��� ��:�I�cr�Mc�
C'�11r1e #'ue' I'��� �:ra�e�`:�. Tliert Is ��u i�id iter�e lor �l�c P-I'� ca�era �E�• �tie f'1-'L ��hle.
Pl��se �[��i��,
A' Se� tlte revi�ed L,�rk�t Pri�� Fprrtr ;�ti7c#���1 wiGlt Glii� ;x��d�.n�l�rri�,
�: TI�� �ra��t��� �egn�l ���r[e-C� f-ue• if�c l�r�►�er I�ri�c �r� P$r�C �'ist� C:ircE�}, SF�cFe� 41 s�n�l
I{rn�er �irive (�� li�[ius�#'is�l �lrive►4�V, �IMe�t 9i lt+uk� �Ike. si �k��l R�����I sMr��� ��':3f'�fc
si�ni�l prrie o� tl�� pEon�. ThcF ('ity� �i� r• n,•, v�'nrl I� drr*� n��t Itxve �ie[;�ilw i����' 3M c���:�1
a�>»s[ �4rm s�gn�i pul� :4nd #fiea•� is n� �ic� itce�� F`ar t��t dual nts�st A�•�� si�iial po�e.
Please �d��ise.
A= T�l� �7k1V iiC1'Cl� r�l'� S�C1R1'�{tc F„a• j��s>�� ;s��il n���R ;�r�7�E� .r�t{I :��'� �����7a�lifi�;s3 �c��.�rs��e�l�+. if
Cily ��a�arl{n-�is �re iio� av�i3l�b�i.. El�e up�l�ca��le ��`xl]�'I� �taii�ai-�i; c�it L,e �t�li��d.
rfTY frF Fi�kiT }wr�R�iT 1{rag�r Urive a�daoa� CI
�7�NfirkRf� C'� iti��Rl �fTli rN �PF['f�lf'r�TRtlAI �][.+C'i,�4i��1T5 i'ixy P��rJcet N��. a Ikl lF6 {
Reu��,r;i J+a1y� I _ �{I1 f
Uu U5 13 - '
,�frf�fTv!�}l�
P.� �c : nf i
Q: l��d ite��� �! is cawlliN�g uut �" F��{I �1119�1 IliR1�011 S[�if�{Fkl. ��1��� SI I f�#}I" �C1"4��1' I11���re
��: Park� V�sta o��ly� I��s I r�•oss;}allc. bu� []tie is n� i'CD p�le on S�' ���rner, ���d tl�e
pe�k�slr���.�� klgi���f I�cw�cls �4re �r��������+ Kre��er I�rl}'� hlu�-f�e tu Su��llt. �I�c��� 9� i� caltir4g
nt�t A��. WiIF fhis l�e �F�e ?" pu�l� �u#t�i�ti �tnlini� ��r �1��* A�fie���l�#e Ptx�e�#rt�n Si��al�
(.�PS�:� I��ease �d���sc.
l�l- Tl,�y tu•e 11,� �1!'S si�nul�.
�: �i[� itcm'32 is cs�llin� a�i ��uc�ihlc Ped�Fstrisn �Susli hufitnn sts�tipn. !� tl�is t€� h�
Acce�si�le Ired�sfri��n 5i�n;ils (,4P��'� I'ie�se ad�rise.
!�; Tl���y :�1•� rEx� �1P� �i���l�,
(�: i3id iEcr�ti �i3 is csll'en� o�t 1�'I1�'!t?�. C'it;' ��f fart V4'artl� daes out havc a�y
�p����1i�:�#�v�sx F��r' �'I�'f�lS, iw li4ix l�, l�� Ih� �leri� [�y'ltric� �le�ec�ee�rt cs�mer.i'� F"lea�sc
r��v�se.
!�; 5ee re���ed Unil Pri�e ri�nn beluv�� ar�d nitacl�e� �retiii�inaiy �i�nal �I��eis,
(�: �3��1 i�em �}?i i� callin� �}►�[ T{;��Iz�r �ultEe, V�'Ii�Y� �� #I1i� 1[F �1e �11�itl�i�[I': YirG��;�.
advise.
11; l�ad�r cal�fe o4 i�3�eni�ed �ar V1VI}� �.amer.is. lo ivn laehveen condurE� irnr�3 E13e
ctanr�-{,I���r t,atJ�ii7�� It� v.IL"fl �7�lIC x�i�li V11��}S �amk�r,�,
(,�= F�[� IfCtti C�� I� CRII111�, I]Lf E�On�5t�L' �'�P5�11ii� B�SiCilll f1s�e��hl3'. �l�cet t(�1 ir
es�llin6 u�l I�I�F'�3. C'a�4 �he [�i�l i�e�n b�. c1��M���c�! �u retic�.t �f�� k�ltl� k3. �1���€� ;��Fv��e.
r�; 11gr�:c�. rhr ��i�l i��m �e:iC�'1�>li��n ix{�� ��c�t,�4 a�V�Sc�c�.
(?: �i�'I�e� 3�ill il�e pawce• ��otes. trleph��c E�nse�. si�us. 3nd fibero�tEc du�t sl�o�'n n�
shce#s [6 — Z� �c reiuc:�ted�,
A, A�I ka�4��ti��i ��[ili�y c�mf����� lr;e��� hwc�rw rel�,��ic�c� 1�ri��r 1�� �his ��rn�ccl ��3j��rl�sEttg.
�: Thee•e are h��o tral'tic cn�atrn� h�� etems: #5i a�� �#i�#�. Wkty d� yo� l�ave h3�o
lr�l'iic c.ontrul bld itc�ns:�
A: `I'h� se�;o�J ir��fi�ic cor���cal ilcn� li�,s becn r�Enat'�SJ, �L'L' rcviscd ����i� I'ricc• Farrn
att,��:1���3 6u [I�is {�cE�����clunt_
�.'I'i'i' [3F Fflit"P 5b'[Ik�l'F3 i�r��erl]�ave Pliise II
�'f ANr}A!3 C] { :l}�l��i1Ll'� "]'IL}h' 4F'E{.']E�JC.".}. ��U� �]I]Ll IMLN��'S {'�t4' �'ro�eco #�la. KO1I11 $
r��ti���-�1.r�i�� �, _>�� i
Uie11S l5—]
.ar.��r�r�n
f ���e� 3 uf S
�: �'Uaie�• mct€�r flc�n ��: x+�i��il si�e �� tltits melc�-, i�n�J v��l�ere Is il� �ho��Mi w� Ihe
���n�:' Thc �ki�l}' Ih�i�� 1 lutd �i•r��atinn��vEscF �� ��i l�:�}' �'4'I�tte �tid i� �l�t�3�•n nii �l��et
!3? :�nd �#3. 'I'ltis sys�c�n m�dflic�411un scrrr�� lu tunii�ct to a�� �.�isliri�; ?" lrrigu��un
ni��in ail 1hc t�orlh ;Mntl +��4i11� end�. � 4�� l�iM ncr�• ��r�'ice ���p 10 �c �n��,��led �ur [k�i�
s,Y�#em. Is thee�e s�not��cr s�stefn fn Ixe i�stalicd elsr�+�herc on tC��,jr��:'
�l; `I-he ��eie����ced i�em ����l�iJ�s tappi�i� [i�e �xisiir�� sysien� :�nd a �:�ci�flr�w 1�eev��i�ar�
tl�:v�ce il-rf7rcxws[i��� �* itcFn-���iic��cs����l. S{c �1a�cl R?, �ifTk�:.liq�]il �iea�l�i<=:iC��ll I�°�tikeS I fi�r
tfir�i��r clari�y_ fYo e�e�v Rnetee i� anlici�k����c�.
�1; '�`��e t��pi��M� s��'�ir���� vl`�1�� �}ve�`lay ���yr�ic�ei �Fr t�ie,j��l� cl�c�ws �l�r. �url� �ti��l �u�le�•
�l�:�t i� t�dd�d to the s�wu�l� c�g�. `1'hesc se�tiues� secm trM i�di��[� :t Stil�}l�i2i� StLll�k'illJC
c�isCiii� lr�.[aw l�Ec �st�u�;��:-L� �i�:�l ���Ile�'. `k'I�.if su����acl4 #vll� n��f I►�� �I��r�� �inc�� r#ri� is
:i n4�►►' :�rl�li��t�n fn ����F r,F�tl3v�y �vi��l�. Is tl�e�•i n��e�� [cw arld Flex hs�sc� �wr C'"f'B far
tl�is �e34 ct�rh su�d �;ultcr, ur ti�'ill it br IlU�I� {k!I 11�4�1-�S1fCiE SU��.�
I�: ��'h� t�r�, �r��] �utter �r: �+ro����Gc! i�s I�� c��»wlrG��le�j �rn �:ckn�p�f�l4lj 5[EL��e;34�4 l�]" C'Clt�llli�
I�4HCCiE tiL1I]�al'Kl��, �R �iC�i{fC1i1Cl�3I �7t�3i 11dhs: nr �{f�i ik i�3�lurled f�r tl�c cn�asu�t�crio�i �f tlte
c�e�t and �uli:;r,
[�: Tl�e �u�•F� ��r�l �uEter F�iil c�ua�stit}� ap��srentl,y excludc� flie ►v�rl[l� ��f the dr�vcF;3•ay
���eeei���s. C.ur� nnd �uiirr n� mo��. l�'i W��'ilt C�I' pra,jcc�s arc ps��� Shr'��ug€� ih�
�Jr�vrw�����, s����l rkr�r�►�ay� ��xy� I�e����� �� �1Mr I��ck {r1' c��rl�. !���� ����i ���� F� der�il
�lirr�►�i�i� rli�F ��:��' li�its fe�r drive�va}�s �nr iliis �r��.Fe�i. I�le��s �vill t�e ��stLe�• Ife pjii�l
for''
l�4: f'leaac s�e sslt,Gc:�]C[I ��I"1Vc:1Y;iV �7�i� I1CC1kE� 1��1 k�tC 1'C:�'ir:��i wlt��:l 1}[�f{, .��R,���1C�'� lt� 1�114
{��li1c1141s�ri�,
�: �hcei SS is ca�li�� ��ut riew 3��i ew�l�lnei #��i��� A'CC: �117'F! rr�nt�-��Ilcr �sriel ��
������e�ri. Tl�er� ��'�� i�n Iwiil ite���� 1'0�• the ��T{' �FM��� �ilEkYt'f1�Il'3' !l1' CEl� +�{a �II�E'L11.
�'leas� �ds�sr.
A_ �Jl� UIlIL ��I'f�� �'l1fTf1 ��ta4 L'�,t`a1 �"�VCw�LE .��a�l ik�[i1CF1�L{ 1�1 �lii� xd�lenri�tm,
F'I�[)J��"I' f�TA'V�.irt�,
l�N�;�+li)�'F: �ccliu� �liM �� �,3. R�',Pi���C=T', kvit�� ��[���f��;[i �e�:li�3tx ��f1 �i2 �3,
,:, ReviSea �i� itei3a �esc����tiE,n nf ���e R���sit�e Fla��ing $eacc,r� A�seer�b�y I�
#�T��F� r1sw�:�nbly �ia��ke S�cl�:cl (�crtar},
�, R��+i��cf F3i�1 lter<< i��s�ri��tic�i, t3f �{L-Fl.. R�i�etC h+�ark�r iY [[-C�-R tc� ]�l:ii��L
f{aise� ivl;�rker TY �E-C'-,b►.
�. Rc:vised �E�i��Fwtaty ['i,r �hc fc�l�c,�+ri�i� I�irl ���:ii��:
• 3'� I,3_I}�ilfr F3arrier F�'ee Rar�7��. 'fy]>e F'- I
. 2G��_301� �" C(��fD"I- I'�C' SC'1� ��1 ("I"�
• ���(lS.i(I�5 3" C�i�i�}`f �'1IC SC'H #3U {'F�
. �fi0*_3{}�3 4" �'C��IE�'f F'1fC' S('il #�fl {Z'�
. 344 I_! {lU I 3-Secl Stga�al f lead �15se�7Uly
• 34-�4l, II}U? �4-Stc� Si�nal H�a�l 1lssmbl}.
• 3�4� f,] f}! I T'c�l Si�Rr:� f f��'�t{� A�r'.rr�b��
C'fFY [)F F{}��T 14C3i�TH Ki.��;e� f7riu� Pl�ase II
$Tr�h'T1ART�1!'{Ii'STR�.fCTT4�Fti SYI:C'irIC�ATI{}hl Q{}C:Z1hAFhlTS (�ily Pn3jccl �c� Ifir015
Revl+�t��i Ji�lti� 1, T��I I
fblF t�5 I 5- a
�E�Fi�r�F]A
�LL�C 'I !kt ?
•;�}i4 I_ I l}3 E Furnisk�� I n��E�E� r11��iiEal� Pe�csC�'���i Pta�kt�,u�t��i StaE�o�j
= 3��1.1:?(3� }'111111,��'G;�T1�iik����D:j
. 3�� I,1 �??{G 1'u� 1 ush;Tiista�l Preeix�Eion C'ai�1e
• 3�#4k,i??� �urnisli�lnsl�fk CVfo�cR 7�? �r�c�n�aka��l� ��et�tar
. ��� i . � � �� r,����,���,rra,��:71I i�a�€a�� C.'.a�ile
r_3��k 1, I 30+) 3fC` 12 fIVJC; �iu�t�-C'�+nduclar C'���le
* 34�#1_!3� � 5�C E�F A4VCT f�9ul�i-�'C,�t�Iu�l�,r C'a�sl�
• 3��1. E 31 : 7}C' k� :�V1f�� lbiul;i-C'o��d�ctor Cakle
. 34� 1, E.31 �� I OlC' I� AVkIC'r I�fulli-�.onciuc�or �`;kbfe
r 3A�I_l3l5 ?L�l�' 1-� AV�f[:T MM�I�i•�'onc�►�rs�,ri;�l��t
■�4� I,13�� 3lC I�4 11VklC; 1�iM�lit-{'�rtdu�t�r ��';�hle
. "��4 I ,1 �f1R N�r_ �i ii3:�uiflted Llec ('on�Er
�:i€E4 I,]°#��� N41, r} IiiSLiIc7�C�43 �L�:C C�,n�i�•
# 3�44l,1'�!� rVi3. � 13;ir{' f ��:� �'•Lllld�
* 34� [,� 5{l� f;rox���w�l I'1�x T}��}�c D, �vffl{rroii
.��A I, Ir��13 ins�vll 1�1' - l4' r���k L'nle .�1s��nhlv
. 3��€1.1 h11 Fuma�hila���s11E T���c �I ���gn:�l F'n3e
.�4�E l, I{i ] 2 Pur��islrllifa�.�lt Tv��c 4�. 4i�n{wl �'ole
r �.3�11 _ Itr1� Purni�hlJns�a31 '1�yp� � S���ail �'�,le
. 3�#�i_i{x�3 Eurn�s��rlr�sk;�ll h�;�sl.��'rrw If�'_3f�,
i���} I. l{4?+� I' 41CIIEKI1�k«F�1� 1�f�5E Al'�it 5�0' - 4�'
•��1�4 I, I C��4� FZ�rn�sF�l�e�stt�ll 'I`y�e 33�1 A�-i�
• ���11. l7[1� �'Y 1 tii�n�kl rcr��TtdF�Ei{�n
• 3�€� E,1 1i�3 '�'�' 3�i�rMal 1=nuttd�tion
* 344 C,17[17 }� ui�ni�h��nst��Cl Stg�a] -�crew in $�ts� 1'�sM�nd�li�n
r 3�4� I,1 J l 3�i�m:�l �_'�bin�l E�`tr�irr<I{ilisa�r • 3�Zi
• 3�� l, I 7� 1��tarnish�'Taf�t�l! 325i C����trnller �'�sbinet �lss���iE�ly
• ���ll,l7'7� F�r�t�i*Ir%�t+��al� 2�k{�-4�.i�1 Vc��� �i��le 1'h��su'f`��rr�so4k�1
hr�e�e�ed I'ed�stai
t�_ A,�d�s! ti�� li�Jk4�kvin�* ix�it�s:
■ ,��141. i {��}.� 5-S��l �t�na] I-lead llsse��bky
+,3�i� I_ E��14i �=urnisi�!lns[��II �3��1 S���lcrr� E:A'�' hrinutMted
= 34�I.tfil3 F'ttr�rxE;I�il�tist�ilTya�e�3���tt:�kl'nle�E3�r`1`�C�!]I�'I`s�an�l�rds)
• 3�k4 !,1'� I��i�txal �'r,hiitei I� cr�n��tion - 358� �: l� EiU
•��4� E.17i5 Furnishl�nstal� h'I`�' 4i��a;r� C cr��Rrt�l�� r
• 9K�9�).€}Ul�# �tia-ni�E�ll�sfi;�ll !'T,7 C��1T�err�
* 9999,f}U I � I��suni,wE�lix7��f�f� Ftl�ei7�e� �a�le (I'�!-� �'ztrnert�)
� Q���},�F� I�r �'ll]'t115�1r'�iis�afl 4(.i L]lCif I��o�iein
c. R�r��i�ved [I�e ti�llc�wi��g wi�tt�il i�c.ms:
i ��� ���l:�T I��{� sc:rr �r� ���
■ �Ti'Fi�lc �'s�[�1r�>I (�l-E�i� r�c�r� ����s � dupt�ca��j
� �.. �c���'!" l'VC' �['I-� �;�} fl�l
• �,. !'e�E i'�sh k3�`N Sk:�ti�,n vc+f �i�Gt
• Cir�aun�i Hc�x Ty��+� f�, vk'! ,���1'�n,
'. Af7i] ittEt�ched ����a�s�i �4R�f ��r�o7eF�� s�7e�i{'�ca�inns �a El�e A�agen���x C��#-0 i�rl} f1��, PI'Cr�41�[
I��C� li 11`c� Ttr� s l�,
f'�T"�' ��F F{"FRT 1}�[iRTl�l E�xugtr �*�v� Ph��;c 11
ST�nI�rnFk17 ['{)45Tx[ I['�I'�CtiN SPE'.i_iE�1C�,1 � TOh �O('9.;l�ir'���5 Ci�y f'r�ij4r� �lss. I�?]�}1 i
�{LL'iSl�j JIII�' I � �flj �
uuu3 �S_s
/yllFlfi�ii7A
EF�� s �r�
��n��'� � N� ���� r ro� ��► �s
!, ��g�ial plan sl��:�is for th� #wr� s���a�ls ati Ksoges Drive ��e ct�rrar�l�y hein� revised r���l
r�viewe� by C'ity s�of�". Fs�clud�d wit� t�is �c�cicndu�n ���e pr�Et�i�.�rry sig��l shee�s #'o�
lxi�islor re#�rence s�� �ve�lc+� s�e�ts wil l he c#�alivered e�rior �� cona���a�ti�fl. I3i� 3terns h�ve
be�� iiticor�ara#ed ir�to �hc �J�st �rice Farnt �sut �i�ut sign��C Coc���oa7� Ets�ve iio� been
clektrrrtit�e�_ T�ie li�y Whil�F ��gn�s�s ads#�d e�uipitti�r�t s[�ch ��s ih� I'T� �arr�era �ncl h�ve
be�r� it��iu�ec� in �he Un�l �'rie� quai�tiEic�,
�, ��F��V� ��An S1��1 17U, RFFLA��: wi1� �lt��hed Plan 3i���i I��R.
r�, Incluti�:d cfrivew�y p:�y lir,ut� �etnik
�►c�cn�wledg� yo��� rece}�t o�1ldd�a�t�um �Vn. � by �crmploti�g ti�� ��e�u�sted infurmalio�� at the
�uCkow�ng la�el3on�;
(�j in �1�e spaceprovi�lc�d xt� 5e�tton 17� 4� {1U, Bid F'4rm
(�} ��t�lic:r�#� �« up�or ctksas loite�s an th�; �rk�isi€!e ofi'�nuF seale� bic� envel�pe:
r��i�C��iVEB A3�17 l���Ch�(�WLEL]{��I� ADDFi�FD1.JI�+S �+Il'}. 2'r
1�J] c�ther �rn��3sions �f l�e p€rtn�, speoif�aa�inn� nnd co�itrxct d�cu��nct►f�; �or tlte �rojeet tvhie�t ��'e�
ho! sxpr�.���� arnei�decl �eroin s��t��i remui� i�f fula f.�srce �ttd ef.�`ec#,
f�iiur� io z`c�iu�tM ��ig��ed cv�y o1' l}t� a��er��um ►�v�Elt #he �Sro�rosal si��ll bu groun�s tar rertderiixg
t�tie l�id nou-r���rat�;�ive, A s��eti ec,j3�r nf t�i� �d�e�rc�um �i�alk b� �C�ced iritc� lh� pru��os�� at t#��:
lrrr�e �t bid s��bit�itlui.
I���IPT ACI�NOW�L.ED��D�
VY�! ii arrt .ic�h r�scxt�
I]ii'ecior, `�'i��inspor#�iiUn
�i��cl ��bl�c ��ar�ta
� ti
� ��
i
�olli}]Flny; �-�' J�-It.� �+�+I rll�r, �..�
�rr� or s�ccmt�r�
%ITY i�E FOR.T �+Is7RTH
S'i`A�lDAR17 C'-�)N4'1TtU�'k'l43� �PN{:L�lC;A7'1C}S� f]l}['IaMEN'fS
�evi�rd JuJy l, 2�1 l
� ,.iVr..i�,
�. �: �.
ki#a�Ta�1M.�5¢�
� �n����rrP�t5Y��5
ti�� 1wl�liiliC�l*L411A.
r. M+�'wHrcn�v�
u� u � � � a.ixa�
��. �.
C"�3�d AII9�lr PE, C�+I41
C�[enm F:r�gine�rii�� M�agor
� �
���� � �
. . �, w� � �I� � J��2�
# . �' •. * �� F-���
*;' ;# �
...:. .. . .... .. .... .. .. .. .
,�o��rt�i�a�v �: «�oi+i�
... .1249��..:..�
���� •�•�!�� �a��.• �,���•'
s�
k������������!
kfitgur TJnVp PGAse I!
[:Ety Yr�aoi hpn. COl015
+�II �_ �I G
R7� 7'R{WOti�51
Pu�r. I u{ �
UIVIT PR��E BID
�EC710N Q4 4? d3
Pi2{]P4S?.� F�F2M
ni � q ct L I � e �� i 11,tiF� n ��sl I,r�]
��:���ih4 �tCR� .
�}C' Crl �i{� �il I
�lv
I!�il I 1b'a�er Imkrovc�ucrily
1� Q2�1_7�'iQ Salua�eF!retiydrnn9
1 02411�1P 3�Iva�e1'k�V�Eerhieier
� 024�.��1.� S�Iv�Sge 1 4!a-�Ns�erk�leler
A U1��.IS7� S�IV3}� i' �BfEF i�Ei�f
G 33{i5.4�c�9 Trench 5af�ty
6 33�5.0011 5" Value �ax Adjustn:enk
7 33G5.4G11 S' Valwc Bcx �d;u�sn>E�t
9 33�5 O1 ;i ��ncrote Ca�lar
� 3371.01b1 5" PVC (�R�14j Water Pipv
10 ���i�.0i40� Flrel�ydranf
t1 :i312.[]117 Cnnnaeilan ta Exla9ing4"� 1�" W��gr A9�In
12 ;i3 }:2.1G{F:� �" V4{a#c�r 8 �rracG
13 ;131�.27Q:� i 112" W;�ier S�fvlcc
14 .i:i 1�.2�Q3 2" 4'Jatt;r Serui��
15 :�_i{75.4fUFi h!arilsuae �d;usEnx�,nt. Ms�or
1b :i;i(�� �} Fp7 1�1dr�IFoio Adrus[rixorii, Min�r
17 33[}�, C}i i� �orrGrc�se C�akla�
f P3
1J
'tu
11
a';�
2�
2�1
�r�
�6
7�
7�
��
�4
31
�i
33
34
a�
ss
37
;i8
3:f
.7 Cl
�i 1
..?
•f;�
��
S�71`illlii1L14�11 I L:n�cu+ I kl�d
Se�Lia,i, �ti�� ^ MYasure Quanlfiv
is� � 1 1�
I}2�� 1�1
A?.7t 14
p� d� 1��
;3;i U�i 10
;33 0!0 1,4
;33 U� !+}
33 05 1 T
33 11 t�
33 �JdO
3� f .?, ?5
33121C1
a3 17 1 i'�
33 1� 1{1
3Z �� 1�
3' 4� 1 d
33 OS 17
EA
�A
�A
�A
tF
EA
E �1
EJ�1
tF
EA
Cll
El4
CA
�
��
EA
CA
Bic�d�r�'s Applic��i�n
3
1
�
1
1!
3
7
5
17
3
3
1
�
1
3
�
5
�i44���S1�1 �F�ri�eu.11�
��i7�c Paice Bid Ya[Wc
�f�h-7"otai I�oYI i
�'�i? 011�1 T1rPtlEip � 14� �1'm�4mfinfc
I)�a 1 [}dii7 Fiamr,iVr� CC��1f:fE�10 �r:w4' —
ll�d s ,U�(�� hterrt,�+�? Asplrxll []rl+�e
�2�71.090D F2NFnpVa �tl5r. Carsihr. �it���lwn
0�,��.10UC1 Fit�frFC�V2 f;onG F'wil3k
�}2d1 1 fOff Rernove As�ll�u F�vrn�
02411�0ff �{emuv��:nR�C:4��1�,4C;i,Ntr
��J�d'I 75a$ 2' Stirfr�ce fiAlrl}n�
�d��49 3Qt5 Fkemav� �4' S1C+rm I,I�}s3
u�41 �Q19 R�m4v� 3F," 57frm I In�
di47 4$f3} RerT]OVc He7itV4sl�i�� �
3110.��E}1 5:te Cl��rir�g
3�10.Oi�� &"•�2"Trv€�Rern�val
3�23_4 �01 LIr�classifi�Q �xcauotion by F�aan (ksl3dalayl
s
�5�� U101 �m�anlcmont hy Plan
31?5.01171 �5".+P�P z 1 acro
;�13� f�1 �)1 ��'- Cnn�ratn �iprap
';�137,010�4 h�1��j�i�nr S1t�nt* Riprap, i7�Y
�#21 ].��711 b" FiNxfkilt �asr�, Ty�to �. �l��2
;S:?11 U4C►tl I`�ydrale�i Llrito
3'li � (f5f}2 �" k.lr,i� Tr��lnturrl
3212.43f]� 2" As�l�all FVrnITyG�e �
3772.R501 ,�" Ae��1#�d! F,�R�ad i}+�e f#
'���� �'� �� � f1" �i]f1C f'UiT1C
32x3.01�3 S'�onr Pvrn1
3?fi3.03� 1 �}" t;on� S�dek��all�
3P1:§.C��� t fi" Con�rUte i7tsu�way
3213.4��3 Barrier Fres Ramp� '1`ypg h4-�
{�i�1 ��
p�.7s 13
02 �! ! 'I 3
6F�fF 1�
Q2 �4 15
Q� 41 15
L?7 �G'I 15
U� d1 ��
U2 �41 �+4
D2 �47 1+4
31 I 0 {�0
;S11�i��
37 �3 1 r,
3i 2�1 �}r�
;}1 ��i OC
� � J f lJ �
31 �7 Q�k
32 1 � �3
32 11 ?9
32 I1 FB
?2 1218
3� 12 16
32 'I 3 'I �
3� 'I 3 'I 3
32 13 2�
32 13 2�
i� !;i �6
SF
SF
!. S
�Y
5V
LF
fiV
If
�r
��
tS
��
�Y
CY
L�
Sv
SY
SY
�
�Y
a�'
SY
SY
�Y
�F
SY
FA
1 �1 _778
1, 7Qf
1
3, 302
t ,325
�73
1�,52}
5d
'�
$
1
3
;���a0�f
F�Ch7
�
ro6T.
��s�
1,6J0
1�0.
a,B� ,
! 7.876
75d
5, � �19
� ,8�i]
�0,703
!�flA
7
CIT'r i�r f`�]U;H'r1H fla
;��I'�xi: i'�n [� fw7�'i �1Ln � I'Is ti ,�V4.t IFI�'A i rUk� Uiii U¢Ir�+TS
I�wus IResi��d YI I_6k `11 IhE �I t�sn Nld 7�rvp.-+� R'�h�uw�
lur J a � 4
ilfl'+1'r{�fw}`�hl_
r�,e � r,ra
SECTi0�1 Dfi �2 43
�F�[}F'OSAI. �OF��A
���� ���L�� �1�
H idl i s9
r; �,
�45
�fi
�7
49
�9
5G
5�
��
�s
�
55
_`rG
�7
�
�SB
$Q
51
��
E;:�
C�A
6�i
543
b7
�i�
fiy
7Cl
'� f
•r�
7;i
�A
� F�
?h
�{
? li
f4
Fhn;efl f[oro fnl'�ur�r�s��i�i
r�����wim,
'I3�25;i.�5�6 Barriea Fr�� R�mp� TVi� P-fi
'37t5,{7�41 �" GenC �i1fYr r�lltl �Uitu1
32A1 �100 b" ��psail
37A7.0700 Blo�k Sod �I�c�meio!
34�:1 .:�4B Re��ovo �,i�i, �an�l ancl Pnsl
3.��i ffOfl1 Trtit�i� GoMra1
9��P �001 �l�n� :la� �se�l Pla[c
�9R9.�0�7: Spr�y Irr:�l�,tlun
�9�9.�O�J3 l�d�usi E;�Ishr:y Irrry�,i�c��t (AI F{�y Vw�11�e�
J9?9.0044 I�riqallar� �,�nRruflar, fl�tio��al fnLlnrf�iainn
99�8.�,005 V�,�ater LJnr F�p, 4^laku� ?�rc�;e�. an� }3aa:k�la�w
�F�YBfICIOfI QBVICB
:�1�� Qi[13 �alan{ 3" �rae
={�17 ��01 d^ EIF�K Pvmi Marlcing iih�5 �b'J} � 1 f]' L IN�. ;�(1'
f: ���
3117.U402 d" SG,E� Yuh3k �if�rhln� HAS ��'j
3217.E17.01 #i" SiC� �umk b,ir�rklrig HJ+S (VV]
3217.Oi il:� S' �I.f� Pw��,k �r�rk+n�F HA5 iYj
3217 U5f]1 1•�" 51_r.7 pwm� h�:a:��nr� H�t r1+V}
;j71 ! 7{'I�,� � stfli �.'—�e41{{ �,iii}'Jf
3277210�' F��Fk kaised Marl��r fY I•G
3�i� �1 ��_� R��� r��isY,r r�ir,riser t�r II-�-A
3�#7.'11�+� R��l F��Isfxl Mii�ke� 1�Y II•�•A
3d49. i�lA 7 �2i�FE3 ASs�+r�k!'y £;ngle.�Pda� {Salar}
3dd 1.dCJll3 F�rrrJ�hflnsl{ali Alum Si{}r. Ground Ma�ni City
5id.
9�9�.ti�76fi fi�" Yi�Md �wrak FA�rkln� H,'�� �4Y)
s3o5.C�1�}:1 rrrnc�, Sd�Lty
33a1 U2�5 �4- F#C'�_ €'.��,�4 H�
s�a� ��oz a��� r��R_ crga� �«
s�¢i.�ao� �x� ��x �t�iv��r
33�5�.1301 �%� I3Y]7I �,41iVQFk
99�9,q0i}7 �FI-F4V-17 F�ear�'�val�
99#3�.Ut1�� P4V-a I-I�edw�ll
�tfx�;�.��n�Ga �u+-n v,��Rpwalr
����,�4; C�UhU �s��� P��-{�ry II� ����� HC��1 ��-11
')JSE`3.p1�1 �I ���rHstrlRry RaIG (7Y ISR�11
aJr.15�5 i11717 {:nrnUln����n F��II {1`Y �442�
s�,t��r::;�i�����
$c�llnn i`�ln
31 13 �I;I
3�16i3
'3� �7 19
3� 1 g 13
aa � o �o
�+� T S 13
aa i a zo
az a� an
sa �+ �o
32 8d y�Q
3� A�d OG
37 93 �S3
;�! � �� 1:t
32 17 19
32 17 23
3� �7 23
32 :7 23
32 i7 �3
32 i7 13
3� S7 23
32 ST2:!
3d 411q
3•f d 1 ;3U
32 � 17 23 �
33'JS 10
33-0:'Id
s�a� io
33=.k 10
�� �'k � �
Txa�T �#fif�
Tx�CtT afi7
a xE50T a � 7
ixDC+i ��i7
Txdf]T {Sc}
TxD�3T .;51
� i���� ��i�
ryj r. �nqrr
EA,
l.F
{'+Y
SY
��
M�
��
s�
�S
FA
L•'. A
Cr�
�r-
�F
�F
�F
LF
�k
�A
�
EA
EA
EA
��
I�
LF
1.�
1.�
�F
�A
CA�
Er�
EA
�F
�r
;;nil I�I'f r��fff�� �;I r���k f�,i �+�o��rmr��a
84 'fr(1� ti1111 Furfish�lnstall Elec 9u� Po�
t31 7Fif}t,.:i��ii �' i;{]�J�T RVC SCF# 8{} �T�
s� �r�a� a��:� �� ct,���T �vc scr� sa �r�
sa ��crf s��� 3" ���V��T PVC SCh! 8a {�}
r�� �a,nS_3033 �` C�h2�T P+lG SCF s�i) {T}
B4 34d1 �t�01 3•Se�t Sir�n3; N�oaJ As�mh3�
9fl 3�d 1. ��0� �i.5ec4 51}�nal Fload Assrr�b�y
9T 3+7 �41 f Od3 5��Sr�ck Signal Flead A�srnk�ly
2ti []�F Ut}
2fi [jr, 3'i
ar, rl� 3�,?
In�l� ���F ��
� � 115 33
3+� �11 14
'd �� 74
3�.1i ro
CA
�r
LT
�r
l.�
�A
�A
��
�idder's Appii�a#ion
E9 i ddcr'� Feopoa,J
Rl�il
1}i�Rnh ly
ii
�,d E�a
d15
!.d 7�t
t�
[�
�
2.a4�
1
r
3
�,�uu
�G,SOd
-1�Q
37Q
�a�
aa
Z4
fi0
rs�
2
16
�0
?41
Kg
io
934
�
i
3
Z
�
383
��ia
I
��o
1,�Tw
��a
a0i�
31
�
�
���
tio4f+� 1�i51p! li�Yll f
t I i h[Jk' I�s rlll u'l ul I'I �
Sf h HI �xU.l i t�}Ws 4 rtLY'] inn �rf�a'Fl+la-h'rlduy n�7r � lail'wT3
Fa.,� m�5��aiF=al ]0! i� iPJ �I W F71dPp�jihwf Vfc�hoG�
itl�"JL
[k1�1PRC1�f7'ihl
I'��4r I �u' {
i�CTION �4 +#� 43
pRC�I'{?SAL FL3RM
�.1IV�7` I�I�I�E BID
Lit+�ctl �kcu� li�i�JLIIULIa�Li
dlli�l.;l �
�i i
es
�9
9;i
91
9Z
ea
94
9:}
�7i;
9J
��
3�
70D
1�1
�I �7
'I �3
7 o�t
9R5
'I 06
1�7
9�B
14B
19�
S11
S12
123
1f4
1k�
��e
�'17
118
11�
i2u
1�1
12P
1�3
12.4
f25
��$
127
I�8
12�
136
�C.C'k�5[I415
34�1 1{i11 Per] S:�nal Fkea� Assrnbly
S
y�41 1;?�1 F�rnisl��lnstaCl Audlh!e F'e.deslr+an i�ushh411ran
�S'r)��{115
34+41.1�Q5 Fumisi�+a�slpll U!�]�
;i4�41. ���9 Furnis��rn5131r ��#I� �ygl�m F.}{1' hCi1111]Ca�d
3-0�1.4�'l5 Fuenbsi�rinsiall Hyb:i�F �etvcl•un �}�S[oan
3-0�# 1 1217 F�rnis�ran�talk Hyhri� f7ek�r-���ir� �yAl�
�+�4i.1�24 ��rnrsE�lEratalll'r�ernl�c�ni,;�b�a
°3+34i.1226 F�mish?Ins!�If M4t3a� 17� NrFl�fnryl�Gn I�CeC�Q�
34.i11�34 �urr�IYhfln4lr�all��€f�rC:a41�
'?.#.51 1?0� 3+C: 1� AW4� h114�1��-r.;{sn�n,�:��,f c�r,ad
34�:1.1310 4iC 14 AWC; Mtiili-�,vndi�c;�t�� C'�M�ta
3441.73i1 �.+C 1�i �1WG h+fUikl�;�rtitlut;[or f,'�Cs:e
344�. i342 7iC 14 FIV�Ca fiAurll-i;ti�r,rl�:r.to, �aklko
34�'I.?3�4 1,'}IC 1� ikWC_� h�itil�kl�Cr7n�Si�r.knr C:yWa
3R�41 13�15 ?41C 1� f�WG N14iJkl-�isn!Iu;;kOr C:�Ib1�
;i�41.13�� 3�{f ;4 AbVG 6dLilll-��rtdilr,li�Y C�l�l£
3�43 1�448 Fv❑ 5 lnssalaled �sec l;bntl�
3�d4i.14�9 h�a. B iFlsulaled �Pec C:ondr
.34.ii.1�191 hio. �It Irs��laEe� �leti Cnn€fr
3+�4 I 1+� 13 No � Bare El�c Can�i' Sl.[7
w�1•#1 1aiA Na !i Bara �le� Con�r
;s�l�t 1 15U:i �;ociad �ox Type D, w+rlpron
"i�Jdl.iGu:} IT�siali 1F}' • 1�' �od Pole A�srnbly
��aa+� 1.11"s11 FurnlKlt�lnsl3ll Typt 41 Sign3� p�le
�Ad 1. S6i2 r-s,rn�sr�r�„s�ai� Type -�z s���ar Pole
34d 1.�E�3 Furr�sshf�nSlalJ Typ� a3 5�gnal Nole {pef
7'}C(,?f,}�' �kz�nd�r�35]
��d S.1 ki 1 A ��rn�Si�+Ens� al� rype �4 SFpn �I Pcr1P
3�I+�S.9f�?3 FumGsnr�nssalEiNasiA;xn �8'-.�ii'
-}=��Y y n�a r�G��,isr,;m�:=�ir n��:��� �a�„ �+a� - �a'
::rla���ii�45 Furralsf��lns��ll �y�E33�xh1rrr.
-�a,i l 1'�C�1 TY 1 SFyn�xl Fa4inaa3aon
3d.i 1, i'l�� ��Y 3 Si{�I�a I �uur� daRFo�
3a�41 RYfjd 'I�Yd.�`,I�rrr7l��u���aEkon
�sqi. 4 p{� f FUml�h�l�rslall Stgl�ai -�crow ir� Base
�I;�d+J S 1 713 Slqnal C2�laGo� Found3E�o� - 3'.i21
�3+G�1 t'I t15 SI�+iHI Cal�IrGe� Fu�nd�toF� 3�2i �k $4�1J
'3d +S 1 Y�!i FLarndB�+�n31a1� ATC S�gr�al C�nRxnllPr
�.+�� i 174 I�i��nfshl�rl�lalM 3�5f Cotitrofaer Cahinet
ia55BFi1��}'
�1 i1 1771 �urnlphilnSEall 24�•h8� Vali Sin,�le F'r«s�
1'r�R��l��l Mei�++r�d P�*desi.71
:{�1+�1.4001 �urnish�lrs,lafl +��urn �!pa� M�3;1 Ar�r, Mus�irk
��1�i��.l]U I �G Fuin�sh+lnstall PF� C:amera
rtJ+1�fl.�OfS Fwnsslw'lnatall �fhsrr�aR �a�ls (I��'i� 4.�rr,er��
�9��+.1}�15 FwniKi��3risiall �G D[GI �4lodern
�jSC{jJIL.1LIUl7
�CL'[I:e15 �Y'fF
��a a, 1 �7
�+�Ai �IJ
34+iE 1d
34�1 10
35 �ii 10
3d .ii 1iti
34 di iU
� � 1 9!f
34 �1 k4
3��9 14
34 � 1 l4
34-07 10
3�4� i0
3�}�+� 1U
34.#i 1d
3•4 �M � 1�
3�� �4f 1�
3.1 .ii 10
;�4 .1 1 1 a�?
�.7 .41 1p
�4 �11 1U
�+C .� 1 S f}
3d�1 fR
��F �q 7 1 i�
3+��11�
3dd11q
;iq 4t 1�
SA eii 1�i
;�a .G�� ,�r
:i�a +41 i�
3.7 +� 1 7 L}
3� di :(E
3+7 4 1 f fJ
3�f ��1 7b
3d .� I �I �]
3��� in
�d .� 1 1U
3�I d1 iC'
:i+i b 1 J{p
3�: +41 3�
3� d1 1�
3A +1 1 k 4
;�+} .j 1 l �
��L117 �}{.
M��1RLLY�
�a
�/�
�A
�A
AFFt
[�
EF
�A
� ;.
I_f
�r
1.�
1.F"
I.F
I.F
l, �
4.F
I, �
[_F
f. �
[.�
�#�
�A
�A
��
EAk
�A
FA
��
�A
�A
�A
�{�
��
�A
�A
�A
F� I
��c��ler'� �4pp�i�ataon
fiulike'+ Pf..piis�e�
f}�5�
T.�i�i�i��i:. �3i.l�olue
��51AfIS'k"}
1 {i
10
�1
1
3
�,�y 4
DG15
F�
�1.750 �
�}60
�oo
1;32Q
3�n�
535
�,5�4�
1,205
115
+4,12U
.�il�
104"�
�,�[1[1
1 !1
5
�3
i
1
1
1�
�
t'a
rF
9
3
9:
�I
�
1
3
� �'S iE
�R 9
�A 3
�a a�s
E+� 3
�,ii w� r�r �:c�ar wcsn�F+
BihhGilrr,[C,'r�n[:'rn{sk SFrr-irrrx��i��! hfYC.�17�iErf15
Piuwi Idn.iril :i�SJ"IIJI4 14}J7 {ill R�J I'.�iu.�l W�rL1�Ui�
'�] 1! a,7
flq� �'ROf'Q5,5i
1'ePrJ uf+
SECTf�h� 0� �2 d3
�F2p�C7SAl. ���M
L��� ����� �I�
P����tl fle�n likf��nr�ui�ri�
F3 i dhsL T
Nir
�31
E 32
133
4 �Y
T3�
13�
1�T
1�$
139
r1[ati'Ij+fii�ii
?80.i 3�11 a�" CQhJQT r 5JC S�H �1C� {��
�FiO�i ;�S] ii 7�� COh1D F�VC ^,�Ckl 41J {!3�
34d i 1 SU� C3roun� 8�x � YPe B, wfApoon
3t 17.�fia5 Furrsise�+Ens#all Type 33A Arm
34A 7 1 772 F�rr,is?�irnsialf 2�d-�18Q V[13R $I11Y�le P��Se
'l�ronsa�ksk Mate�e� �`odestal
:i+�d 1 3:'1�� ��'J':�y alll1f71 �oU�d�ll+�n TY 3
:�d�i.;i3�i2 �Ilrrtl5n�lns�all Rdvway �Flum TV 16 �nEe
3dait.';r�pd 2-1-:�r�,�odplax�lJumEI��.CurWucs�rr
�]�7�a (ftli;� ��ml�hllr,stail LrD Lial3kirg �ixkuae
�31dd�r'� �I�Jpll��tl�xl
��7rr I � Cdri un
wrelln� �40
�t; n{, ;�3
2�. ❑r, 33
3d 4 1 f ll
��F +1 � �V
3� � 1 24
3f} .! : �n
3+� �1 a �CJ
;id .� � �Cl
3d �� l 70
�illll if� �r{j
�1ea��nrc �11Jhllrlhr
I.F i,�+,t�U
l,F �,+70t1
r�a ��
�R {!
r-,�� i
�A 19
� ��
LF 1.730
`-�A Y27
il:i�J��'� 3'�uju5sul
l:�ur I'��rr fii.l 1'u11ir
!l�,I
5�6-Tr�uf L'ri�h
tisib�7ornl 51ni1 I
"a'��rri �Ea ��;��r �+ L'�nYl EE f flnit Ifl
�.r:n t�F s Ecsror�
L'91l'Url�crRl Wulkf3�
s��,rryf11�3afrr[WS�PIri"f[i}NSI3ilIk-�xm7h n�7ri�n�F�•7 �
f�y�ri Re��i�y iQ17�11711 ilu �I IYI Ai�J 14.ry�r�� WaA�mM
��� ����f�U
���� �� 1' ��� �����
T�A�'�I� �.I��,�i.�� ���JY�';1V������
��r��v���� �������r �r��r
1�1��a O��tc�oor �l�ct���ure S�c�e 11Mou1�� C
��p�l� T�M �OOf�
�l�ha ��lj
�l��l�a 'Ta���is���- ��vi����e�
�]pl���l��rd
C�����c��� In�Frar��d �y����i��
���tic;c�m ��'Ec�rti}r �c����r�l ��st�t��
�Te�hic:l� ����c.t�c�n ����1�
���c:tr� ���har���d 7 ,�ea-��s �P ��'� ��m��
I�� ����ic�s, I��?� ����ie�, ��ilC� ii��Vl�{}�S �lI(]UII��
FA��� 1V�o����
��(�6-]Vfi �Z. ���l��ll��]
�P��E���-�� �J.P ���•��� �ci�p�er f�r 4�1���.5t�ri� ���l��n�e�
D � C� � '1-`a-a �� � �� c��-� � I��� �
�inart��r�c� 1� ��ntil�ver �'yx�d �h�lt
Pan�l Mc�L���t A����e��n��
A���� �u��l�a� Er���a��r� ��c�� ����# �
Traifii� �rad� alurr��n�r�r-a �r��los��e �ro�e��s b��t���r
b�cku� pow�r ��rst�m� fr�m o��k�o�r �I�rr�e���
:�• La�-�� sur� s�ie�d, tl�erm��tatk�akl�+ �ont�oll�d faR�,
�,nd kouv�r�d v��tt� �r�sur� r�1Ga�le oper�,ti�n rr�
hig�t ��mp�rat�res
.'.- �80° �t�inl��� steel pi�,nv �inged dc�or witf� tw�
lo+ckir�g �pen po�ii�ions �a�cing in�#al�atEor� �r�d
m�inten�r�ce eas� �nd ����+�ni�nl
-1`�ree-poin� [�l��k�in� m��I�anE�rn with �orbir� ��rp�
2�t���C or �pt�ar�aC B�s� lo�� for ���imum ��curit�r
' �'J�r,lvra avft�+ ��ph� +J��S rra�dr�le. [rar�sFer s4vrtch�s,
arxd A�{a�a�,`eR br��leraps.
Th� Alpha �utd�vr �nclas�re Si�e Mat�nt 8 is designed to proteat traffic �r�du�#r�+ b�ttery bbcku� �o�+�r
�ys#em cornponants lrom hafsh outdo�r el��nent�. f���� r� i��t.�:`i�r?ri rr�f;lt�:;��rrr is rn��r�r� ��` t.f �I'�'�" alu�:7i�ur� �nd
desigr,erJ lr� e,��lly cr��crrTrirr�t�t�k;: ��n Al�h� i�r7�rrlt?rru�tshle� �7+.7�v�rsu���Y (LI�'�) rr7c+�ul�, A���h3 tranW�tr sw�lr.fi�c�, =ii�cl
f�n.rr A��,� i��: ���1�=�., :} �(7 GXI_ n� � 15GF-tf� ba41enc�v v�llri f43G�i I;rr addit�ons} r.c�i�n�srr��rGk� �I ��I fn�,}+ kr4�} rf:r�ifir�+�l ini yn�.ir
aR�sic;a�it;ri i=�t S�t�� S1+lau�l E� �� ar� r,u�dc,��r r�lti.t (f��MA �Rj rri7�;l�,��i�t:� T��i� r���,+� �r�rl �m�srt�v��cl Alp�7a rsnclas.�re
r�pia��?s tl �H A��rl i,i �4 .�r��.� f�:,�Rur�t; :i [11IR1�7�f UI ir�i�,rsaw:rt,���t:; t�ver lhe �� inc�udirt�M 3tain���s steel �i�sui I t�nt}le,
i���ta�!Jrtir�{j Irs�_,k .�r��i I�Ccf�i, r���i J��t�gr�i�s� ���tiun�nl h.r,IrJer, and angfa� �ei��ra���r u�uy w,11�� �n+s,i4t-P EIi�J�k �,�krrr'�ra�1��� r�te�5r
I������f�,�sc�r p�uc� a�tk�n� Ad�:i�ion�l a�,tir„Zs a��il a�.c:�swasrFa;� :��r: a�r,�alf.�k�lrr (SE�cs �fa�lieiy a�,ri r�r+�k �,����j
Afp�� T���t��l��ie� ��y�������� ��,,: �;�:::=:=;•�,��,r•,
r �r'I�rl
�0.1p�a Ou�door E�t�Mosure Sid� N���nt 6
Nl��h�r�ical �pecE#icalkons
+ G�me�r,ionv, lr.rnj ���I! � ��'44' x d2U
fr�if a9. It'I r�5 5�' Y 14.SL'1
` �+`�� U'd {r.rsv106U+a rn+lwj
iu��F7luxtie{N.y11bj 7.£,+:i-1
• h�11a�n1ing' r��'i� ���i �ri: ��sianrlorcll
.i I. •i n I i II{q i�
{uNlu. ���i�. s�i uul xl r�1���i il ish.�lcl;�il I
• �:i���I�itiaC±lUl+ ry�A#A.iR Ra[r.�l, Il f.^.ti' :�harn�num
f;;��;?�1"i7} r_ru.,n-,� �r� - ii'=r.'-. Ire hai3i',
�,.d{'.ri�.r It=�i7�u.� . �f � �� i��i-:b i .ii�i �
�rlvn'itirll'��l�la! ��+t�Clfl�F�lir�l��
- i, ..d�:��� �=��Itl �F. 1.=. . �=hl� = �i i�n-1;'.I-,� t.-I�'r
i' 7r�ni . .. I !�� 'i _ '�ati ��.. `I�. s'r�. . .1�� _' � Ff�
,�I. , ��ii.! �I�, . �iip . ,:.I
�,� �4��r�c.y ��:�r��alr�r��r�
. �,.:�,�,!,. , �-,.r, ;.. ,,-�;,�; �a� 1:�:
�l�fi�a�rd �{#=ilklrtk5
�
'-�
�
,�
�
- �.I:� .r:��'i�;l I,. ���� �iir�l L� 11 =� .�i� br rd Ir��'�>!'r„'lli' ..�7r.i����l.�.� y.-t�ir�P-t. -�
* 37dM}I�45 Si�ql rr�{nr$JF }{yr �x[Nnq2rJ lilg �r�1 An�}r�,veri In.7k
4
` i hrye pq�na I'Irh�ng me;fi.ari6m wil`� C��bi� Type 7;ccK oi rn;ion�l Ea�l lo�k for ma�rrium �ELl1FII�+
. 1915' s,tainie3s _ieei piano �IngerJ dco! tailii � po=_;i�an prop il�ax,ae ms�lunan�s ae�:ss� ea3y ',�f �L74i#7 4Vf��7 t7�f�O17�� �L�:',I(�+7tJ i1�,'TP������ �G�'BSS f�0e31
* Rsnvrr=inlr L•�ii�ni a17�1+ f�r �asy w.rjTg �o�s:
• 6��g s�raen lr. n1c ��E� tc o a�n�
�lOyeertiwarrar.ly(a��t,jec! b� lerras and vuncihon�7
i I='.U=:Y{:J IaI�V' _flE 4i:'1 B:3r,l l'n:�l]il� L:' IiCJraq�lj �'.m7 J41�:1�.1 vil, v�XL l�i :'1.1 f,'rl?}IJJI"i'u=�,
- *�}7k��fl8
�=rii:rr_lir �i_�sf'�u' ��;;�Itu,u y�?rs=�r�i7��� _i_e-�s�� r.l�=-:u �=r�,�i � _t'u.i�-� i�l.ui
• Un�varanl L��nQr.�lar irarsfar a4,irrN
• l!nivarsei A�.lomalwc �Fansier 9svirch
• AlphaGua�tl uaftery ba7e�cer
• ��llory her�i+-sr mal=_
� �u�go nLtPFrff?�RIfYI I�BVIL'E
#"On �al I er y' �n d�cal r.r Ughr
t L'nol eoli�aled u:lahFu alnht
• I II� v.��ilch
• 1����4Grk} sxVll�,ii
* �rct,nN mm,�nr k�l
Fa� rnr.re Ir�1�71 m�qan vlr,ll� t+rww.plphn.c��liraific
....�....._._ ... -�-� ----��--��----�--�---�---
�tl.ha i2cru7�}IU it� 7qil Ir�e' 1 94G�579fd3 Oyeci:�[}d+1;3i11�i7e AL+Io 703{R}P}SiKll
{}ilr l�r r�nllreuol,n Firo�lur.l �m�n�Urlm�ik arv�l IT�nilllici4ki{�ha..W�afsu 3rurirrohi�l� ra�crve; Illr..l��'.Il LLL �II�ISd I;I��9� t[a 13ir pfatl�C�s a�ri �nliymalsor,.:ait��riNd I�� iMis
dt,c.��mnr+l wiirti����1 i��r�l�[:c C.�l�ky+i[�Ilt ri; �0{p� �41�M�{ iar.rinoiogles All Flgh2a FSeee�ved. klph3' ia a ragletore� trademark af W�ha Tac�-n�lo7�es. Member o� Th� AIph3
C�roupT�, ia a 1v�demork o� JlrPha Tat hr.oeoaias. .
A���a� ��II� ����
l�Ps N1odu��
+111r .i ��YR� :J�HI
� Full fe�[urec�, ruc���di��t� 4�PS �a�'��rica�s �Ic���, �,nir�l�rru��tible t���l��p ��'�r,rar e����rin�
�r��� s�slerri will rarr��iti runr'iinr� ��urir�g pc��n+�r ���x�g�s
� 1�I�ie.' f�f'IC�4? f�kll{71�1r�tCfi �Jp�EclL�C? I��,��,1l�flCrf� WIk3�0U� t�Ol�lc� t� b�ttEr���S ��V�S �r»r[�}� ��id
f�r�ytf�e�r�� t��lr�ry 1i1�+, �;�+[�n di_irin[� peri�ds c�t surge �r ��g ��� kf-�e Eir7e �0l[��7�
� �x�c�rn�� corr�rn�itzica�ir�r�� vi� ���-��� �c�r[ �r �c��ksc�r•�dl� Eff���rne� �h��v1F In',�rf��:�:
prov�d�s ��cal or r�m�te i�ur���o�ir��q a��+� cs�r7tr�o1
r lri�ie����€�ei�iG� f.����r�rfi�n7�,�1�3 �nC� dr� �C�nt��t r�l�y� �ilow tr-��,I�ir�g ar�d c�r,��al�inr� o�
I���r ��.t�'��[a�r�,
��v�r�E ar��i �larrr�f Ir����i�� wi�l� [Rm� a���i f��t� s��r�����ir�y s�rr7��lo�G�s �nd a�c�l���t�s
�rc��t�l�st�oc�1 in�
� A wide op�ra[Ir�g �e�p�r�l4ar� r�ri��� ��i ��� ��r 7�#� {-�� �n ��.�°�} is ���Gka#�ae �ar t�te
rnost ��c�r�r��r� ��erali��y �r��rirc;,rarG��r�[s
� T�;rr�F��;r�t��r� �;nm�,�rrsar��i ��tfr�ry �h�r��r�� p�otecis k�a���ri�s frc��rr c��rer �;r�arc�ir�r� ��l
r;xfrerr�� R�;rn����k�i�+��. r�xt�nd�r�g lh� lif� nf t��� k�a#t�ry
� Vrlhi�e t.ex1 �n �lu� �iis��a� i�r��r���s r�;���abilak.� in hrigh� �#��li�ht
ih9 f41p1�� �?CM �In�nR��+��p�{GI� labw�a+ sU��]8y {1���] Ynt�ds�les orovitic3 clearl, �+�liablr� powf�i �on[Far and fri.�re;�,y9m�nl
as F,ark a1 a�arn�l�:ie k�PS ��lurlon �ach ma�rf Fs �}railah!� in •�ilhflr �3nrlh i�rnnri�7�7 � I�fYV;Pi{1f ir} pi f�rkC�r� �;�sit7r���
��3s�V?fa�yc� v:�r�3r�is. �ui,�r�atic Vni�:��r- ��r �s�i„s�nr� �nVf�j E�srn,r;rf4,v �rf,�et �I,�I.sllrr}� li, � Ir��1rr:��.EIC.+kiixle e11v�r�.rrrrr�rrGls 3���J
�t,�os!�nl vt�lla�� �it,rin�� �+a�ss7hl�; p;7wr�i ia�,nrlFriC}i��;. f���,r�F7��ii�Uu� i_u�r���eii�kted ir�ilCerV ��FJ�yir�9 Rruletzls Fx�li�:.e„ I�rsm
Cr�rcar Gh��[c�+n� a±+;r.lr�rr�� teii,Weralures, ax?eni�i+r� h�li�ry IFfe. Eve��l �r�d �larm le�yy�n,y wlih Il�r�� a�d il�aie sI�n3E�in€�
sirrl�7h�iC� Br�Ci �t;�tile�:±te;;',�oublasf,cr.�ir��. ��trrr�l a;,ci �riw��� r��n�rriarr �a�r�ls �an �xa iorak�n rc�r rr�ou�r�r,<� �n,; r��r�pray
lai do�y r�rl�sr!Iblir�n" fni v,Fw�r�s� F�rr.fesE�nc�
P4r++�r modiilb+�nly L��cµ�ti I'�.��� i�ia�e, ���� so'i' I,-,� f xl,i 3r,`li} �120V�7i;}. �i���i i1n.' S5"�; f:;lf7'l�i�:}
fhe L CLi u� n�l on Ira F x�{ 'v5q �.ar�� ��L t,� r�a¢eu
Yo�r Pca�v�r �p�tl�roras I'��ra�r�
!
t�GH�QiooiE�°"'
N�VV ��� �}CL� and �2D �7�L._
F-figh-����orr�r�ar��e �ii�r�r Allc�� ��r r-r��xim�m Eif� �xp���an�y
Long�r runtim� �or d��rtanding outcioor �r��i�onr��n�s
-� �f ��°�� run#i�� ���a�E�� out-of-box --• fVo ��r�iin� required
Nlainten�n�e-fr�e �Frreaded i���r�� — �o p�rio�ii� r�tt�r��kng
Av�il�bl� v�rkth 4 ��d � �ear �ul� w�rr�nti�s
�Vide �pe�-atin� #emp�r�#ur� r�n�e
J�IpI,�'s st�n�Uy t�;�� �a�ry r�ffer�n� irKcar�nrat�s Ge] for iherrrEal diss+paliun l� er�s��re� o�Eim�� life
�Offv�rFr:�nr.�; fcsr yc,�.�r �ar�r�i�ular aro��!band, Tra€�c �r Wi-fi appllca!io�7. Al�h�aCell QaElarles pfovi�o tht� lon�7t�st
fUfllkFi]G�^a and fhP t�r�sl lu��r��±vily iri to�ay's �en�a��sJirfs� �uidoar app��catio�s at�� a�r�z barketC by l�Ipha's m�ustry.
Iea�Er+g, n❑rt��rcar�,l�d liassle-�ree wafraniies.
1�klp�ke`� T�C�kf10IO��f�'S .,;-Tk�arn�Tho.:'.I.:�G��=�r��»
�I�h���li�'
��L ��1��11 B�t�eri�s
A��h� �`r�����r �r��t����
�Uldo�r �ol►��ion�
� �11pY��, l.�a�tiv��s�l Autornakic Tran�f�� �wit�h �4..1WT��
� F�il ���� �nd m�r�u�l op�r�t�or�� �r��ures �r��s�;al load �� p�ote���d
����t.io��a! c�r� �or�t��t far rr��nitorirr� tr�r�sf�r swit�h �t�t���: I�n�w e�ca�tly
wi-�at �ro�rr �ran��er �wit�� i� d��ng
��lux�li�r� aU�pul' ��r� be ���� to pc�wer ik�r��� �u�h a� k�a�t�ry h����r rri�#�
elimir7atin� ti�e need fo� add{tia�al �om��k�x �viri�g
ih�� �1�4T� rsnsu�n s c�ni�rrua;:s o�,�r�3�i�-rn nf yr,i,�i �y�l���n� ��,���p� wilf� �:�irr�Fuun��J I�ri� �rux�rer. �ai'�f� ��iGk.41�7 i]{7Yll3i CY
pov�t�r direws ��'om 1hP IIr1p SIl�7t�lik RIIP �JP� rgrxiair�a ���dir��bi��l»a
� �fp��a Univ�r��l �e�era�or Tr��s��r �wi��h �U�T�}
� A����r�'��ia� a�d manual �peratior� #�r cc������1�;�� ��-�nlrc�l o�er ��r��r��r�r �rar��`e��
� �ptaorial c�ry �arrta�� ��r �e���r��or fran�f�� sw�tcf-� moni�arir7�
l�l �� 4_IC�T� �UiU�rlct�iC2lly kY3fiul�t'S ;I�a nir�ul �0 11 it� kJf'S �{rm !he u��lil�+ ��r1,;'c, a prut��71t7 �,C.: �,Pn�,rai�a+. TE�� UGTS al�sYws Ilre
{}ene�atbr �o Pecl isrt�e r�c b�l!orir:= ��td pawer Valir 64r,l�,xp5 Cltari��7 �3x1�?nt���.rl �fuw��xl t;ul��je�.
F�,� �� li.11E �T� lFi ���7flilt�l.lf.�fl�:r}r}. fiQ�•• al�n w IATS dr�r.E 51�aF� friartiu+�G ��1ac:urnFnit+ 17�'ti��64��N,'}j
�'a�r F��v�r �cr��rtror�� F'�r��r��r�
1
T�Ci11�J01.4�1�b�y
�
recHr�o�oarFat"
�1ip�a T�ar�sfe�� �witcf7es
CJ�4�Ff�' �� _ .
_ �' I �M�3�#�,�: -_�' r p = �;
-� PI� YI h A, Ine rl� a
�ISf���l v��i��F ,,. ,„ 1?n�' n{nllrl�l. 1��Vmmim�irn Inr rl�ilfl Ir��ahtFi
Ou�G�I -'i,il��C� . M84ChE6 I�AUI
r I�rtari,ullor�bl
Irlp��l Uc�lko�l2+�r.r�e .��30V irrrmrnal 19r�iVlnlrr,rr:�rm hN �4i'usnnsl�i
f3i,Ip�.isVOI,o�E.'C�ior�.a . , h�,'.I'fia3+i7�+ll
.� P�wur Mudula
D#or I I o;4 rrl e rwca:
P�rl Nalmba,r ,,,,,,,,,,,,,,,, ,�2�-1Fi�-'r1
��]um�nt�l ',�;!;C„rae. .. . I?OV
h�nn,��7�1 r.�`que�,�_y S��H�
li ���_i1 uurr lail .. .... .,3{i�k
L74IF-`UI r��41�1�nr ..� . . ,��'r�
C�4irjtiil jx4W9r ll �II)"�: ,�h:lf�4'�11fA
Inl�rrwauari��.
#�Jnm��iai w�ltahc� ............:?317�+
hium�riYFirei{tienGV , .. Si3Flr
Inp,il �]u�e�l' . I�l�
�FLI��SLJ� Z'Jiic}flF . . �Cl�
�]c�;Nul�uw�,� al•1o=C:: 390UVJ1�+h
f��l�'�� ,-
- —-— —�
i}Unansiorrs:
r�r�i ..... .... . ............911� x 13."�W.� 152[}
Irt� . . ..... :'•.:?5FI x!�.3'N s; I� i�L
�'V�t;r�h�;,,,,, ,,, ,,, ,,,, , ,,, t ukq i;i :�li;�f
U+}rC wul �}I I I I I I'L� �'2.`,Ik] 51
4i�r7aralirr+lirYe rilaiHi�i �aSEl,l�'�+
I: ati�f ��sb'�iil-:li�n r:nn„�n�.:r�� �i.11li+� 11�AiS nnay�
',i):si. Ii.Mfi dn� m�xi��'.
��Vfr��rr��r��l. � _ '"„
t7�9rrlllr,r� i�in�7Nr9Rlrr -��rF kn ��4r: �-ar ir� 1�,'C}
_��ns�; _ —_ _ � ���
I• r.r� t;m9NCS II'id�railum ;lalus �iuste
� 4V�71�l5Jifll +�it:.�+i?Ir�r 17ry��k�+k
• :,�n,�18 S,rl.1 �"r I�I'R� rifj}�+:^;
�A�arr�y'Carr�pli�r�r� -
,�,_, ��
�'.�P��'C'::�Afi2�.�' I�Iri 11]'I �i��U=�
.!l_' �'r'Y .III* f:dlllOr, Ur�i,i�oriuNl�l-�I- pativa� sy6l��ir7��
S:� !-.c nnrn�,�yl;Pnl SVI7F Ini F7ihA I,IFT; I�r�iil� anr.i MIc�Co 11�6 lart�l�y
f'�'I ��-� �,=�rs;�o���:l i� i.: bnx }
I Ei4�� hFt�r 7��u���.�W�r
e.
Alph� Ta�hnUlagi�s I.,Rc�, �tsr rnor� Infurrna�lcua vls.i� www a1pli�.ca
C�alxdd:�{u�ialsy,k3��lisnCul�_uidai9 ael ;+fJ-7a�G ;"341; F7x C�-0�4U{� 12:{:� kUdN00;e9�UU Wr,��/� 11712�}a�}}
lPnllatl til.itn� H�Ihnr�lx�m 'P��+Tl��pl�n Tel :iFA7 fid7 ?�fiU For �Fs] f�' I 4��ii
Al�ihnk<;hiis.u�ir:rM�;qive5l�nnqlllU��"���rraiar�r.hi7l�e�Miull�l'45AI7�I�rlrun�,u�,+�_w�In���rJmllir.�-r=.:wv�wdWillr.i,6ix,4:.r ���s�rr�i�snf fr,np '�yls;���7�
CuHyi�etif +� ^p ii; ilidi.� ���:lu-i�yi_� All Fii�]I:Is�l�9w�� r." rVlphEiR ip d�J�#]l��n�il n�tb}Niirr, til 41�}I}d fur_r��alcy�oc
�i�inhoi n� n �a nq71 �a [Fir��,p,'� ie a u �ic+an�a� F�,I fili �ri�, ft, r�n�w�i�wa
1��7.ur'G3�r1ui0f17AL8�f8fY0HrS�WiSCI7fIJAi`.:-�3ffi�'71I�fYCl.I�ua_'i.7:�_e�=:�IG i'i!l:.!^_Y.`,'F�i:fli',1����4.�__iiilr'.= �!s;�i
lrill i w�r�Y � u�rlc�tlul e{ 1 YS'3 �;o�l I trt u i 9' r n� i� :��e,ill �L L. ��. i�r, I i?7' i r1�k. i i wto d �ru���sk ��-,U � 4Jd �Nlr, }
���h����rdT�
Battery �l��r�� Mar�a�err��r�i �y��tem
� k,�� �� �
� ��r� ,
�
�
� �%�
��K �
��
�'"��� �� � . �
� 'S ��' �� �
�� �
���
��
�� �x�end� ��#t�r�r lif�
� R��la�� onl�r sin�l� t��t#�rie�, r�o� t�� �ntir� �tring
� ��are�d� ck��r�� �rol�a�e �qua���r a�ro�� k��t�er���
��c�mper�s�te� fo� batt��y di�fer��c�� as the� age
� C�p��ona�� �ommur�i�ation� in�er��c� rr��r��l� tra�k� b�t���� voltage arrd ��events
d�s��arge da�nag�
���fe Un�t��rrded op�r�t�on de�igne� to ���1 ��2.� �Vo. 1�7.1 ar�d
l�L ���� ��andards
�k��h���as�rtJ rnt��t�tnrs ant� pt��e�Es yaur h�itori$s hy spfea�in� �he �:fr�r�e va�tage �y��3iy �cFr�rss �II 11�i� l��ll�s�l�:,
�r� � stfFng, �n���r�ng kl7�,a e���ry b��ttery Irti CI���� strin�, w�elMnr ald or new, is pr�p�riy �I�arg�d, 1N�1ki a�� � Id�:&1 �o3a��e
�Iways ��:r��ss +���>i I���[tnry, li�e rin�+ runt�r�o aro apL�rni���, fndi�+at�ua': k�a�4�Fi�s :n �, 51�ir��,y car� i�� r�:�r;.�ra*r,! �U
t�ay i�;r. �Il�awiiG� k�.,,ilr�fir.t 1u k�(� Is�rl �r� S+�fv�.�£ I��rla�f � hrs s;o�� ihe� wa�3�f��G �r�d t.n�kly �tr�{;kirr r�i �li��,u��irGa� r.ii
��C4t'�F�S t�l�3l f:113}+ �i2�V�; �'�?�i.i;; U� l�tiE=iul �Ili� Ir.fl G�FP{:�1Uv�� C�f�� ��llE�fy If� � S1rl�}�'31�5 dl ff'_L�I�CIn4 t}81��FIF.�S L7B3$C�
�r a sc�}�Julr�d r�air�tan�,rrr.� �r�,r�i�r�s 1N�11�, tlsf: �,��I+ti>n��l c',+�mrr�un�c�Ri�ns �_�hliny anrl �mteri�ce m��ul� ii�drve�u�l
baft�ry r�,c�3�rreme�t� ;i�� mas�a =�l �h� ts�l��ri4;,,��ac1 re��orl��l, {ss���i�,vlrt� a;{;u��y�r anr� allcw;ng ln� suppEy lo
d���rr�,i�� �n�-�d-D�ac���rq� by Ir��rvir�LiaC k�a�;�rl�s i�l at�;��i ot Ilo�: �,�,r�r�� v;.�,lst:s�±s F�flf� �t3�7d]FCIfIC� �9 �ta���s
C11Q�l��f�flfl�j S�+Si€�f1'7=
.`SI�I��r� i��I ���I��i�.�.+ �T�nml�-,� nl II���. ".:. � i:i����ii� '�
�
�llph���ard
I P�3 711p1'��tGUe�l'� slriN;lyS 1��f�i �r4'L1 CiIGi]d Mall'��3��IniAnt �fFr.hnclo{�y (L.j�rl�i �t� .=.I��iIIIQ eS{r,Fs� Gh,3r47s� �.�rrersl I�on nre balle�V lo a t.dtor�+ rec�u,� �loy
� iJf�PiHr i;r�3rr�� ,�i�b in r.On[�inad +is a rr*mall plaElar e.iwlu�Lila III�I� .I',SI�II:; iJll �'���'/ tu � �ip or L��e ir�u ��i[�nes �rr [I7� eu�ng. !� ���o�k SS+V�GB �phl8
CLII}Ilevl� IIF��AI��II�VL.YrrJ le: u2��li �I IIi���;;LICCn�� q� rhe 41fF1�,� Fk�ln "�E�n; (,91aa11Pryj ind dA'yk][�, {d i��llr.ry) werr,iui�s aiF �w�+IHi�lg UrN� Al�iir3S�LIi3FL'I
IS F��4JIiP4� C-BI S �TlTlfj
Rr Al�h„i��.�,*r7 ;,;yrifi:��iiarl wlNi z.ri p�.�l nnal {:r,rrur.un�ralicr �islr,i IdCC� rr}c,Jallu a�lutivs ll �e �11�1•�Ciu�r�i t.� li�.l�� f�tt wiil � a oi�t�s r,ionliufin� rnsx.iulc
Svr� fs�Gar�a�;u�•J �4folulu� {:ilYl IJC LGI�IIlLl:CEi CU . n �n1�''3�'.E rn�����19 �-�i'I�r�n,tl inle�i,3ne moaul�:5 �n��Iti�F =r�� hl, ��hi ��d f]$h'�
h,iodfll9
?.U-L�1T_3� f1i 4I%jr:ILLJILI �.I.`s I[l� M� i�c.�.l�•m�rik ,",�:, 3&V ,�'rinQ-�inC=�nim ?6YI7G kG�ll-'.�Y q,�F,i�pa �,�lile
AG-r.'A I'--I� -- ,4;��ino;ilisa��l f.;li�i�fY'- h���l i�yairiie�rd .;I." +�+3s1 �;fi Irir�..-Ir�t;lu�lriy �9EVL'Ji:� I.i�'1a+y �iGl�r'a�� .,��I. I
S�BL���i.`�3��C}f75
��Gi 111C�iil'ft'.�li}
Qu3ni;ky:
; e�i,rlca l.ar.stlaai.
C2i]�;nfl
Af=-[�'i.i!�-S`d 1�31:�!B
A[z-Fl.i;;l�l-U�-[:-il�i�
ACr ED."i 41-5':iJ � C� k?I c
+�Si -F I'J �'�1-�.i � -;; a hl�*
l�te�hnrn�a[
i�n«e�np hrPalena�;
!]Irr��ixs+�i�s (iifj;
�mrrG};
Vsrr�l�ltil Il��k�j:
Elaclrieal
f.?z�ll�rl'� �,
f�ii�ud F'role�_I,c�i7
�r.wirqr,m�; r I a I
CJtnFs�cnn[ I.;;iiri��i1 Ur�xu�
Chnr�^ �vlan�gPn-gnl
i4'i3}; {�fLillE'f5�
��u�d�ly �31 F�r,;�� �i31;�Flf,s:'
�'Ji�Fnin� F:+lu�ien�y
Cir:�r�� L.�I���r;{�
LCtiV ���iIII�F L',ill{'}1l��nr! of U;scl�a�g�±:�
{:tifrmunir�i.ir�i 1� }{h#2
Va+rngt5 �or:s�r f�c:ryv9�llr.r�r
�k1�i�M�y
� �+E3lS
�.I tl}:.1.1 'i!?�i.atllil
� — - - � —. — _ —
pnE f13A;j.�hA�ilsFrl is req{pro� pei oulteiY s:riny
5111i11� ;�i�* �1;1r.'y �l�lil�}
AG-CMi�';191�?�5C I i i=f'l.'��'rl Vi Ul��qr+ �e��r.Ee C�l.�I�, :i�iir.pe �:rh1r�,'�
AG-[1�41;.-'s�ar-0�SG �:, LCiSA4 b'�.,!I�iQ�� ��Bil,`,f' 1.=_r"Ir�. 7VIl� 5�riny, 4�
J1C.� I;��1F-,y131�1$.5f1 3�7 Fd; ih11 Vi dlP�k: =iae�=r- [:.�I+ici, Sn�r�le Sh u+g, 35'
f"4G� L'�Jv1 k.3f�-`42SSL Rv EfJ5lY1 Vr.�11Ht�E 59f�::�.- C�I}'��^, �s'�r .°iCllr�g, $5
F�rul i uTi�rdci };I��C��
I.•I�II� x •1,N7'�+r-•t ��S]
:ikiF�lx I:?:V4'x1d8L}
�1 #�r.t��;;
fikhiwidual #�VI.?C: aU7nili101 I��t�F1L'G C01IlaC�UfiFb iKiEO ,�E 0� �'Ei1+�C ��a�r�{�s
;:����le �slr1'h' IIr1F, ar�yr5� �nIFl�l1y j+�fllei,lfrcS
-,�n i�� S���C ;-�n ib i,� 1� F� 5 iu �5� {�c�+,�,�niv
li'ri{4 f"12x IC'Jrf�i7r fnnr,i.�f'}ryCl i►y r�l�hn4�i� i�3r+1 �IrPf �Q1Y Yii118QG !nkdl ;hirldnv�k
r�jyny�.l FI�a�Hu� d,irin�� i.a.tl p4riud c�' C;I'��r{�u
�#4 � t�5ry.�i
1 1CI�?rnV mRx li�;w�flr. RrFV IVril {2j I�H�9�•rl��
kl{1 'i7 r}CI'14o-
-1flRmy ly� r31
L]�r�a,�ni��oc1 isy tl��e �ovr�sE Gas:f cell volf�r�� �ny b�9lery Irr ll,e �trin!�
Nrnp�3rmm�hl� 1 flfi I�+ I.I"�tiV �er �e�l
AI4�1 ��[�u�rr� cui�l�y�aru� EUSU �.uRur�ur61C�GC1i& C�cJ
`- ICI�)rnV
. #
'� i LI!. IA .�'}�'��i.� �! L'�. I.I .:::i--l:...!. � .+vL• Ci::l� S'IS �_.il�b�
�r,�r rnr,re i{,r�rn,����an viMl1 ww,h+ 31�.�t�d_��s�m
AIpl�B �eCilnblOr�les I.PI'Uj9sj S1aCUE �oklrngnaari, 4Ya�hGhgio�i Tel .?F05+�7?�3� F*x; 3�Or>71 aPa3f,
L��nada li�irir�+l.i;+. fir11i5�� C�rrli,iri;l�in �ol� FiU4 d�l;f 1�7Ei Fax; Gi�4 �3�� #39C�i
ncq�2ss lo-rn.l 11�n
41Fiht Ixsi15nr1Juk8 I#��hf'�s�s �' ,� rv�hl In iri2iw ra�rv.'e � U� Ihn �n u II ; Fs �*"- u�Ir,'vnw ia i�Lmlaine_ I h i ru� �I=ru�H�r{ Wllhei..L FNdCC
f= �i�.•��lhr 11 �fj7i'� l�rn�i THfnr.�lnriikx Ah RinFru Klrri�,o.�ii �1'nbn � ia a mnic� nrnrl i�.vlmm���� nl �li di,�'I i� ;h��nhxu�s TI ir hh7h�. fi�� um'� w N h 0!M1iinfl�b fYl f�li il �f� TP.Mr�ni5l�f+�iK
a�i�r��,c�i�
�#sn�xr�l �pe�ificakion 3
h���
1'y�rrant��'
�v�Yl�.;� �afe
FZun�l+�=e (mvn�laa�';
Sosle� VFk�n:
Hee9 Heal�[ant
H}'ilr�g$�� Eml�=_ian�
9 r. i rran a��
�paciftcai�ar�s#
�ludna.
ry�,ar.rll I�ii+sllmo trninulea]'�
c;ol�s pri i,���lr
Vullti�*,n F�r 9Jaul�
C,�ieF�Icu-Eanso Value:
Mnx. C7i�f.harge �urreni �A]_
;:I„rl I d; II � ul I C� �I i t.ns [�4�
1�1 Sor�in��.Valks fr7�' 1i}O{�'.
C}I �mr I+npouarace GGFIz.
Nnm4n:zl CaAarky at �Ot�r�: ;in 1,7�'JYG1
Niv� ii n al yd oacH y al �ahrs: �In 1.?OVG�j
nr.i ��LSJGFSI����
y��l�fh' (�la�kg}'
lialglil su+ Ferminole Ia2+�mj:
'A'Fdl[s Iln�mrrik'.
�+�U�h � ir:+n �m � �
Clperaling Tem�ar�luee �{anq�
I]I �charge:
t;li;�rgt I�'11h I�m� r,r,mra��salst�i�}�
�ae �x�
� 9r5 5 paar
IU II I cP����rne i iR
E vh7 nrlt+d
721
VnIVn rayulakrid loa� acl�
� kk�n� n�
L�sw
7 h rn �3�1r. R u15n1 I
1�4` ?OI�Nr
7�� G%L
� q� cURL i F�r �xt.
S In 5}'F3f �G It� F y�}p�
fullreplarer�iea�t I4JIIrnF�l�s��iHllryllS
�xE�n.ded k;x1�+f�ilr�l
10S 1E�
Valvar�q�tlnl2iiEP.ld�u,ld V�,;ar�I���ial�CHdiaqad7t�l+f
E�2sorne i, xln�nu+
L ow l. �m�
r•-sreaded In4=_ia Fhre�zd�7.nsarl
11�1'-20LIh1(; Flq" R;II�Fa4"
� 5� GkL }s� �XL
°:' f - �1;� 1 f:S
b � E
�2 f4 #� f� 1:` n
�9'f4 11+�r. i[�ilu
9b0 SO U 9,�c1
�}ldYl) ZGDL� : !ill u
11 # 11.3 11�i
p�Oq,riO II.OG$0 {l 111153
11��I{yl i 1 Fi4A#� H4i
11U�Ili �IO�Aii 9t
;il �1 Y�
'f'kf�3.2 GT.''3�i.5 o:5f�$.tl
tl.4F1�2" Ib.4 9.44rt1 ,.� �4 u�J}�U�.�
1'� AF�Z�fI'� 13 �2r3d�_i'_� 1;' ti�;1*1 6
tJ.1JCNtf7�7. a.lSC:1172."�' ii n7itl;l.d
�t� i�� �1 {� -�a ia 71 �C ,+lo s� Y� r:
f•�0 So S13t}"�M (-���5 I� 1fi� F1 l��U fo iR{I'I� j
•1:ti la} bkl C -:3 fu fi{1 fi -�� 1+} fi;7'k.
t��.a �n ya� rti f-T�_d 4a T40 F} j��'�.� rq la4'k' I
��
I�laa� ChargmS Vnite�e {Vdo]: � 13 b�c r.�.b � 93.5 �a i3.8 ��4 � 14 tj b
�4� RipP�o �harger il'SY, ii�1'.:+a� �'�'v ��.��CIlaF�5 UJI13g2 fcCi}I15�1111f11ji5{I �VI I�<=3F IV�M1IIiI£. M.Y%� 3I1UVr�0�; _��%G P-P
�Ma=
� Vi.UTarISY Vh��65 b}' fi1� ���11 Y`ii �i� f6�� �oA 4VIYI i E�Y vulld on;V 5'�hnn u�dd wfLh �17LL'u BRProu6�[ f'�i4ra� S� IGI �Ua6 CFI�f�tlFA hrld EJFiIr1�UFMR Caneul4 yiwi salC= pofsr}rt I{�f 519� ��
?{{wi�{imqf ��7106'�R4P�1 Irill+g a?S� [}C _�Ou blllnl Cw I �nl I�od.
� 171man�14fY5 �h t+*Is W hi�NP�4
a iE�} 151F5F1fiI, OIl {; Fi}f � Il� IIf Il' rfJ� h,��;n`�UI� �I D�I�IIs
TY#1�31 SRahiihy I IrnF in Mlni a=�,;�; �5•C�7r"r
k4�4�,�� dh fi4 M InfS
�i:ti�r���i� �i1 I9J 1E4 27�D r7d �E6 Z7F W5 YL YLJ w•, Ira
3nx..�.. 3ir, �.7 Y�; :I.�i ;���� '.u� 7l9 �}'� ��Ei i�i� r�� �����
� I�fRyrw �il �IL4 :.k1 �1 1'1fi ."-I!i S� '.'33 rfi i57 'LL' i113
5mEFi1EN: I@1 �J11 I�x'� J41 �i 5d�7 a,�3 d2i ��!! �W 3f': 9�
tl4e7�Yw idiR i� �k[� Rh 89n T�f'- T?� fil'1 �a:i 4xx 975 4=0
4LJ7Lhlt� E$-` Y�G7 C� 431L 11AI Prs? A�1 �:3.� �.+J'S tirl !Wf q�A
�� � � � �
tlalii.plwr��r �0 F39 .h4M ,�lj h� �' i�14 iG Id4 � i� 1V�4
'ili�*5af t�7 }_;� 715 i'u ���� fQ 141 FFa 77 �f� 1!i {.�
�Iwl,r.� alLl la7 0�, If�� 1�4: i:: 1#� L'U� 4TI 1'..+d 'il lC
rtetlone�l �7G dR1 ',Ch�i} }7b .�5 e'2i 23i 1Q3 IIL'I 2W I� 756
NL�ikea-, -0id 8}� FSt ln: �li 2E� :Lxl 513 3;11 %r}g �S �3
�ir.au,... �36 �?l dl4 yli: l.� :b�3 �P7 Si� ;��Yi ��,�� . ,. �
kwr.TS.-;p i+► UM
l�+r,rFrrmR �7al� �s�, �Js .1Y1
1LHF£+luG f 67 f'. i:.Y' '.I'I
#�Ills Uii S1iP� �l nH
avaeer� Kes v�a �e r.ui
N R�� .7� �F i43 7�YG'
9��en�s 7IfJ r,Etr� 31�+ s�G
ic�aru+1�� .kry� 'I+V.
�Iby�d +ti9d] IYG iB� �1u
;!�N�iF� �a �A k� iBE
��Siwais 506 .1oE .�i� i�'
Skr�L� C:,iB �f7 bf�3 d4o
ILtr� $LI 1iFA 57� 64T
46rtrc 1Ld,3 �s3 fE8 fffi
�
�'3Fi Vys. :JIl 1}S
.I'il �]L �}77 �4'L'i
�1F �7b M1f,S Afy
�d 9i9 R2l] �tiL
4SA IIR. �IT� I�i
�i+ Cti1: :7J ru�
�
I�s iC6 � 9'#4. IyS
i7a 751 cfqF 14'j
?J2 ,��d �iF! dl�
� ]�F] ;Itf �
571 -03hF !�1 �65
BT� S� �iEF �11
1 j�;
� �ai �ier ipe
�A :Y}I �f 3's1
kT! Alh .7f. 'k"A.�
�}kF i$U 507" 61�1
IfFF 97� »:Yl 74rG
'�0 'lk; �52� �137
�+4
1G� � �7QF IOy`:
1�� =�1 126 Ii17
7H7 FiG i43 12�
_9G lxe �6 2��
A� �56 41�7 :u1
� 9� �1ff3 J[s'�
' hA��ra.ul�ula4.ree bll�+l n��I�: Pl':Iwu,v�l � n��G I�IILttl WN II �T�%�� I3L ■
F=iri r.onE�ck ir�lwmshnr� visFt w�n�w.�lpl�a.�❑rn
1716 hFpl�a 4fau� � j K�„pr, *rM��lcs EuloPr, #dlUdle Ead 3 A�rFort I A.lLlb Aa�l�� +.-nll� ��auGh km*rlc�
i���• �NSui"- - G�I�wIF Lh�r�inm* '.6.Cltluu Cuu�rLr3Aulll�:x --
i.I.+liSlan.741�1i Tr� �.���1�Ja1G14 �el �y951[278E4011 Ta.�l457111t�1�1 I.l •tl':?)��IIItlA41
rn� .�rtoi{SIIJ911d �. .SIL£�]�i�i ca, -a��ylJ'k7NN7t• I'nr.7Jflfiii�C5797 Far .f53:7LLS7�iM
T��lif..x .SilMn�arA�al
lF7if� P4.xsla 4r,rat IUn��l�im
Txl +1 Frrynnr;Mnn l�I: �K+1;59:5119H+1 hl� �i� I.'79�O1Rifi
!a� .� ieasr�,e��e F�. r7{�5!�IiiSaiU F�� rJi I'�?FM1A3El4
+4phe le�r� �9w�,��erkea.uqN luu� �r,wya� lu wu�re.s.ti�FN��l,qi�-ml���m�lai��d mm����ndwiPndrulu iiq4-�Ni-s�}�XiII3 �IA�4PJ
Cau.i�uW: 2GUII JWnx :..ii�iu4�wwa ,+ui �l�ihu li.w.wil FJrra � ia,�,.m,l.�.i� i�yicm��4•u Ni�4 Tw ww�i�ilE, �
�
7 ECH ILO L8RIF8�M
Alpl��a ��{�+1 ���U IJP� �1+1odk�lE
�on-i,l1 ��i]SaF Aph� rk�perySHn�allwo laf F"+�'# Cn�bflgu�dlldrls
Elt��#�'J�QAf
>Flarin l4rnerlo�
6Ai1ary5lfin�j�r,�1R{je;. . �i�Vdc
Naniaitial VoEtage: ... �2QV��
hlainlr��l fre�qurrsc�� 1�tinci��s�ns-n:�
ri��,ul_
��irrHnl . . . 1l �rl Is31i-h1dl
�il�'36E . ��� Q�fibi ��iCIV•l�-
Dulput
t:�_u�c]ru ... ... .. ... . .. I t '{� r:�r�;inal
�+nefagFi rer�i,l�ri��=i ... �i�r. IIJ`�'o t�brr� •��Gur vl�l[a��3 r�fng�`
PC�we' P1719'l.;' .. ... ?{�O[]UJ1VJi
� Mli l�f h h Ci�11 tl �
E3hr9Arw slril3g Vu���ge: .... �4liV��i�
hJ7min��vokloge' ?3{i�f�C
Naminal frp�Uency� A�,�in-sanr,���ia
lii�,ul:
i.'�� ��arr :.. ......... . .,�]. f5±� nnminal
�d��l�,��fi�:arcr�r� .. . . �5:�ru�N�4+a�
�iIIRUI.
i;�.�r�@�r . Fi T/� nnmin�l
Vai�l��ti i u�l�l�'a�lC�ri ��! II'I{�, nVa7r m�ii� v+�lka17� ���p¢
�'rnYor al 5G'{.; ... ... ��[]01N��A
ARph� Teof7nala��we LriJ.
Canadl. BU,��.�pv- �1r�i:,,�� ��i.dini:Rii iF.il!�I +1u1i::9'JJ F,-�!L:�iLtil �.�'i o��
�,IoikeO SCaie�- SoH�ngr�am, Y�oer��ngl�n fdi .iBG r;4T _'�s�r� 1=.ix. ;96i? 67 I�F'_#h
J411'" a Tr.r r�i vdr �F� rr_nrv=a II �t �.��. � I� i i i�yk� i lyl5{J29' :5 II �: � U���=Jr.l } r�� h v�r�i,ialu �i. --rd�iil%fJ �� Ilvs dnri ir�l il w u s�i.l i uIIIL—
Cul��+� ��J� I�=C I fl 4��}"d IE'i��ri71i}];� :lt .91r+!}�a Ht�lrv+dd fidphy6� �o �� rupmleia� �i �dc� i:.}i L�.d hlpFiO ?uefl�:tu[�Iw.
p �r,l �=��'= ��t 11 ��t �5;,. d��,�� ����.•� �a d trddl�-�+3•F .. l�f� f�u Tur w vi nipne
�+1� .#'.i�al�Csl ' � ; —
fklmRn3r6��6;
r��rn. ... ... .... 1J3H x;i�jab4 fe c�: C1
�;7:;M�fr :........ ...... ....5 t'�FI'; 1� �W x� 75C�
�+���r«� . ... ...... ,�si�,_� i� ����:�
�rr�rai��t�dl �` ��
�5�3i.r.iling
1#�rxip2� a[ur � r a�sge': ....,.... �7 U 1cw ��I "�- ���{! iu 1 ti5` �]
Aud.hla nni�N{� 25"C' �`5�1�1a�➢ i n��1��-;3#71r}1
�=r�4��1._ ��..�.1�.��s� �Jc�310[ ]II6!s4'G 2�ilti�acn�,la dor�i�e �L1eF.lF-�'C
;�li�N�- �
lyplcal outp�ii wolinp�7l-!D� c:�{�
Typl�al e�+.tr.ir,-nr,y;.,,.. . , �9R°.� (rr.sl4lsy� faad�
��Yl�icalrra�icleri:mrr- ti5ms
.�ilQ�f��L3GTl�'1�&�� �__ a� � '
Fde�1r��:�� �3f�rly„ ,,, ,aJl_177$. I',�A ��,� I+In 1i173-�3
.� ' �, ;cE..
al ... ........... ...... . S.
�Mf;.. .. .. ....,. .{ar�s;s�{i FC:{:�+SF'H
{FN r,f!{]91-�.19g5�
•.re ape,��=a in �aa t�� �.�rsi;x� nniy
Fr�r rntsr;, inlormaiFaii yl�ia www,al�ha,ca
un�a?�C;n I•i G�� �ev C[���;:n i ir
Irx�rII�S�3i ci! �Ir4 � {.�fi..11�1
�
���
C.,�c�lr{i! I�.�E��s
L154 I �� !� 1I �f{ I��,+I
��t���m'�` Cr�fr�r��� S}����m
��ti�o�m�.:.� �c�d��� ��`I, 7�� and ��� D�������r�
Opticqm'" lrrfr�r�d ��s��m IUlat�he� Cam�ar��nt Pr��e��ts ���ob�r ���T
p�sc�i�t�a�n
Ti�e �pticu�y�"' ��0 �er��;� t���5tc��r.-��rr� rra�Msiorr�
�E,� �•s�iiral en�r�y c��tect��i ��urrti ���
�}���o��l��in�;, veh�icle-rrxc��rr��c�yd �]ptrcoix�'
Emi�[�rtc, an �lectr�r��l si�rral.l-Eti� el�t�rical
s���ai 'r� ar�r��tnittcd alo��; a ral�i� t�r rl�e
f��ti�um- f'C�asc-.� S�I�c-kcMr s�r ��lic�ra�z `
�?I�{a•ii��ti���.�t�r kOr �SCtic��Sing.
C)pf�cnm 7f1C} ��ries� c�ele�l[�rs �fie mo�ln�cac! a#
or ��e�ir �k,� inl�x�����i�kn 1�,�,�. E���rrr,ir� .� r11r�r-1,
ur�ahti�ru���d ii�3e-nt-si���t t� veE�ic�e
���irr�<��'�1��. ��i�ttcsroi �i�ls�+ctc�rs inay h�
rn���r��eci nn s�,an wire, mas� arr�� ur �at���r
a{��rrn��•3are sfir���tur��.
[�}�licom'- ��c,�lel.� 711, �� I ar�ci �'}� l7c��ectc�r�
of €er si��ti f i��r�l advai�c�s a�d f C�xi�-�il��y f�o�'
s}�ec�€ir 'rntr r��3cti��� ap��lics�lir��75, "�I�e
�����ic���� �.letet�Ecars ���c} <:�E41�f1€�[� �i.r� fiQFTlK71l}li
��S�lacali��hs in three cor��i���raiit����: ��r,�
�JG�'e�'Ti�n—Ihe cin�lc� channe� f��t�rt�ix�
�ttr�+J�l 7�11; �I�€} sin�,f� rh�nrryel. +..�u��l �.l�t�elir��ti
(�E3ricnrr� Rr�or�el 7'?�; arr� G�rn d�r�cfi+nr�, iwo
crul��l �tieclicsn� �C�� �it���� �:.F�f�r�a�el O}�liec�tr�
rrrc�del 72�, A�I OFstic��RTi �E]�i ;€�rif�� �#fsi�Sctr�r�
�rc�atly ��duce �nsta�l��3or� anr� life �ytCc costs
fhr�-�u�,ir rhe'tr �Yiodular ���agn, a�#�ii�#�l�l�
�u#����, �nc.f c�>m��a#ihilt#}� witl� existir��g
D��#ic��n'- Ir�fr��r�cl S�+st�r�� in���s�c-#is�n �ncl
t�chi�le c�s�ui�rn�n�,
��f ����'�� ' 4 � }-r' 4 ��-' �
F����} ��������� .��_��
��� . �f' c-���
�' �#��,t� �x� '�r:��
O�klf�m'� l�lnde3s 7��, 7�9 (!�{ick.;� �: i�! ��� � I�l�iu�l�rs
F�a �lir�S
■ .�[#v�rt�eci rt�le��r��a1 tr,�n���nt i�rwi�u�rl}�
• �I�iodul�r t���i�r�
■ �1dju�#a��Jr [urr�t c�c�n�i��r�[ic�n;
�c��rnm�r��t�s skewc�c� a��sroac��es
� C_igi�lw�i��s[, r�urai�Cc�, f�i�;l3-Em��ct
�<>1y�.aehc�natc� enclass.rre
i�iiti���lifata� tnstal3at�t�r�� s��t�n wire c�r
��ss �rrr�
• �ray dor�r irler��ific��ia�ti �f C�p1�eo�n
n�t��.Ce� 7�2.�
s�
�'
{]�rlica�r"' Span UUrre C�am�
A�tt��5�ric�
� ..
� �
L���k�cair7�.� "vfuclel
�:3� De��ct�r Cablt;
* Dpti�c�r��'- ���n 1rVir� C;1anz�s
i O�ti�c�G7� ��.r�f�� 13�i L�c�Cc°�Icsr C:al�lt�
��a�?i-i1�111� �{�r�'�i���t�rs
■ �tece�xleon Range: 2(}[� i�t. tG�1 �f adjEisi��bl� u�s
tu 2,aC�{} �fi. {�GO ���}
* �J�ctrical. ?�I #n �� V�}�, Si� Jv�� �nir-�imurn
« T�tEnp��r.�lt�re [��n�iF: -3i�" F (--'��" (.:1 �n '�fi�" F
(�'�#" C)
• Ht����R�lily: �`l, tc� 95°l,� r�l��ive
I�I�y�ic�l ��r�iensi�i��
��t�cnm � il+in � 711 bel��tnr I
Len�lf�: 1 �?.Ci in. {3t1,� �m�
4Vidl�: 4.75 �n. {1�.�1 cnz)
1-Eei�hi: 5.�3 tr�, (�i�1.3 crr�j
1N�+k�F�t: Q,88 Ibs. {�{117 �}
Qpt�coin��� ���cit�s 7Z'i and l�2 L?c�ertt�r5
LeitglE�: �1?.fl �i�. ('3{I,5 cmj
WidtF�: �F,75 �n. �'12.1 cmj
Fiei�;hL• i.1:i Rn. (�8.1 c:mj
1�'cight: � ,'12 lbs. (,5l}8 �}
��r����tr1�1�tiT N�M�ic�* It� Pur�'�i,�q��r;
E};Ctl'TFC}F;1HE!iA�11TEL}1�1+�AREi,4t�fIE�4CTFrt.}Jx�IHIPI IHl�L7(�{_�1�1�r.f�t,C;L�Jki�i€ fl�r�FFf[ CE[_F314{JE[_}C:11=5;K-.�TF�+h�KE4
I�f� [ pTl-IE�R 1�4'AhF+1h�TiF� �`Jf.] F}{i'RF541 Y i]F+�l.�kfv1� AI I�kTf ifR �'4'ARK•LiwlYlfS, 1N1 �f�] If� f\F'�ESS [7R I:r1Pl Iff},
lNCLl.�C3iNCt, 1�lrl�f H{�Ll�l EiMI�Tr1 f�C}t�, .�NY +rVr�It�AN 1 Y.A� fU �1tf��Hr114 f�FS41_I KY (l� FI f I��S� f C}3t � I'r1a{�'1�4JL�k iJSt.
��7� w�ll, a� �r.� sc�l� �rF,�it�ri� �����i��ir. ic���larr rrr r��Ufl{� dIF�+ Zlllf]U�i1.4 �.l�7IY� �57P 3f1�� U��ticuiat'" Iirir.�ie,J SyslenG cum�,oilci�r fr,uirr! [�F
be deie�ri��e� in nia+erralf pr rrldfl�l{�li-1i.I�E k*�ikl�nf tIY� �S} yry�ZrS Irn�� Ihr� a�ale of sfGi�ai3i�li� I�vFn (-�TT 4ee "4�'a�rain�y,�nd I s:lendeci
�r�ws������" I�ai a�t��oal� z«,�l I+i,�F��o�t„i,� a,� �I��� c�vcr�rh�• ��I�iii. G� �+411 �arr�Vi��c �� lu��ci�c,riira� repl.«erftrrFl �ui�r�,isr�c�i�r ,,� �� ���lI�ILIrJII.f
�Fea�ge ��c� ti��i foa an �c�di!��r��l fovc {51 years.
ts k 1 wa��r ran4s lukure s}'sls�fil O�Js'f�l�}i�ll}� {:[�Y�f�l�;f 3i CEEtI ei�2i� �ki'�i'IF�. �I'Id'. wwti�F��tag� s�� tc�eth In this cforum�nl S�Sa�I nnl a��rRy
Irr Irl� ii,��a„�1e�rtsni �.�en��� f1:lnil�ra�ttlraa�l ��J,f�1ti� a:rC IFij ,uFy f:7�xlFrOi�r r��llar�•[� S�+SIt'ili f;e3ril�Yilli�•I�rti Lti'��Ic:IF ��,���+' kr�Ac�ri ifil r�_�xairr�rf a��
rn�:�r�l�i+�rt I�y 1�ers�n5 rroi ��ri,o���t�! Ly �r�, I'.?t 14iblecierl l� Incr�rr�cl �n�tall�Ci[}�. �F�u:t��, negle��,�r ac��rJent; f3i darnaged b},
['kar��me a�IRlirs�'lll�'�ir lrI 4��f.'1�I�1v�r-et'��ylr:'r� 4'C,�i�illilil�;,, ajr f�] sufr���cr��r[ r�� �*w,1F?ti lFr u5t f1��151cl4 l�ir ���ir�Fla� �.i� :laa[I+:I�'�alk'ri i_u�lrtir.
f�.l hl[� E1ff �la� til-�AI.L c";1�1 [if l.IAk�I 1- F��l2 AhIY It*�Il1kY flGti<�.I 11!)I�1€:� WITi�G{:k1iT k ir�9lTrl��C}T,1, Pf�S��hAI I�1�L1kYi, ���Tw�,
I.C1�,.r,, �]R €�r��1M1�li:�E SihiCEIJE]I���, YVffd Ei71J�1 �IMi�f.�kfli}N, !'!4[}�`CHi��' L}t�A1AC�r�1� INFiEfFfER I7€IiE���, Ih1L7��"c��i, I�LaL?Eh11At,
�P1�+�'�L. ���_�r��tr.�L�E�I� I fAL Uk ial I��k.lil�Vi��, A�i�lr�t1 C.�ll�f {�F TI If � I�F �lfi ihll�E+11 fTY Tt:� L��F. 6rFPr�l€� C:xR FAII Uf�F ����
Rfi'��I�, +�Cd1' C�l� Pl�C1f-�l1�T, REC��Ri�I.FSS t�f TI-ff: Lt(�AL Tr-IfORY rLSS�RT�f] TFft RENfEC�iES 5� r Ec�RTH I�' TI !I*
«t1[.��l�E�1 Ali� €}:C�11511JE,
5a�r- ,titiij u�;� s1i � lie C1�7[iecem Fr�frareti sys�em �s ex�reessi}' rt�siricPe� tcr aurhor,�ec� ager�ries nt g�rvernrn��r� c�sEomers, wiihin
khF'If 5�7r�-aNr ft€I';4rRarllrtni. I�itwtitiv,vi•r. iJ+'r�uti� fff�� �;,tr.{r�,�� 4� ;r,�,f k;�'lii*�.�I+'SI �1�+liG�� d?ftRlt �o�rl �nl�l'rin�4� 4�4�{!�TI 14 IIIFk k'1�{�lUtioV�,
C�7-f dt��5 ia��3 ti��sr rar�l ikc.t�xwivr acliw.��iixi i�y �7urt hast r. r1�r��cti ir�d u�f�rs ��M�f� desir� lc� LISE Of COi}F�IFk31� ►xsc i�f [1ie C)ptia=oni
infr.�rer.i �ysiern w�t#+ rli,,9 nl nsher �uri�r.iii:�i+}nti rn���r irrws r�3�l;�in �h�• Farirt� •.�v�lai�n �+�rPr�}vrrl rt! f��r3, ,�UIE,a,ri�f�r,1 latier in 1l�F
jur ixtti{:io„i, 4ulr��rr. ��s,� is ���u�Jrt.
i tlt�ks,��l �r.�l�i�
�..ri� 7� � I;F���[,,��; .
Gl�bal Traf�ie Techrmlag�a�, LiC
{��aU rliirrr Srrecs #�n+[fr
$I E'�iul.r�llnneknli���`.}I�&-rr�41
1 •�0��2��3-+1�10
�51-78�-73;.;3
v�v�w,��l.�seru
�3a�al Traffin T�ch�a�a��es Ca��ada, Inc.
157 r�cler.�ida sur.rat VJ�!
5ullri •1�17
1nri;nru, {fk N,F,N �� r
Canod,i
' -8dG-253-�I 51 {�
Upl�ctlrtl �5,� ir�kr]�alnnrk ��i �ilrp�l �r:l�tlr,
�a�hnula�le�, l� {;
Lkaed u�der �ieen:e m Canad��.
Ple�€�r. incy��rn �iiored in ll.ti A.
�t�{;'i,laelT��affitTnr,hnu�4�i�,s,M1.�� f7rk7
�VII �Igh1s re.ser�ed_
75-[�5u� � ��i8�-� fa�
��T��0�1''�' �RI�RIT�f �0�lTRUL �1f�T�N1
�PTI�Oi�i�` I����L �'�� I�ULTI�I�DE PH�1S� SEL��T�IR
r�' �ff�+X �'�t�����l�`.rvt 1�.t��7f������}ir� iV� �� ���. � i���l!!f������1�l�J J�.f,�. � �r�+���, ��Ili ��.+�J,j f,l
��5� k�lE�. ' '�',�; {r�;i��4��,7�.fJ�r'Y
�ra�F7r r�xlr+� �`�,�r�r�o�oc���;;, �.��.'
f��1� farraler! �rr �l�T f+Yuf�
;#+k�'s ��lr�t7ar�r�r�� �rrtel�ir�r�r�f
T���rs�artaf�n Sys����� t�r�s�rras,s.
�3 ff7F fFidfNt�LlCtflf�'f Rf €����C01R".
�Of!!j+ i,1C,f�tfU� 5}+5�1l5 iJ�l�
�,ar��ga�.� tr�rlfk ��r��r���. �y,���rrr,,�,
.-� O�.�cr#pklon
il�e IJ�1icC�rn"' �de� {r�E h�1�����rn�r� �h�se 4e�eckr�r ws� ��!���-Itr, �o�u-��frt��i�el, �u�1��yrlo�lr�, itIJIIIfTH}[!r!
ei�co�:€� 51grr;sl tio��s:� tl�sigri�� �o+ �ss3 xwill7l:;�lh OiE�h`:UEI; �� IlitEr7Pi',d sysEe�� QR�� rrri�Hers t�f'i;t d�:��r;�r�.�s anrf
tys�lla:nF��" �PS ra�llnfs��4� I��e:r�er�for� tiirElrs ;�n� a9t�i�.l� er{�u��rn�rrr �R f�r� I� I�;'�ileil r,f�rr�lly ir�r� II �� in�i�i[ fil�s
rt ly�i� I 7t) tr3tlic �',ontrollsrs eq��lp�etl 4wih pr��r�1y �a?��r�, ;�f;lcc[ro�� �oR���r� ar�d in vir��i�lly �+�y �if�er lEaliic
c�anl�ctllt�� «ys��p�efl w,laG Frrirrrlly p��sF� sRles:tr�n inG����a ;�nd �e��kt��l�snftau;�r�, P���ss; ��I�;c3�� �r� ��sv,�er�r1
ifis�r� A�; f�l��s�� (�r ?� Uf}C�1�ifl C,71�sd71i lfi�tikf �rl�n I+I[C3fr;�.11 p�YJ��e� bUp�ily kr.r�U�1ort �pfl�alli��� IR c4rrleclors a�H�
��ll�:os��" ��5 r�c�luf�P� �m�t�.
f��se ���air.rs�n��, fN�+i�l 7fi4 #��aEfim�i�ie F?�a�+� S+�E�Uar rr�ay l�r ��atf li� rf� c�rrak �Csp�lc�llr��rs, G�S �r�rly f{CS�alIe3EiOf1�,
€i�� 1�i an� GrS �ppt�calloris su,xur[an�ausly_
�lye;�p��corn". Mr►rl�l �f(1 [�rr� Rark I� rQq�ir�[i whQn in�fi�r Ilie sp�� Is r�otaval�aGae, W#sen �rsr�cl I�i Ei�� �rilV
n�ode, �he (}ptico�ix'- Moder i OA6 Carcf R�c� r��a� c�l�u G� usacl.
J�ills:«rn'.' I�4ix��l 7ii�4 #�Atill�rrw�tl �I��s� �3ar.tor rPcogn�z�5 arxl si�,cs�m�n�1�� .�r�nn�t ;�7is;� [1i��in�R (Ja�tific,n�"'
i�# �r�ritr�r 1rt�uen�`y r�fe�i ui� ���c��n'" [!�€�clor�; I�I��Ii �rinrlry, �ow ��rl�lrsky dncl �rob� {�rlonfy, W+fhl� easli ��
IJo��v� lhr�i� f� �.��u��ic�� �uE�s, ktif� plr��e SeieClors fur�l�r.r dF.�'cr�er�lriale amang ai] c1�s;:es at y'PMit,#� id�nll�le.;�kl�l�
curls.s, wlll i I,ll�ltl ui��w;rU �;�a v�nicl� �cr,i� �ei r.l�s,� —� I],ilr�f� a�t�l pe� ffequan�y 1�3t� �I�� fJpll?:Catli'.. M�d�.l
7€ii hrlul�irno�i: +:�f7ti5e Sel�tc�� �tlso �eco�r��z�5 lhl �e� t�ll��r�iti[ �rl�ib�lly i�tiro�s l�ansmHio[I i�y {1��Ilcoe�l�" �;PS
wr�liirlTi �;i�wpniei3k� hlc�l; ��ni�rll4�, !r.}�N �+rlcir�ty �ikd Ixs� �ri�rily.'NI11yln e�r,l� �il itr�:s� tk�rer �rlc�+tl� lev+fis, IhH
�Tl�se sel,�c.ro:s 1��rth�� �I:�c� �c��l�a�e a� �.��� ��i ��q �g�,��;y I�s, 1� U�ws� �1 v�:ti{�I� i{ienE�fR�atii}rF �odes, wl#h
� [},[H.li] �rlsli���ua1 wrl�IcF� �:nd��; ��Ar i�l�iss — ��ra msa�� th7n ;�$ rtilllis7n ��t,�1 �i�� ��fr�rily I�ael
�l�fiii.r�m"' A�tx€�I 7G� i49uftlRiod�; f 1i;.tse �9�µr.lor iliCa�Fi�i�ly �e�t�l�l� ��ck1 sys�a.n ac�l�allnri. E�r.l� e�ilrY r�onial�s.
• Ir�t�r�o�t!trn ��am�
• C���� �n�l [ime {rf r17� {��#ivi�
+ VeMn�lr� �:i�;u �ade {�� Ih� acNwalinc� we�i��l�
• Arrir�R;ing wehir�Q's IE} risi�r��e�
- Agent,.w la �f�PS �r�lwi
+ �han�aa call�s�
■ �'�I��ri�y ��R Ct�a 3��Il+rllw
* Fi�,ql grNen sir}r�t�l ir�Jia;�fi�ns �fls�fl,�yed
�i lflt' �fiL'� �� 1�f�: C�.1��
� iir�� sC�r�� in ��� f�r�a� gfVe�s
* C�{�i�t4�ak u! ��iu �ctlw���an
+ I� �r��mp1 I�as heen requ�skprl �r��l rsasnn +I nn4
*���rit �ic��uGl s#r�lus ai ftG�.� �nsl trf Ilu, t::iMl �C��'� at�i�i
■ Eriliy,;;xl1 ancl �twer,�g� 5�e�cl �G�'S s}nIY}
* Ri�l��i��v �arl�,riiy t�}val
+ Cnn�liaiunt7E �rrknrity ie��;!
f�°�ffJ�lif��# r:r��i�1s��
� �f{7��f; G'f.�l�tf�'�.:�Ii�f1�S'.. �
�_-
. .-�.:�-� -, ...._. _ . . _ _...�--�-�� --�-�-
..� _-��i
� ., „ I ,
��� Canduciar S�ronde� r�r�rJ S1flald • A���rr����rn tivhJrnln y�,IltEw. �Itl�, i�F�ilc�R Si�il�l,irt! Flnati
•- -- ; i;rsq.�q su,r,�51n! �-e, e-33 ,larkaE-8!ur4f'9{, I,�C7',�.,SUO', 5_0�0'
�� VnllagoRntinp GI}�1�
�• ,."`�� �IiaiFlwlluulhlsknesw fom Aalln 75`C �+�fhl�;`t"�HNI'.UG�+rsera.
� �� �• � ifhT/UIIJSS'�YfJi�Sif}'�=4.HSi'7•
�r '10 AUUG • G��" � S-i,imn LOFE ax�Krr f8r ✓v�+.twhly
w�c�� �u h�
!nk Jc�t �r+rst ❑r� Jackal
���r��.��v�Ft� ���Nr��a. ����_�,
���. ���rv���� �o awe �� �oc
GQ�1� - I���i �i,.�� - UV ��$
- N�����7��on+ ��r�� ��c�
l�ADE fi� ���AF,
}�.i�� )`Y4'ti' wiflr s+asrt� nas�r.rfaciurEv
4UTER Ji[T
�IIICI�N�S$
���� ��
n�w , ,��,i
NdMlI�A! 1NEICHY
�'a' Chs. ! T149'
IH�H mm
r�n 7 r,�r q+�
Tr�ffic ��n�ing ��s#�rr� �able
�
. .�
�_� �
�����
ti�nue ui n���
Jnk F�1 prfr�� on �a�l�el
�Ffi�Vfi���� IJF�� ifiif� ��L7��,
I�1�. 18 �h�nli� ��; �QOV �C}F�
D�F�E�-� C{JRiA� MAL�E �N
7H� L��A��
PAIIT bVN11
H8. COHkN��1'UH6
��nn.vs�n an�a
COI1dLIr.CiIY � Sin�r��re�i f�;irR wns�,�o i3,3qn� -,�nq�
L'G�pAi uer�ST�f �.'�, � B Tat�p, fEui�ny � 3�rC
In+�islpklon C1pOrllian�0
i� nw� � u�a�� �,_;,� �� �� �r: �r ��r, h r„��a����� �u��rn
�hiel�l��g - A�',�niinuin a�u�ra 30 pfrh a�ja�enl puir�
'��ska�lr'ucb�ri0 f,�u�5 Ini4mlNnce
JRCkaI 8:�u,k PE 23 �I I� 100 It �gortal pi�
PhI1T I JW1Gf ���'��
++a. caMouc°ron� ��Mc�M�s�
�NCiI wm
�
'i �r,1�V+}I
�n+� n�: .e�;�
I&P�� �;�f .613
rr.n �nro�rnainn onMas+sa on in�� eGeuM1ra�lo+�,a u�e�artao o� ue�� as a�u�a �n Pmn��cr ee!ecur� unu �s c.e!iere�i ir,:�e �euaole
A4C �Uih �i i�iJh NVr�'� HIIt�rS k6 e1i4{IrN I�itl Ullka 4R.�5VIi il! �O:el �8 OC�'cli A[w IIS Ilirt I�I I'�9 +i+ I�t��ili��luil5 Ril�:r "i:=1i�:11'� ii7 �a �d�h,y� I io
�I��y�tl'wi}'Ii�qer�Ni�i��'nW� e
P�one; �80�� ��3 ���9 • F�x: ��3�8� 3�9 �9�2 • +n�+�uw.a[1cak�J�.�4m
;�Ieok.H�4�4VIrIk��Green� SIArIckJl+dRr.t�ls
1,040', �,5d4'_ 5,�}I14'
Ik�W, kik!�N �IxrSx'nY 'ririlYr
�WxiiiRFi��w t�li�nwYfry�r.}'Mf
i�:4.Y �r.r a�,V.V.��tis+y
I
HOh1�E�AL V1�iCH�
�'0� Ib9. J 1l11°
�W�`K . ��
aaN �?s �s
,°d1 0.12 5F
�� 1
���
�
����tr��' Enh���ed � ��ri�s IP PT� �orn��
H�GH-SP��� �i'�, l�� �'� 3��(,1�� i� 4�, ��1��111�ION Al�D D��P LEARNIN C CAP�kBEE
Pr�d���t F�at��r�s
* �s�re�lisinn �Fe�hr�rlr�gy, I�rEudir.g
- lfp to 13fl dEk Wrda ati+r�o�si� 153n-�� ��Vflf+
- +�wa[u.o�lu'Nl,ryfH�]�w�ii�,Ol7Flt;xf�'�;I?���,nni:si��x;�1i,���,�
- p77�1-��f4iUli4 jUCf�u�l�iul4
- ;�f� N�+�r f�illeth�cx
- En�ia�r�dTur�xt�lap�ing
• Up in �!( and up �n 6� Ima�s �r 5fle�nd I i�51 ��rill�l Ik Cli iva
+ H�rlw.l im7�8,�1�311I;F2ilqn(EI�� v�ith [i�r,:
+ �35��Ik��PMp�71f{���1�I:HH;wlArhrly'�Il�ti�lll�lF
■ Pe€Co A�u��rG�l1 An�lwkres Capak�la
• Pnwyr �Qr f[��t�re�� ��il� ;�h�f. �4 U�A�, �li VCIi
- H='64 an�l H.�ti4 I'e�r,n ,�r.�rs I�nm��rii.4sin fnr.?�nu°r�:_�r
+ Thror� AuR�vtiur Oafog {]ptiu��
- V�nrl3!Flns��tantlkl[�Nuusing,�n��Smokedorl:IK�rIi��GGlo
■ 5U�J�isi151;frti,�i11��s��qa�Eirf�,�Sf��C�'�+rrls
• COf11�184hI1M$ �h1IIl PEICfl JII{I �}41FCrPsill� Videu Syst�irrs
7p}� n� ihi� Liait k#' f'�+rfurm,jaicc
�'etr.n�s ��iFrtflQ91 �CFlej G� I7i��5 �'r7II[iL� ��� ��� � ISsiPI�'$ �fl7W'if�i- 71'i�l ri��l
�Iriq��,� ��ual�lp. �I�rrlro-rti,:lrla�t,. tlriil ii,kF�III�F�III t�iiil�Fr:iiiN;1 �r�IriI+HS I��+ �1�5+��
�,���1�7f!-11 I${i�4�4iII�i7�� yplUll��15 �Gtiw Idk6f1C� 4'iCIB4 and L�i[�OI �3ky fh4
�v�rticra in�redihly oasy so �a�[rvk U:retf Llrsvc t;kasc� 1ac�p r.o-mral
�;�,iEal��� lil��ing ��sn aFld i�ll ss�eds ti� li} ��Ilb r!sgreFl��rr.,�nd ;tM ���itinri
Iflfi s'3f�lfll� Il�l 13i4f1r 7ViII�IIY�� (f�li;t7lwi]CI h� irLll3kti f.il IE��i6 rriti,:;,l
illfllfl'il{� 11VI1�{r��L'�' I� S:'rJll5�3i�'l� �Ij!?I�r ���IV�' f.I;a�Hc: Inn�� •,y��[N�n . h�iwr�
;rrlu���I�gH� 4�,��;+�.�s Ismilecl w�a� �ncl �e�� �n�l �+iainkrn�i�.e, +:xlrem?�IW
��U�ase poSltls►iiiiy. �nd !he �arrie:a alvr�ys Kiiows �.� positian.
3'ovn.r �rdunlinc}� hotwe�n f'uC a!��I �1f1 Vf]C}7+] Vl�{; �n�ut�� 7A litour.
3C75 �1:�y �;�r�kil�uou� ���.Fi��iT�nn evri�� �i�����rr iinnlaialt i�uwF�i suF'[>sY
�ilu�llul+�,
Fufl H�qh [1ivl�nit�nn 5�rrrU'�sion �amc[�s
Spexi rn �nh �nrnri .�rn r,fi If' P! l damos ��telvaa up ir, 41�. �� to 3Qx c��r1+�: �7�
:r:r,m �I�h+:y I��� �1 �q, tsr�rU Ir,uriaas ���}s ��,Gi�!ul ,3�a1 �ut,ui�1F� ��a, n� ia(3�iR �a
Wi�.lr� flyr;gnii�; 7�n�e iWDfil �uilii f'eGr,�l'•, I��[esl �uleVis��an rrn+r liyl}t
r+�Nnrmance
Iple31�.y4oi1 IFai;��i�iq �-�=_�IU+i!:.
11�� SqpGrra f-�ihar�ud �nr�es PT� QunaQs r+,�n.31i�u ��I+alai�ily tc; r��n� dc�nl�
�ear2��n{} �1�1h# Zralyii;.�s. im9u�ed m oll R�a�o's ar� � 3'�:ra En��need
Suilr� ni a�kaly;ir.s inr,��d�ng; �handaned Ob�es�. Ad{�c�ve �wlnlian
��£CCf[I�11_�ylHi]:�1Lrilf, I��all��'�.I ���;iC.ir�o, Dii�s��r,,,i,.il [ti���ii��s�, I��irk�:�l��1
Elel��l�an, O��e�' L�eimsing �i�Jert Hernuval, insl ��:SP�ed Vahirlr:
S�Srli.11,i I.Illi�ilic'��ij �Jrii llliHv� hn ii�i lii 1k� dpinil�t�r hl„rtklug uriva�`,y
�o�es lhat sro �.ar,figur�hro xy,kh custom dluiring ap��n�. Ch:oe I�uala �E
�����
�
I
�
�,�. -
�
� �
�
� _Ic, , __
� .
�' �
•��NVIr f�r,r�lt 5, �r�,fiia r,, arvd fTu�Fly i r',or�fnri�n'
• a-Y�a1 Wdrr�ry ��id �up�rorl
In�dpN flEl� pr�rv�clt� n�lur:s inr enf������;+r�3 II��� una.ae on log�y 4i rairry
�Y{S �11'1}��iiCC A'sliid[ICR hfuf,FU: ilrll .I'1.Ii�J{I�I! lisr vv�;i��i„ir��� �I=�ii�,ul�
Isghtia� �uniiiilt�ns �aw,�nd nigh� A�+uiil Im3g�nQ m�ir ��n h� en�lded
CO ����{M1;;�G[c�]$Iy IhC�uilSHS flil[MI u<.111r��1u?i �I���: �li�ip��rnn� Spetrra
Enh�nr.ed �uppo€tf up Ea �TH or oirt�3rd Icfal �iui ar�Fi Ir!� r�uRopti��] 1haC
�� �� ;i, w attess�h?� rfi, �u�al7 th� t1N�5F Pr oii le � prt�:a�a: �i FTP
�IltiYlI1VC Q�*59ijk1
4��es,�ra Fnhanc��� �Nties re=� ur�s �F4 ;��n� ease qi �nw;affakian �nd
�r�r�inka�anrr. �:aa1 th� Induatly fFo� rartiL lu e���re1 f�r�m w�r:�tra_ �c�
dom� sya�c�F �unh�ata of a oat;��box, a�ome drive, an� an 1�+117 fa�e�
IiiVrFlr �!oinu. IriNr�i Ix a tfini��as qt 1f�r�}{� Ic�rrn 1:i�-l�yrs �rF ��rIlF�lg.
,�iwlru��irn,i��d� �ri��.�;4iri�, a��ti �r�v�raa�rner�l�l ��r.r�tiai��
�i�.�i Mr�t�4ri111[9r1
�uerkta Enhant;et �enes easil� �riane�L� l� Pelco IP anJ -yhris2 widefl
iy.�i�ms :��h as Viduul(�,on, krrdua� 1.iJ (ue �aR�i I, d;}� U�yx,il 5�,i�tf}� !.3
S��i i�lx�rl Ilrri r;,,���a;�;� a�:;�� s;,����i,:.Ear��r� w�rr� n���s:,l !;r�iillk �tiV� I(}S
NlrSf_ � isill-iHdlul��? vldH�j inanyge��.diu :u'.sv: �rr., whir,M �: Hwai�3krle d�,
� f�ee dcrwnlo�d ul rmw.�cl�.o �om. �S #JVS �nckudes io„r €� ea Pel�a fP
li�ensf;s,yn�� Mlia;�,� fer s�,g man�q�rr�m of Vi��a f�rm ap 1a 64 Czrr.�r�N.
1't��r+} �n�1e�4N;;� I�r li� 1he muss rilaa,n ::w�i ii+i�,�aTyrt c�m��� prnw�rtNr �n
sl�e insiJsu}� an;! as d�iarl nf lhal �ifnG; Syarlr,i EnC;anzd Is �n�e��rat�d
wir#� � lang and Ewe��qFatvinq lia� a! vrd pa�;y �a+twaEa and V�de�
M.ryna[y:rnC�1 �yStOrrr? �V�+1r:7
�.sa�ss � r� k��r
BACK 90][ fEATUR€�
��I� M4�`i�.: VALU�5 I[Y PARENTH�Sf "s J4RE i�J�liE S: A�i aFIfERS J4RE GEN TI�IETERS
'� 1.� I
Irt i83�a �� '�
12 Ck �
� �-- {7 a8�
�_ � 1576 � . �f.l;u i
— . {i�,lg}— �
� �.
Iw `.��i
�—� a �
t3,31 1�.111 I
[�2d1 {;5.[�j
.�d.rl �
ll F•nj �
i
��.�a 69�1
--[4 ��1 {a.szr
+ ---
1 �.811
;�.��� —�
21 3fs
�—tn�i�—�
Q
��1.21 _..�
f�.�5� �
`� 1 ].Od
i ] 49j
•i . � � 1;�.Ti� 57 ki3 I
� � _ .�5 18� + �� a�� —�
I 13.3+ 1 � �� (}
� �5 ?4�1 S5. � 6�
ra.s� �
I'� �3� —��
� t�'� � ��.�� � .
� 1i.11 �
'�� ;595) `
21.47
IR�151 -�
1i��Cail�ug �Indua� aR1
• Sinyl,: Q��k D;xx icu "s�:spr�ud�d ut I�lard
rap� ��nr, l�nn��r arinna s,n�h I+�hise rr�n
Riny =U�L9�(i:4
+ �ell{LIIIF!L f.�..iS�lil�'ry.}J:Il��ip3�El
Aha�re C�d ing �r.� 6.�5 �m 13 25 In. �
13LFhsw
+ Nlunun�m€�elJlllg�lhlekndFfi17i4�n
iU.S-0 uk �: bia�im�rm ��5 t.� { F.7� i�+ �
■ Alum�nr.m:.nnsl��c9ion,IlC:l1f'ot�'.I'
Flaau,liw�p r�rl�� �'t�l4r�iasnisr�t� Fh:��lale
* �;utwhly h�r i.�y in F�wi�nmP�+ral �,r
I land�ing 5#��¢s
■ 1i]° �u 55"C I M4" lir �31"i � 5ir3f�llr,f—=I
�pwfr�'.ia�j ipmla�i�l�ie
in-GuiMing Clndoor,�7�1�M
+ 5+nnle I? i:k H xs �ar 5uspen;!r-o or Horcl
L'irl+iiiy?��iNl�uiluul:V�rlIiV4'I'�I'r� irirn
kiru�_ ��L`���.]
+ Reiawa e.; I; 35 cm {5.25 .� � Sp�a
h,lwVe f.e d inp ar��f �] �� cn�� [3 �`�� In. �
+�41e�v
• h1�ln�murn �,fll7lfl�] �IL�ifll:�i`. 1.f� L'fll
I U.?;� ui I, �1 ix+rnum a,:!, �n �( I.�5 in }
* �lu�nins�+�� {;nn�I�su;kirM, II(1 fl kete�l
���o�rsiriq a� �;! �ly�ui, eul�l��,.
■ $uILLl�In liol �Js� ih f�wirunmw5ral RIa
Handliny 5par.�s
+ —:�' l0 55°� �1d{ 1U :51''Ff y�sCdlel�J
Qi�i�iatiny Tisni�xi=tlu;�:
ff� 0 14� I
� �� ;�.3ri}
�G 73 —�� -
{11 31}
11.�} B,W
i4.4�t� (,o5?J�
_ ..� � 1
� ` 1q� i
S7 3[1 �,�.$��
�r.� �e,eaf �
�1fl J77 --
— — f ...
� (3. BE {4 95�
--- — � �--
A BSS
� r avi
F I 'y
�
�#�
r�.gu _ I
i7.11ai �
�T.7ti
�k1 `!F� — �
d dUJ
{ I 99
��
�
�
1 :.115
{�.�;�f
��.�4
�-
ra.��s
�inriranr�eauai Yondnnt�+l3Lj
• Lnaiioi�ni:�n;�EPr+!d7fHRti�ailatilekn
SVhi rq Fini �h yH fll tllltl3s nr A4ark F�ni�h
{�AL�6171
* Alwrc,�rm{:onsinte�arr,,IhCOl;�ted
I{�using �fliCf�nlVca�b�nale 9uL�fe
• h#,e�l�� IPB�i a�d 1��1
• �err,i� �1'fq'-�I�
- ll:y-1 It�-�n�+sNl�f lh�+ra�
- I�iclu�P{I��xi1Fp.�3l�wver.ar{ISUnwh�Ald
� -]4"17r�iC�°C(-53�fillAt�"F�.i�151�!nF{
f7p��i,rr+�; +t�i��aNr3suru
Env�rai�nmr,lul Paaidaul i2�41PM
■ �rv�ronrn�nt�i}`�����nip.war�#lain
4bhcrN -1ncRl i{FAI .'!04}11 i u El,irk � �nl ���
I�iA1�1171
+ �,lu�lul�uiri Cuii.IluitiDli, IK11J A2�
�'Inil;�fl� i�'l Fi4iM1'S'������7�F
* Ntp�.ls II'Gfi ,��d Ir� f
+ h�HF�S f 4R� 4�
+ Uses I If�-inrhNFf 1��_d
■ Includas�koatr�,�lor�er,an�:;un�ht�ld
*—�' aU fi`�"�. {�-��" 19 I�"f i��i11�L;IlE�
17�1ef�1r� ��}�}�f�RIIfF.
i: i4
�.—. ��.���.—_�
I �����
—�
j�.79�
;� 5r�.1:
I~ I' J�}� ~I I
� �I �
��i �
�S 27 �
{oua� ��n} �
i�,9;1 A.9; I
� � iS.�M
_ . ..� I ��_y ' +I P {�Q` F
4%.�1
� 2�.09
�` �� ra} "
� %5 �{I
�� - �� art -�
�r�.so _---I
� ;8�9�
�D.�? �
rl I� f� 9�] �.
; �.�:+1a �
'l,l �Ip � .
i+�a�� I�.ro -f 1-
I ;5 79} 1 ��
� 1y11 '
_�
{S.CtiiG I
�p2.G]
~ ;Y JbI ~i
� w+.�
0
� {�
w
� a ��
i �
�
���
�'�
�
lo-Geilnip C�nu+�nnmr��al+�Pf�
- S�r�Rle SaUk ;+.:�x rUl JU.P�Pd or 3;ard
i;eilii}.y �Iqd�t�lu��iV k'+ifl1 [?I3t� l�ina
Hinp, R�1Li��11
* Rr.eGi�: I* 35 cR� s`�.75 ��� I 5��r.f
{�tuwy f:�nlinyduJ fi.?; �:i,s132',.�� I
#f o�ow
• M1lSIIIIi17LIR� CDlil.l{J tlFl{iflB4e f 7? an
�A!r11�n1 ��i,�kuiwi�i¢,aGi+,�isll r!ial�.�
' Jy�iiqunimlli:nn�ln;r.rin.�.1�I;�NfiIeJ
1l�,us; i,� ,intl Ni,Ip.,�fL}ufl�rl � 331r11LIIS
• �1N�� s rPfi6 ,�r�sl IP67
■ ��1��C�S�yPe4X
■ I�xlu�ntl�a�l�rrarisl131uv.Y�r
•. J�° � p Ul�`�, �--Sh�' 3�} i�I fJ°FI S�SlHihni�
Oper�4+i�g �Cemperaturr.
1��•Cnfliog �Enuironmar�taa Z �u1Pl
• Suualt Q��,:k I��:�x laii Saspui,de�S t�r Na�tl
�:.eisinR Ap��u-atlons wasl i 6��ck I rirrs
Riii,y, A�L91i17
+ #1f:f�Uuii9 �3..�Fri�N4�;klFialh.�,wj 'j�'p
�kuve Ceil ing and A 75 �m [�.75 in.l
Hsh�w
• Mul�inurl+ I;Nilli� ;hia�knR�s �.7.] r,m
li} 50 �f� I, h��xr+nuin � 45 rn � f I 75 in. �
+ �sl��o�G�:i�!r�Cuns[�uC'ru�r,IliC�lFs�lup
Huusinn a, J Nyl l�r �jUUle
+ fui;,c15 ;FB6 aral I�fi �
+ �vlaa�s typc a�
■ 'r��tuCe� H�tor ur� Cuwaa
+ -`.r,!'"°lu6[I�C's-5B°ie1�U"F15u�«�nuJ
ilperaimp fe:nperarure
{:AMER�V{1P71C5
Sp�eciC��lio� 36][ Luw Ligha 1Bx Law Efplu
5eraor Type Prugra�oi�ta, 1 f!_��IricfoT+po Exn�.r Cf�i€!� Seitisur Paa�r$�:i4'ii, I{j Ii�uipG f;�y1l�� �pnAca
Optx;al 7�arn 3EF� z A1C
Ui,�isal Luour 1�7C' CO![
htbKin3uw Acsulu4luoi 49�E1 x k{1lld 38�11 ��144
Len� ----- -- i11 F- �/A_7, fncal ��n,�rl, � 3 rn�i fw�fef - 1:��} {I �rer� {!o�ef I�� fJ—���.R, tL]C�� I f�fl'�l� fl J1} I1�YI I j\411�h1 — �.i� J I1YI I I��I�I�
HOG.�]nldi 0.�`.cli I�f Yf�11V 5y.�' wido 7„3" 1�fi '�7.!{ �Nido �,i ti c4i�e
l�:�a�.t �1at� 16� 9 f G'�4
TY _. ... �OIu� I1,i h�4� G,� ISUS �F:41a3� ;i 1fl lux
{�olOr I�:ifJ nrt} U,tli}16 lux�4filnrl +} G1.+�'i iiix
ii{��i SaiSqlwi�y
dNann (33 mal q 711 I �r,s IM�o1 [I.{�f;Fi lux
dNnnn �?.`an ms� O.n[I1 F II IH ��JQr�rvOI ?� �fIRS ��,a
.— .. ... Nm�e==�nkil�v�f1� in I�ia tnr'.���++�flncl ��c�.. !1G E;wvii.� nngl;;l, 5U �IR 1�i�r al 3i7 �N� 13�3'S� ��r t��n�l I���r�ll'�i1n 5�r��liwlt�
6��5t i11�1=; A]S unr�rr�pl'I�u11 [u sFf�'ji;v�� yr,llr s�Nn�tli4i14 y�llsi I!�1
d�yl�Vlyh1 GAf��llite9 YP: Yp�
Shanea Ha,++oe i�� - �nn.s,;��,��, «Ga,oa�� � s�r
� ,psa�sf�Fao�ea flar�n .�5Udb r50rIB
IR;',i,i a�IlsRr 'Irs 4es
�h'�tl� f ly .�ni+: F�ange Up 4o- 130 dfi msRi Riur� 1 PD � pPi I EC 5Zfi1'6-6 U�i 1� 130 d9 trinxtnisFin; 1 PO d� rya{ If:i: fi2fi7fi �
I��.� I'��nrr;�i l�u�o ine wlde nw�ual uwa:mde ^ �+�1� ira: wtRlr inanuel o�rr�d�
HacklSGhr �urn�er:aRion Ye� Yr�s
,�utornoli4 G�ia �an�ral '�au Ywo
Antun Nasiaa �Fli�rin�p �b Na�Ce HEMring ,3[� hl�rit�� FFlidriny
Elerirr��sir Insage S1ah�l+:ratian �FJ51 �.Ybo .y_.�..- — — �'a�
-y�t Pate Lur��n�4 COELSCf31[1tl�I Ydn�lUlu fill i31L {GV�R� 31YE C�rt�,Shl7f I711 i3Eh ���Rf
Vidw Suu�hul JPfG sa4iCuru a� rl�a �7inr: rns,uluti�WF �rs Il�a i,i�litr,i uiva�n �rm?igur�d
Nlinrluw 131�i�ikl+i;� lti �4r+figtli�!'�i�a Wlnrl�tiwk
V�r�uer ilwnlay �"�a'+' �"'�+, �Im�, �iaoq, �hl� 4utln�fiFllq 113k$ W�rh m1111•prFi uiTiPl�,rffllj 4�n�u�c+�5 km}�iilidp ni R�nrrm imn�es anil
lu��l,; �u�ala[qfE�d
�liekro Carro�liqtl SeI��l3hlo �urn I]nll}f�, �Q Nf nr li�} Hr mo+iHr
SEIFTUUP��#f. fFhillEtf:�
+ P50pr�s�k,
+ 37 anufa
* f O.115" �rese I a;.r,sir.ic��
+ �C[I�rF��l:ld�1��3!��fl'
+ Fiti�� �-� ret ordahlr. ��aem�� I��� �n 5�n��eLes �,�dr�
• MuN11-ri�ualll�ei,iiF��Fh��lia�i_Sp�'-"i;PI,Pr,�ly-�uC�e,HaEilri.[�rr�u711
�rr.�cli, RsiF.s�an, :t�rki �h, tiimplrfi�tl Cnir.�a, and �€are�n�
+ I'a53w�1n1 �alutElrlinls
+ lfitiwindowb;anka,conlrau;ahloinsi�e
*'�lulo rlp� leili,li� ���Inles drfl;o IdU" a; Lrll{sn1 nf k��9 �h�4'��
■ C��1�.�i:rablL paru wi¢n av;ians
• �'ac�s�llliin;{ie.a�{;Illeai.�lu�IIRHq11�r:re�fie5l�+�n�IIIISf��s�pPrMy�rll+ki
to dep�h r� zoom
- w�L;c�:,n;�lyi�« �nr.iudi��r� iun� uvHrr,u�Fligurahlebehavims
■ Mul1lpla dNhi �nalytir hahovia�s
+ rrna�r- �efop mnrlFl s
�'�L�:� �NEIrINf.'{�Cl Ai'�l4lV7�ICS S�11T�
S���Ir� �rrh���ed fdli+3� CBf�FL�3iiS I€JCIUC�$ �W�S �fB:dC a'IILI L�li}I19
Ea�I�aF���c u;:�;r��onfayUrablfl behaV�ory to eRnanca 4hc fks�Hal�ili�y and
�rf�,��„���v�, �r rr�F r:a�oF� rnk; �.,7maaa �S r,�p3b18 i3r �U�iti!rg ilU 1U
kW� LI11,BfICB� LI�IkdViUIS ui dddltr0!i t+a lll� tVdu B�5iL hB11�w14tS dL lli{i
s3rn� [rrrre.
�ar ea,,IF Lr�ltaw��r, v�su ��ts�1 uU ditferanr s:ena�ias lur E�re heli�u�us,
wlu�h wdl yutc�rria�ir�lly de�r.ci �rid rr;gynr alarms wfi�n �p�i-iiii
rir.11y'ily �'� rlmqrlFld
A� i�lyl ��.s afe c nn� iqurcd ar:�d en abl�� u stng a�Sar�dard 4Vab L}rnwscr.
�nd trih���nr �I�ra3is �irFl erimp�3li�ilr+4V71h Vor�fiC�j(pnrt nr ,� �h�rrl��s�rr�'
�'�#;C+?n111}i3l 5:3�1�r]fl5 �'£'�{ti�5 ��'�
A���i1�h�c $a5i� ;�n�ty[ir. h�li: ++inr� irrr,lUd�-
* CBuldt35:�heioqd.birltu,;;i,i��,1i��;,=..;l�auyr.;,ilil!ir.f�cld�;IVItIw.Aii
�larm �s b�g�esrd if 1�� IQn= �� ��!xln�rl-�d byspra'r p3iM. �i �lull�, ar n
Irilr� ea4�. Aiiy sur;,�lh�sri���d+�,�,c«�iiiu�w�y ��f ;lu�;.r�uicl�i afsti 1rh�i�•�r�.:ln
,7idfm
■ RegFr,a��8asedSirn�lo MeCioi� dalacliau�8a��d �,i�;�ur,��iiirity. ilr�
r;i�rr�� ���1��������N�: �i 4:,ill����ena rnnrns�e Is �IFi[N�;1e�k tivUh�is a i,urilr�irrNlale
�,iNiu'i.
Avai��hle Enh�n�od aru�ky[i� ��h�uiors In�lude;
+ �4hundan�d �hJeat; Cr.�or'. ol��ec�s pla�od'M11�I�I1 � dCf16Et1 2UlSr ��nJ
I�u�qr:�;, �n i-nirn if lhn nhjnrt rflrh�in:lrl HiN �nnfl Ilnill�cn¢r.;} dn �ir�y�rr
�c:II:I.:�:rli:3l4�IL81�ll:l'JIIat,Lll�',0!'�I.��i+'�SiLUI£'I �I'�iL'I14'I7y4FUICiF15J�$U
d;�ti;cr,�Gler,i�;r:ll kieh�,;� aE a,� A?h�G, s���alim� F���ssipe r,.�ii sk�mrr-�nfl
■ A�lo�l�vn �4Tollar�; aare�,ts �nd aracks uL�ec[,.1fl�lt r�ryC�.l d 3s�GR�; d�7�1
ihpniri���rsfl+�alnrrl'�+�'I��r.qlj��ii��rl'�r.�lfla,�;t4r.i-rlai�ce��rnnr� Il�i;
heh,�v,ur �{ piu��a!i+� ��sud hr uuhluur �w,rvwu�ic�ils w�ih I�glr u�Fffl-; h;
��,�hu;=; �lu: n;unh�r ni f�l.e �lan�sca,ivp,� hN an4�rnnme�,l�l �;hanS��r�
• Auu�Trnck�r; �7rl�e�a �rid ir.s�+.s �,�t,w���F�,�,�, i� ar��� r��,i �s �, M �-� 44}�afi
l�t�,'��rit�I���G4.t°� heh�io� ��, wnnfiy�a:ed lr�� s��slsr� a�i�„aki�alky p¢r,s
a� _��1�= i� �r�ll��w Il�r rr�rn���}� t�L�n��r wr1-1 tlro c§,oci s�ars nr rli=;op�aarri
lini�i II;I' mnnll;;*��;I f�r�d.
■ dltaClJor�akMulioEl:Gi'f,I�rGlesd+1�31�+ililn�hu�Mlkr�liS.i�.rya�n�l-��r�a
ki.1�a��i�i� nI�JHCI frd'-v651f1 �, x,�;fii��c�;reninn �4jIF„�91 in�,falld11C�5iCr
11ri� t�vhaviu� i��:lu�lu ��+ui+�rt:rl gdta ui iwuu�l w�rlxs�� �,rr�e�a� ca�� :�a[{u:l
nhie;;ts rn��u+isg �n 1h�;_;:�y4;�;� [Irre�,iisin a1lhr�isrrrral flnw nf �raihr; �u �n
I+.'•J�Wiilu�]I en[iuhu� Iluul'yli �III ilfll LlLlill.
- LaFtariog �a�ecl2on; I�em�f��- wFwn peop+e nr vehl�l-'S remnin in �
Uufl�it�tl �ul.r [uu �wq; TIu; Lulwoii,i :5 uttLllL:4k Ilj �UiFl��llj7Cl IIi1���ICl[IUfI
-�r ;��=p�r,�+y�M hehavY�r aT,rund,�th�:, sia,rwells, aiti�� =�hao1 qmund�
+ 1lhjneiCu�kld��lg;�iwn�.sllwiwirlriiltr!iiU;v�rEslliali����lir�li�+'ll�ii'll
�on� � I ��s t'rit'•'IOf L�� tE li�{'� 11} COrJ�FC CrB i�� R1�Cf 6f OcC��C �E � stara
.u�l��r�i.ii?t�z,l +u ur�:ili} ��nurs� wlu;n� Ilna I�afhr +� h;;Jsl T�rlli Civlhati,iir i5
��d=E!� 0.'I Ifci:kl�� ]Fl{I 40�f 44G1 L'99f19 �1e0�}IP I'I �.rov,ded sc�liirA.
+ b6Josl RrtmnwnL Frig�s+g in il3rrn i� an uli�nrl �s �i�nn+mrF hnn �
u�cr�actined ����a �fhGs b�aV�or ie �Jeal �nr cu�tan�ers wlro 4v�nt �u
iir.;F1C I I Ilc rtlui ixr�l I pi h.�h �td7irli a;lajnr I'i, sur,h d': p�ln I in�a irnn I c� wlll rl ���
�'ii�i� �ram o p=�•�s�l.
+$Iap�Fed Vol�ieEa: CI�":aGf;� vF�ir,�i�� k�n�pr,d n�r ,� � �n;.i li w�i ��:��. hlrir�a,?
I�s��a':y_ i:;,�,.�?.�Ime� Urnr, al�rnws. Thiq bpr;,�iiu ��� IIjC� �f.4 au�,ois
� wb",iia cl,,;;�.,;lfs. park?ny� ff110rr,?�1Nfll, =ii �p_eisnis p,�rkin9, Ir,iffic I�rxr
lr��,�r.�l�s�n:,:, �r�� v�hir�t� w,,i�,i�; ai y;,tes
V�bEI]
�ideuErwoding a�2S4Efl�li41���.u�[#a�c�lxul�lca,
E�.7G5 M;��n G�tafilr..
��ui h,+JPiI�
YadenS:a$imf fl�ro'3s-in�,ltaneou�srr�,���h,inesarond
zne�ia� li vui�aildi� h;a�ud oi, ils� seksq� r�l Shn
�Ra�ary stre3rn
F�ame Ra9e � ta £�l, �4, 70. 2�, 24. 15. 17. �a, T4 8 3�3,
� a� ��. ;,, ;1, 7 h,1 '- f� h��o-inrii�ti� ur� fha r,rrlmtl�
ra:ulul��u, arvl vtr�:i•i :onsi��}�atiari�
lii�eetfioaalu�irsu
qlC,r�utluR� �i�inx71�R
�1�1fF�nq�IPiF 19pUx1bdG
nr�rwa��c
SuGparta�Proku�ly I�N�F,UDPJIYItii,ir.�ss� hiulli�a�t�GMf'I,
UPn°_DNS,I]FICP_ATP,f13SP, y�P, If'��.IFhr,�".
�r�r�1�,�7�n+�. ao�_ {� r1 r�. I�irrNs, s�N, i��.
ti�417 P F f i�, $47 1 x �; 11P�. 3ncl Nl {;I� :�'.]5
IJsnr
ltuit�st Llp lu J.4 �:i�isdtai�r�i�un icsoru dop�sndiiiy uri
resnl�u�nn setrines{I nu�n-ranpne� �rrnam:l
tJliilllr�,s! Unfirnll��l u�r5
5n�uiilyAeee�4 Pd��swrr:l�uu.�rlE�s
�U'1ku;�nl hlsqrf:lq;t1 4�+r,kc hrrnv�a� vlrru �nd 5n:,lll
I�PIu� ti�; ;exr� rniepr; i1�nr� Endurn ! ll ;nr ld�?F I
�.yl1a I 5tl ikl y� 3 �!x I�I I ut�
I l�ien IiP1 I��la;n ni+l ul S IN4�IE Fhol ll e b, 9i, and C
r41��h�la�ppliraiirm Mt�rntr.dl�FelenrvinhllnApp
Ml�llhi#JfN �Y5YE14� R��UIFI�MEH��
Phwl�uGul 4Nnl^�oli`"i.�Pii1C�lSbu+ �-0iN�
[Ir+�;fl�r�n ,4;Ysl�rr� UJaniinws' 'I14�Uuulnws ? I.17-i:�r,�n,i f�S-hRl
ur �i:,c'� G{ 1� �0.�1 Iti� Nu�il
��inarp #ii1�l�llh,i
Netwnrk Ineyrtace Card i fm ��epabn �; (ur {Fr�nt[�f
tiNeb E�rdw:er �f�i�i�tf:S �J}IiifBf�' H�} I� ���11� of I If4E07[�i
�aU f�IFl4 i;hrPl�tg Ri (ui IdEa1�, IiIEAln91
Exptoiar �i.d i��l 1�l;ii�I F� ti�fUf141Slilfi:�i}ij tOf
���ipwi�� ��nlylit�n
RNALYTICS
H�quired 4w�ma �o� P�Icc A�iafiRrtf
P��:utiiRe��#��:r� b'�J�ioltpuat,
4+iC �I��ohllinl�
Endura 2 � {oi laserl,
d�gC�b S�i,tiy � 3 {a;i I�t�}
il;;s;n �1�C �I» f'�Ef,n 141�1 C�n Uallsrt�H Ileh�'lir ardjRl
�a[��5in�rd�pars'fu�74ilil._x.it�fl5 �ak3ildri%Ed1
�+;f+.l�a+c�a, cYvn
GENf+�AI
CtassRructiao
&ck[iao� Al�ri,miem
Ilurne[lnrr +11imu���r� {he+mnplaslu;
I n+n�er i}ame �rinn tnr �1 M P rna�e€�, pa�yr i�hnnese fn� 4I4
rnn };.r
I.igliR qrrr,nil�l.pn
5f�16i7Ca1 t�{1.5 �i�hl �0�5
f;loai �I{� U fi+�ls� Ids=
Cablo Fntr� (baek hnr I
In�f.aiiing
�ia7d7�i1
llrul Ydeiql��
�n-CeilinA, Ir.��x��
ai�-E`xrilliiy, 1=i�a�i��iu��,hi1��1
P41S']iil. eFGti�Iruf�rluAikdl
C�f�,r,lias f'r�:�-Grdl4rna I�f'Aj
Faidanl
ilt��nn
I{�}u�apsrvla��
�upe�Vise�
Inputs WI
I{rf�;�y Gurputs�l�
Akl�l�
�itrl�n
Irpu�
I]utpuR
Sl�irnioqf
STORAGE
! or�� 5surar�y
n�5 �nc� � �;���t�� r+ar;•±=
�hruugll 1.;1 ini'h �ll'T��;�.liril irinillH
Ilr�w]pRi;dR�!i1 f4Kniurliatsl
��.�� kg �6 Fi �I 3? kg � 7�;� Fbl
3 4 k�;7 5�l il 3� k�;� �4 :Ivl
:i � I�y;ll l, :la� #. I ky {�� U4 ��+
'�Ftl}ous maun� aasd wl�h sun shic�d. d! squara
hu_lu :
W:llr Ik+�1h,{ `,�'arlesmqiiltiC y,r,kh wn:h�el�}_?�F,,,
:quaro irxh�s
17o�e�l s r� tir clr�;ed ararm gtaRr�
du9u�ls u�s_� an�l k'+nitahaim tE�Eu ►v,th
NxtQ+�al l��ahno r�a����
3.5Vf�C m�xinr�.ni, 3 5 wA inarimum
-3� w'f7,",+h�lliilulni, 1�p I+1� nralxlllslrn
�ii��Clrf�?�, �Il�� dUp�BB
L��u+tvol �-k�limdiFfensi�tla�wn�dari��
� l�¢ P rr,xximllnG si�idl laola"s
I.ine �4e�: {+�Jd +�1mi �iRe�ans��l Ir�rd�.
� Vi� ��
F.n�! audi�r
5�'4 ��r� �lo I x* �I I�� �u��t-�t ac�r tisl Nr, {�nrdM
GJp9rl�li} 1� �� ltJSa[nirrvl4{uu[I�JiV nii[.,IFlr�;i
:aboi�gt, rnn:ir,n iSeteri-r��s, isr �la�m Inpul
ia��nui �riduu �.ur�linture�.y in Ilu� t:i:� of
ne�wnrk ��to-�e w.tl7 e�;ion l� ouenunte;
��c�.vs ul :L�4 Uil I}�{�I i= FP Ni ur��a I.�� iJ f}NV�
pro+�lc G
��Il�lpr111S i111h�+1 IN'� dluJ IP4Si It���li��Siom�, Iw` ilul f}F'�'U�til�ly i1t�Nlu4i�`���I�
'�1r.r,�s h�ri!i,� I�a�;r I.ti ��,�+�nlT.�n�,fr! i+l� r.nnlrrll �IniRilTr=su. �n�l rHiiul;yrl
I.i.aecw �: r,u�ripaiad ta 0�,��k�f iri�e.
op���r��u� t�n����o�tr,p�
Ifl COrIyi�3II�IdLti��'
1'xGEfdklry� 7P.Il�p�:�•.IIUfN
�ol� �1r�it
Enuu��r�ontat I�isis�:
Sua2aine� flperasr�nr�
i empeFdtluo
Absoluto 4�1�K {Igei�tlfl�
Tr.rripe�aituH
Cul�+ �tan
lra Fra�
�f��ac�
Slaraqz fem[:er�lure
Sla�ugff Humidcty
-14'C ku 55'C �1 M1'F to 13s::"r�
-1 �' C
-3i`C94£�[]°�ts-'�3.$°f 14 �-00`�f�
k;;i�'� f+� Hi;�l��. U;Ir r1�a41
�(s'G I�[I"#;
-2a"C I-��`F�
-10°C; �t"FI
-2p�C I,� kiy=f, ��i'F �u 14�'Fl
5 ta 959L �nan �ec�dpn�inpl
E]PCR�Ii�#� Eil}�Vf1Dl'�Y
���C�il•,'gllnclolu} C�;1�9C19LRIibluhrniululiV,rG11
j,ny��imrnQnl91 �fl-�el�ln�
Ci;�,�,r,�yi:mntal ff�n�a[u 11390 Fi7U'�(, fl�i
hM1EChIAINIC�41_
�r „���� .'��� �� , , , �
V�ri�hae Sp2t��1
Pras�l �.eusat�4
P�h �iiwCfil�,n1
v��u�� r�i�
biaau�zum Pan 5peod
�1�xinti rri i i�E jf ILLLi
�4�antia� f'anJlils ��pQds
�4�
r�n
F'reael �tiF9�ti
�'aii
�+I�
I}LLEU'� SMAI�TC�1MP�it5410�Y �CCIiJ�ROLO[iY
P� d�u's S�rur I Cr�rqsr�s�it,n Tarr��,�,r� ���.w�t.ti i,.,r���Yf��i,r� a���i t �����
IFllpdrrmr.n[s h'� 1��11� ��',�. whFln �gd��ri�ql K1nr�qR rF�qulrr�nensx
�cl�c�a Srn;�' Ca�r�pr�:�iun T�rlu+oluyy �4�wn�ica114 anulytus mWiu��
+lYC�Irr:llr�tV111iilillvnL�IrlyUlhJ�gl-1�ilne� ioiir�,lligPnslM�nr�,reas1lK
infnrmalinn ynu dnn-� �r�d. wWiii4 relaini�p d�k�i3s Ynkh cleai qual�k4 in khF
a�ea S�har ara im�ar� an i Ks �he sccne E�f enatli no Cyn�nti�r GOP, eri ��dr�
'r��ur�, n� ���tiaiT;�ri��4r.�rsc�rn. rl,u iis�rnl�er n� I-irainrr�; ara ti,nr�raurally
fFi1�iC�l Irl tir,f�k: Wilfs I{Iw ��qlilvi H�iS�CI Iln ith° C41T��I�X11}' n� �r,Q�ug.-, dfl�I
rn�1�nn ss[t�rrmr�, slch ss a srore t r�m t�ar ho. I �rn�led sntr� anr} ex�k, up to.
7p�p, L�nd�•rrdCh sa�nl�gc cali h� aCfhlmvld
I'EtCU C1�Mf:A.� LINK
I'eltti� C�����:r� ��ik Itch��ulc:gw �ruiys 1u�ell�t thr� I,�s� a! �wii
Ilu{�Slll�i PC�LO pru�u�Cs: lfr�u po� 11re s�am�ess �nd ron[lorua:
��Ci��lin�71 �w�rerlFl�S nf 0��1�;ra „rross a wirl� �par,e al��n;� w�Rh nc�,
i1�I�IC� t{1 il{1tU'rdtii:dlly 1C�Jtn Iri �uf yrd�l �BI�II tiVltls Iie�alJy S�:L�iB
�i7ltai:��d �3nil loliotn� p�op�e ar�d Ve�acl�:s �los+�ly
I'UU1+�li N�DUNf}�i�f�:Y
i,.r;,, �r +�ar�'{.�.�r. �m�nu�i pa�, snnnd? S�ioc�ra �rd�airr�it 7 rara��3 earn�}ras ar� �s��i7ed w�th �raw�rr �v�r
*0.05` ���fa�ne� t�oCJ, 14 V.�IC ,�rrd 4y UG� :a red��e c;s��ss a+��f sunlltify
3C�]`�a,��i�f�i,u��u� as�ti� rnt�3tl�xi rlann�np, wVirin�, �nrl ir�st�ll�ii�,rr PnF liinr.trnn��liry wnrks wVlih PnE�
+I" io-3C�" elialklc;il lit`twuils ��4WIt� I�e�,��r �au���f sIl�eCtc�ts, ehrlliRyatia��� 11i� r7�ltrr�
Lip t� J�7d" perse�ond !�u separ�te potiVsr �u���l�es �nd ��tl�ing. s�Ed Nilri�asir�y r:anreia ��il
I��rin�u' �rr:r,ti��cni�n s�fei�� �hmi�gh 3re �r's�,rniniii�fr� �nwef r,;.i�►�1��{I,lP�E.
O.C�S" to 100"}vecmonia�l nae[okion
LI.O]' 1155f1''{rr.�;rnalri��l if�eT'�Iluli
7f10`lse�-
5L111"{stu.
w�r�r� �w���r-+cnrFar�s
F�IfhAnRirxi{�nn�rUr Oln I�kru�a-11.'�urnph�l��1 krnl�l
ih� c��iier2� atsu �u��v�rl �ii}v�e:r suFi�rly fai�ow�s k�tt�re�i �aL 33id QA
l+[}[',J?4VAC in�i �13�rw ��+rn�rV i�uwr�r suur�r� s�lecaavn for �hr�
pnk'�p� rir.rw H�ha ti�ITpAFT7 {� ��IfI�PI�i� 4ViB� �;r�rh I'+�E� finR dR Uil.�i7�:
VAC �uth�er �ou+cea_ �rFJ the�a il� �arlrnary pu��er srrurc� -s Ir���, ili�
�a�r�Fr� 1Mill swiirh lu �n �Ilerr-ativn �n�:rr,c wiit�oui any irFkcrru�rtion
or�i[Er[� Iq,�s. OI';:e �1fImFl"1 DntivFx �� i�s[ored. rho camera sFamlcsrly
S�NiRCItiBS E3dCY ,il R�l�;]rlfTWty SUUr:E
Cl�C�RIC�L
���
����r�y rYP�
S�f'lFSI�F` Interl3r.�,
I+.�{�rt Vuhayn
I�r;rl Fowrer
74 VAC
�a� �I1G
i'�.E IA7�.:ib11
�� 1�12.3a11
NJ ��� Ganne�tor i a f UGHase� rk es vr�l l 3;
� l��tida�fi T1{
Aurn t�i[1V�41F�I�x
Aulr�itiugou_ius{rr�aruial huai�+l�
�a;hf: ;.� I�i114�
wup�,nra : F'nrc;n F�F' ti�ries lran ��Iverr nnd
llrli��uarll� 1�15� �an�f�yr�a lr.�r�t$Iwua
T{? tu :l l VAC_ 74 l�fsC ititi�via�al
�I# sn a3 41if�: A#} U�II' nnm�nll
�� � 3,�U �+�I th�iz,Hiu�l� � a�r Intluo� �tir
f+�vi� anmonlal unFi= wishou� Mc�tei
+I-9�kf7i VFil+naxuiva�i fisi suiwircuunei�t�l wiii
wisa� I��riNi
1 l� t40 bVl rn�xin�a�+i I w�i.�4r_�a air
t�iWlrpnrnQilla� �II�11,1'�'IRdlnil� M9�10�
1-� +� 19Sr 1^�I m�xGrnum f�r rr.4uo?menEal �r�ut
wl��� h��t�i
f} 7�1 �,�� W J RiFx!!ntlrn �I II II i�nnr {Y
i'slVlra�l+l'�9f+idl I II il IS ri'ik�lOtlS I di2li�l
j. $ A�lCI V.'f moXIl�iUm �nr -; �i'dlrn��7x=iaL�l situ [
wlR'; h����rt°�
�.5 A I��V��rnwxriuum r�ai u�duar i,ru�Nlses�dy
Sind amsupnt iFmpr,ra!un:4 abavc -� 1 �gC
c� p�i F� c o�T:� r, s,r�,�r� ru ����� � n,t�s
+ CE �Clllss Ai
* fCC{�:I��nf��
+ IG�5�C031���ssA�
* 111.}r,;h t ia�erl
* Ul�l€C!f'N G095C� :, G0950�� �3fi8�1
- ICC
+ i4{!�{
* ACM
• �A�'
■ �IS
- �nYlrruirnPnr3+n;9des��
Cpk�a� 4k
- Fj� `�{f I5� I} �l firl �73 �%71 p.�pry t, f,i3f5 �I
� IL��f.N Ei!lOfiEl�1�1 tukl
IH;�Ff�� 4�rI0GA-'��x I�ry Heal
- IFCJE��lr�uur��l��sf��wu�iv���.,E,on
— IkC�k.�ti FiU0fi6-Y� ld C`.innq� 4� I�vinppr3tUr4
ir�rr.n ���ut��-�-�� P��,���� sn�k
— IEI�IF�i 6[106a�,'�:10 b��rnp Ns'111�4i:11�';
� IF�}EN I�Ui1GH ,� r� ra����r� Hc��1 �:��aci����asE�i
— IFi;IFN fi�:}6=' Srre��.l flr: ' 0�
- IE�.�fr����o!�f�lil�ti�,��l�;r}
- iF1',n1Gff,5Llul��:.�,;ifir,stiansand���rgci��uli�ypcifurnsn¢�oeiw
Lili'Il!fil :11141:.{??i
. t,�looc�,p.FF,1+1157�ara2.�7 �7_��Env�ronrnenl�lmndols�
+ �GO�i��41fUlIfI�L'{iL3If�lU��L'.557�
■ C,i:�a�€� �,�Ls�ianal Madia Se^�i�e;. I'rak�, � fi ct��r�par.ble
+,^.NVI+ P+i�l il{�. ,r,, Pi ia�i lu �i, �n11 �o f il� T f:I�i��nrrr:.iRl
■ if � p��tenl: 5,331,�3�: �,73.7,�1a E�?: �,An:.,F„fi L}7� fi,92�,222 AZ:
'i,! 67,F11f� A'I
'�,r shH I:Insi�l [flr� n;�rd,�a�'u�n, '6f%u1r,711}rlc 7+r �r.nflina I;�;IIII 11�E
f��:=oiV ar �y,�x�_Ir���_4uu,� iifi 1fw eiuiuii' sl�iu: ��i'�til'siflcarluil�
SYST�M MQOE� IUUM��RS
��s �aak8ox Tr�uoRla�
�alar CuEar
In�IitlSll�il2,111�i1u� • �I7i4 Wlitlu
7#u1P
II� Ca;lill�.
tf�vlff�hf�7c�H3G?�i�P LC1aYk. $I:�Gk
Pfin[! il I I 4+�+� 1GI4 I�hr,i
E�r�IrUn�r�uril�71 : h!P
Pend�n�,
lnvq{�rlml'�+IBI'/�y{i` �ilrlr.'q N�;r,k
f��cRilin�, Jnrloor �Y.
�r�c�Ir�W,
�ry�iron,nental 4k
Pe�ulun¢,
Ytiwrunrr.��irl�al •fK
f%I�L��i I.
Er�uiiui�niu��ia; 4�C
�}lar.'s 'hmllr.
d;uxk �laod�
4Vhl1r A��k�k
al��:k fllack
8uhbld
.. �'Rlukad
{:Ir�i
$tisnkUd
Clo.ir
Sniek=:�
I;IHai
: �nnk�rl
�;�.��
Sn+r,kPd
�lear
tind�d
Clear
:�r�s�k±i�l
I;'�ar
5n,uk�d
i:l�ar
�QiNPilNEf4T f;�ElL1f:L ra1.If4tFkE��
�MF and �IC �otk 6ux
�7 F In-rnil�nu an�.�r.!
137 f-L t�� Lfrllh�ll, �I�iVIf1711fI1L7iIC�JI
i�7-f'k'U I� F���r�l�n� F�r4,��;�:a�ranEaf_ U'�Iriia
B1 P��F Ritnihld fnoircuulirn[al 81i�'k
"ll�,r�lhi'�'i�u'+r,+l�,nislniall Inurvif ilnni�i.cwi�ll Ihl'-
AiIWnlhfl5��n7� ih��F!IIfIG rT�ICI 915U11f11lI[IFlY11r71 ��hii�rn har.k
I7osq�.
S��Inm
R�aalu�iau
1 ��P 30k
7 �¢F .;ll}�
11�1� 3G1�
:' MP a�+`s
'1, -041F 3�,k
? �AP :if��
� 11fr ����
7 hiN 30�
�414 i Ax
4K1Ak
4 I4 1 i�S
4 iC I #t)f
�1�f 1A�
�I k lylt
•1 IC sH1t
�1 IC ;A}C
Nlodal Wurubor
S723Ul�FWu
S7?�lil-FW I
$fi2,S#JI V�p
SI?341-�f$1
� �13111,-�tihia
;i x"r':;I;�! -f k'J I
57t.ini_ Fdn
��zaa�-�d�
:s`]AI&L-�Vdn
:F781sri �Vdi
s�is�•w�u
57�18L•Y91
570 ��l -FtiNCI
S71# Ill� ��h� I
S��fllyl �Ap
�71iaRl.-f8:
Dama �n�ariplion
Spe�V� {+ql�.' 1U80p 3Ui� Induur Irl�n�ili�iy 1�1hiw �ai�uk�tl D��t,�u
SR�+c4,�� Ei�N7 ��*�h 3UX Irr'��ar U��,^.a�l�rq� Yv}ii�t� f:le7t fsu��hla
$+�eur,p {rlh 1 I I]NU�� 311� Enk' I�r� CE+lu-� E�Ir�i* ynln#.R:tl EiinablU
Sparif� fnli7 lsi.�!�a�;�qK Fn4 In�ei��a�q p!RCI4 CIy#�� {'�{d�4�e
�,�;�ra :T.�+�+ 1u�11p,�;iK trvPfnd,ina V�hnf S�ntik?d H:rhI�1Q
S�;ka.� Fnfi7 1���3Ux F:�,V F�e�ia*y Wri,re f;lear Nsi�,lde
5�pe�tra L�+h+ 1nH�fp3,7� En� I�;r�ium k+!aek Suinkt� FAihWe
5peei�a €nfi�i 10� 3d1{ tnw Pcndanl dlat�. �le�c I�ubhlo
��tra Cn�7 ak 1fi}€:i}�ao-.� �r��CedinyVu'h�teSin�rkPd9uhhl�.
5pc�lrl Enh7 dK 1H1{ I�iduur In��o�hr,� Yy+hila �lear d�isule
JS�a�Lro �.�,���7 �ff' lii�C rn4� In�i:eia;�rk Bl�ck 5moke� tL�L�e
S;lii;i.i F�,!�7 •1K I�{ Eii�r �n•C�ilonu 81�ek Cle� Bi�LLIu
5p��,I�M1 Fnfii �4K 7RK Fitiv P��ird�ni k�fJFlff� Sii�kod BuLrWt,
$peelra Enh�� �iK iyK ��►vf'nrt�ni ti'4ltitc Gleat A�k�L-�'e
3�r,r.�r� E��h7 +1iC 1#I�{ �nw fR�hsl�Flt Riark $rRnketl 8llh�l e
SppG Ira Fnl � 7.1 K 1 y% F�+u P�n��,�r F#lar.k Glcar QUWd14
}Iig1G Defin;lioo {N6M Lovuar Qanoa'
L[]7f�0 '�.ih����,'�"�9��Ir., :n�iik�d, SQfJ[Ip
,I.l7Fr r���:ur,y'.9,ilt,r.r�ar,tui�rif
ib7f'��n l�My11Mi`Irihr1L11 El�i[.C.Smi,ketj itJHn,r
l GYf'13 I ��IY411717!Fl4�11I' ��7f,S{, rl�af, t�IFJIJ[I
I I! f,iF-[� Inr�rulr U4Tnr;�. ,S+n�ki;1, a�d
I II �l�F I Indnnf, 1M��S�, I:Irdf. �iK
I[]7+�PK-+� E,�w�rorin}er.tol.tilaeN.SRiofcfo,�lC
ld 7+�?i�- I �re.�rOflfTMCs�CBI_ E�IBC� CJ@3r, 4lC
ft�.�l]f1rIMEfVQE� 14iaE1fUT5
Pon�l�nl Rau�es
IUwt�i �nnes k�+all �r=,Unr, v�hite a� bl.�{x Im!�h; ean te
rh'M �MF1i
IUVh,1�a1 tenov
F��.�U�F'r.�5'
&Yti+M 5sries
14M4C�1 �SS�SN
aC1P�14[}1H-SW
�ul,qdt;cl tur Y.Gnsei, �iiir�ipu�f iu puh�
�p�l�'f�120f1
M�i;ir��� kil i: a�ssigriutl Ir ��rotacl Ifui Spui�;r�
ye,ar„i dun�cysi�nmaun;n�l In ihF Vk'h".i�rn
rl uhi g=1Y�Cir Cor I nhirl+.
WAIr muiml, u��lfi insenrti� �2� V+�3;. �Ofl V�0.
i!si�.�furrn��; vd,slu r,r I�I_ick lini�l7, cull Lr
ad�R'^� +4r L4m6r, �7drd�i6! Or p4rC
��i�l �t�l n in
I'arapP� s*�,llllrnot rnriUnt
I:r��Ilpd�lY+u�l IFlUU�II ;vlrii� ar blaek �rM1isr�,
c�n La �deti;�d !ri r.nmar ru pn:p �.�phr4fla;n �
Maunt enn �eed 1h�+�. sEain�ess sir:�` FIAL
`.lk7�}-i
f��1ow �i � ��� r�G��-sn�s�, ,�,�,���. ��i. ar.�a�
Pelca, Ine,
"��"1 44 �iIIIIV�iII, I+� i�lli, ��i11iI41�ll1 ��1 I Ur�lir;l �Sa�o�
115A � Gn iFAd u Tn� �H7�11 �S3 {I I l47 ��» {IIf�]f �r�14�? I:*�
I+i�kr+�n�F�l#tl1 Irl =I ;5����"�!}'r��411� Fr�ry rl ISiyI;W��I l,��l
WWW ��`IY:E.4E111
Oamd drkve
tl7r:l;� 1[I�U11�3U}{
Cl7#31 �Ik +41( I MY -��----
CIPT td]f��k� �ICC�55f1H1��
f'Q�.aUU1�3;-FIJIC 9r3U�' iIP�{ klll'13Ai Sir��2a ��nra In�+���tt�r Cll
ar�d U�C powar � ard �zcladad
r��you����us rJI;INIIf'oE�{;11.,�?3Tsuiploportuqe�kiulj5
�lqyti�^f fr,rR �rfiry�}C5
!'�3��aJ��T 9[IWfl�li�8[Ii.�Fllsmph;4uu�_�rjnrl�.iau.+n�w
r,of�i not �nr,i�,��Pd
W"wti'1 �+4 h�iad� (4�'C5 :;s��;e;�l uuttiaor rrrgla �-0 VAC pGw�r supply ���ww
J�Ilff� r�:rl r'lf,�',IIfF,I�
EC1'S �4HVUC-5�5 4 F VGf ir•��c� pnv�� s,�PPIY
Kh-c��iin�� oR��fi
`;L'ti �` P x P' �ei Irng panal. a lum�rn�m �anstruc ��
f4jJKd�nB :� x �� r,dll�n[� Ille
til_l�l SirL�h:n ra�ls+nr Ff�-F, for ai�a a� r,�d+np tile
fau4dtr;itlo�7�
�'kJ4'�NIMG' C'an�.c: a��l Rcpialiru4e Hsmi
n•.�;V=[;ti',.,���:•�U� u� �f
.J�. All'Jk'�2 f I� I��In: {'Si�r.U� r UNi�� r�api O�Is1J�a4
xv-�,5 Pf SYJ:I�� �:.: s �i,iii7�
�* A4ERTi��,F���NT, �Lanrnr �I Iro���b dn
I'�ioai,�i' �e=��abi[Ir:�n � .smY PGlV3m n �g.ca.qor.
Fiil��q Gnd illef�!:U��11u �rr.qi�r�IrJvddc�-rF.S;l7L'IIU. L'C
Nl�iwiliJt+whe� oiJipU��iJr�illUed7�IlbwL tln3Jew�lrul We7i�iJu*vik�a rry3lcM
Ile?WUMhCI'�ev1��4M��115��wul'n'IiH �hll+"MIII��uIvI��IIHI��wxli'Irg41���luIII�IIhY14ii
i�i�,i Ilm y��F-ir�.ul �IUkan�l fqu5ulluu i W��s�i GI mIuIl�rJqi pup�l5 ��fIUS
I�n.L�ri qur.dua..n��s �y{ �a��lui.ry� 5uli.w l in c.�pn v�illw�n in7�C
:k:�Wi�.;Jl1J{I I'r!uC. Mr Nlvn!�!r.iaai.�
III�11� ������� �V1f�Vl�� �er����� and I�IVI���� IVlo�nt
V�ALL MDUNT, �P�CT�A;�, D��, DF�� AND SARIJ{°" I� S�RI�S DOM�S
Pro�lucl F�a[�tt�e��
- Ftr UaL' UJIIII �PCEl:B', �P.ci, RF#�, and Sa�Jx'" IE 5�iies L�onies.
Gan �ilso E#r. IJye� ti�nth Uthcr Pen�arn Elarr,o� €3sing 1.5�inclr h�PT
�hFaanrd I'i�a ?ar hkour�turr�
• I�,,u��,tiisr,i��l nf Alu�i�lr;uii� {�11M6b1Ai an�ll�aN1 Alun,i��un�
;!wrt� ��u�t,5�
� F.9rn.i�rl��liio��s�To'Je�rcalioac�6e�rin==S��TP�,.e'�}�Wa:IMaun�
Ap�plico��o�w.
-�Upp,�rsx u� t� �15 IkF 1;�4 k, ti
- Iricsudw;� G�GId F�L��IhruU�lla I�ulu
• 14��M�r+�S�}r�r}SIIi�-11J{f�!�Inl9�•ak1��l��,1�pV,�Tr�h��nrmeti��rUse
�wl��, 5��!rti ai,d 5arix �E Serias dazn�s
* fJ�tional PaFap�l Pal�. ar�d �arn�f f�dapkefs �ke Av;rlkaE�lc
�ia lWM �eries. IWMP9 Ser�os, �nd I�M4D1$ �n�aor{��itdnor
uv�ll m:i�.�nr� 3r� r�4•s�gne� �ariraar�i� r�,r USF} tivith Nrsir,r� �feorr����
��itrM�s Fiwlutiiny 5�s�s�i�a''. Rf �_ DFB. 4in: SQ��x" IF se��es. ih�w �zn
alsc� tw used �.+ri117 uil�e� pe�r�3:�[ �n�n�, �h�� ������re 1 5� ir.r,li #�,iFi
pip� knr�.i� fr,rr insaill��#��n, 1=nr S�r+x i� ��ncis 11arn�S, Mris3 14Vr�1 �H
,��}�j �tiflf�#� 1,5f{ 44�I� R1471111fi5 if;l�;;l�� I��I ��7f�x II' f' I�fi�t���1 ifli�Ili�S
a1�a�rter
All r�ri,,nl� fr�����rF!;f f?F!dlhrn5�gll r��i�r�ii1� Irf rf�ia m{��Fn�inc� siirfa���a
!4q e�sy �uuU��� ��f w!�ltu dl�� u�44E� L'dl�les ara� �re Ili��ad��i f��i
�_�-IRI:II x#FT �}I�7E, rl�ll�iill�] if}l'+1} Ic7Gy+ Ili ir.c�p� �i Vir;t;��� �o-f FS;�r.n
per�dant h;�ck hnx modal�,
lhe IWM2-0 S�rieS n1�lu€Je�i �r, iiitk�r,=1'_4 VAC, 1{7l? U11'.�2nsiu:iiier.
I'�F�ii� putiw�� I���{1f 2�1}V�k�. `�(#}F,U I��� 14' gfC[iCl}ihlu �,�Illq �ill �lil�'ff*�I
,I�d�� sw�kch rhat �s �s�ily sccassihl� rhrr�ugh � f+r.•nt ei,i,�.:,s ro����r
}�a�Re, InWut v��.ru;[} tan �ntei t�it arm fFturG uFer�inqs �n [he muvnCFr��
�r'.aEe r.r a�I�:xsblo rrkc! ai r.oiiluii ri � f ir,y m�iy he inst�l Ifld nn 1 he hi,1 tom
�1 ffrA mrnsnr 5�hr�n in �f���c!1 wsih ti�rFx �f �r.riFl� r�nm� i, R��' I���'I
Ct�,�n lh� 4W�ui�4-�R rnr�una �s u�e� lu� Ih� durn� Ii�a�Er
�P IWM SFFi16$� IV�M�� ��fiP$, ilfrfj �IJCIA���B �11�11�IS.5 ; i�n hr�
H1Iel4'I�LL�IIk;4i�VGLdII�+VE�dCBIIJdLI-Llnil's111�:15rlfiiCy �4C�RkL`Jllta�k$
aJesi�raed �� �U�lp4i1 u�F tu 7a puuf�ds �3A �r�j.
i15e �4wM 5@ries and 11NN121 �eriea ar� cu:7sUutt�d uE ca��
aF�rnei�urr 7f4CI �IE ,�ailr�bl� ��� bi�,rk, gray. �r lig}�r �Rav Gn��k� ilw
I�M40» i� r,n+131niCkr3rl n� n�iaanim,;m �r.d h�� � p�t�v P��Y�st�r
�ow€�et c��a[ hr����7 O��Cs�}fi�I �3tdQbT, poli�. dnt C�]rre' a�l��Cets 8t�
aV�llabla.
�4' Sel7nnl�l�r ile=�,�t
�
iwn�xa-er
��
1 Tr�
3TI I i� 4r�1
. .�. �
I- 139�I1a31i�..
�
'�y ° ' � �-
�,�-�,.x � i � ��,�
!��;u[7:1 �'�I--
;r,
fpil
�+a;f �f+�iu'rr�raP.�F.�rli,esEs+�ne�.r'ra[uu�Pna;
hLL,7fkIFRS ARi WCI2L
pl�a� h'���m ��y�/y�,/�■
q�.KI�I�,Xna�F,m TVV■
90901��]a5MLi5im �� ��ii�
�Nl r�r�h�.l- ��i n i�i
PA4�� I�I o u nt
�o�� �o�r��{ ���c�r��� a�v� ������rr��a���x��
Pr�r�uct F��t�r�s
■ I.uvff�srkl
- ffuygad Cunslfu�k�oli
-��ppar[s up so 7*� 1'aunJs �:ia ko�
f P��li Nuwrt A�aptrr f�� ti��u��i�i= anil Lep�cy'�l�l.i:l i�i�+unts
IIbY�41 S�iiE�s. II]M�i[I18, ariil I k+�M+1 I M
* fl_sa�n In�;l4irl�� MUuiiluiq 5luiiti I��r Cw�k_ Siin�iFe Inslallali+an u!
4'Jal� h�lo���n
I li� Pl1��� +: a uc}li� ���.uurFk ��il:��tef �;es�r��i�.r: t�r usc� v��ikli Sp�lra3'
�ind Ley:�i,t�� y�all niaurr�s Fnr �>>e�:tr;�, i1F5, ��� aFH Srrru� p�n�an�
rlr�me�, ��s� ;h�r 14'�+f� �r�rrp5 �m� 117�14�i;f� v���ll r�iium fnr I c�a�;y
�1o�ih[n}il!y hw����fr�-,, t��ii 11i+� I.Wh�l�l I ti4dll Illt�u�il.
Tlia �V�i�lq 1. 141+fu1 ��ri�s, r,r G[iM�na� wall mr�ii�� is ,��aar�d tv «u
PA�D� k�w frau� 1i11fi-i�+ch aa,uu��l�i�U �4uds, +ruls aa7�1 s�i2ik 1�x.k
1L'S5� I di: 8i � Si]�rJl�l �d.
I,fifl��ffi��{,41 al�llll clll111411}�1111, tI}�. ���Q� i$ [;��}�fk�@ Clf StI�1RaiI�iQ LI�3
[c� ? r µu���iids �;t4 k�ti �ii� �E:�1u� r�7 � i,ahl� 1�eU�f��rtu�f• lin�e lu� easv
muling n3 Vlrler� �nd pqwr,c raFrle� A, t}Inr.k� nir �I��r ,,; +nr,l� �rl�rC Ipf
,ir+il� f�F,;111nr+U;�li aaill��l�rs� :spp���-allc,i�;;
Ths P,4A�2 �s tni us�: �rs ���I�s hiiu�ng �,��in�l� I� 6? �;ml in t!•inr,t�
i��l .i� � ���I �ri�liFrN1N+
�:C.�d r IIEMFSF,+ l Uu
�
-�
�
� �
Irl.uuiT6�l
IianU.18-,
I�_r'
I� 17.77
�I Il�,�}�
I� �
�
pn�a2 sHnwr� w� rH
�ME�i�Vr�atE ��o�n�a�r��E,q��
�
, x� — .+.
� �
� ����
irF 51
n y R .�.
_�
�.au r.ah I -
IW,��} �� IF,nu r*
� �.— , ,�a �
����,�
rffl'lY� 4+bLUE31Nl`i�!ilyfNESESA{IELlRIfliliEaEHS,
hLL I}�1E:1'.Abf IhpflFf:
.i�- � � � -i� a. . �y���y�/�
ui�.i.:�.'ii.ii��..ilr� �i/VSF�
iStl�77H�3.�Ji5�_ii. i � .
N1�#]�L
N���
RELATED �f�OD�ICFS
fy+hi iruwhl .u1���1�r tur IVtirh� SHrr�
I[]Mbl)� H �nil .`,V�1hl �1I ur.;'I irnun�,�
IVw�1 :�a�_�s vr��o- n�,�t�� �hrn «tid r��,�,rr�t�,��ai� rf,� ��,�
wi1'-i �T,r,[tr3=, 11F:.-. rr n�R �r,rly :��'nii� InS
stpie �lonl�l8.
I€]M�fI�FJ �iall riipuloflv,liialmidwli,�lo fliiiis elul ra�dntl
r�ld� I��IaHauyf: �oi �s� wiu; S{,��:sra, I}F3
�n f1F� $r;r�eS peu�ta��l =lvl= dun�e�
IV�M�I l tiFG�:r,p., yv_�`I r,lnlJnl F i�F i i.L� 1F1i[I I 3.PydLV
�IdL•�I�s.ud �Itlsisil�i,lhy S�+4le!�65
r��'�4h �'u+�rr� ,,d�i,i��� i�i�sua �����w.� ilrl ����t5ri 44N��
n,ou�si ro �,o,��=t���ea an o FAafl7 rai use w�.���
,iri f�lu�l" �RrieF�url^�rar�illhGsiiinl�inq
;p;� I _�: I i.
���� �� � �i��
l�G�F{,l+-i �1rn in��np fo��r �f � E-inr.�5 ��aunnnp �iu� I �w�l s and �pl i�
'i,rk vr,i �'uus su�qd,Nii1 li�l ,;;!,u huu� I 4�'?VI41
�C}h,�4-71�: ��.�3�18 ar I��Nh,' �eii�.=n�c�a!�I
�011l Ileli� Milkl ICIiI 51 uu ��,� I11=�JI I II I[� : LI7�1."�. I'� I I:'L'- iil _ II If:r�Sii
sfeFl �rr,{�� 4,ipG��iP�i �ir„p; lil 3-ineh
i7�FrJ �nGl �: El irici i f��.:I? c�s� � t�o�F�ulue pa€�.
G�NERAL
�an�ts:r.:�inr �..7�{'�� �luromun� ll.l�sinch�4.8rnr�r�rluck
I�IniLll ;t�;rrlpu�lcT r�r�r,1E. r��l
Q,��Ixihui�n � uPil �1, �If �;1�1 4111
���;it4'd�;�:�r�l ;4A}lllal!58+u�
`�I11�Nnnul�Llt�kll �11:�73:k_�
Pr.�co� �no. WoNdW�do Headque�laia;
Iw'IIIFrr.i45'�I;,����+'li I�IIi'��w.}!il�i�'/tili7�111};A
W$JX i. �8rlu�lo f-�I Ill��l'il :�,I I IX] f F�i+i i�IXI� .�:7��1] (�Ij litpo IFu �1W k�54. f,�N. L��1L4. f�u ���i't �/ iit IM111S�4�tU UFh1�4�?i Ilf �9. �I�4
I �714e h�lilOhdl 1=1 I h���F� •�sl "IIG �• hnx . i iti�al �+ar r s Up ��[ vei��aUum ral ��ail�l�ilil4 �uli�r.l U� ��qr. u{RraiL iiiilire
ww�u�pelcu.cA7u � K�CuhY�iqh�.�0118 fi�lrn M 411rqNLYfelui^'al.
+
T�chnical $pe�Ffx�at�orr �
��� y1-�.4�{}/1-�, 7/r'-�� F yL--�_ #1{1R F
■.511N!Lf7�Alf►25f1�i1l21�111'111LYJF}Nh}+IA111JFr Y+tYV�� � Y�*-+�^�� �������
, 1�iir �lI?t�-"��4 �� ����in-i�i3 5iir�.;; Pru�c;:ii��r I scvi��s i��l'L�s] i}t£ �'14lLIC C�{}:17k *�"f3s
+' ' i116�}�411L�11I191� iI1��4-Sfik�� �ty1]j'jt� I4C�IlS{1I41�V. I�l4 ��.'k)� ai�i�fkCa�? 41l'CI'Y�}�I��4 1fllRtil�il[;i {l'll�l .t
� ��o.', ,_...
'�"" Ezrii�tin�y �as discl�ir�c tui3C [CDT�. 7dlCI SCC{}]1�.1R' 5tI IC1711 �iVtklunclrc �itrcJc I5�1L� F�2r�i��c�nciti�s.
f����r-w�,1s�n� �ru��:ution.�:.�„ w,��t�k, �«iJ fi,t�l� �,kiii�'rrlx. ��c ri�i���:n4•�I �4��Ilrti�11ii9-til�ltc I'r.�Cr9ill11�•
�F �} �uxe�_ F'l'� ri. TI�2 ('X{7ri•�T �i {�'�{[Xfi��l4l 4['l�t Jf2 k{�41�.*n�.d iti c�ccn�-�ancc n� i�l� TUF�':� 78i1
� �� �" {�i]f1.G �.�oli4Fi�M r�;�iGarcan�nt�. �4�iiFa sip tsf :'.�}�ti:1 ul�Hs�i�4 ctin��ii< <�,��ubi�Gl}�. 1-ki� � ll��,-ME �iai�cicl
liaiti ���i Ina�1���e�l Sa';��i��rl .��i�� �.s o���FG�tii��4Gi�i�rk I�i�r GRti� r�[ tl�e c��3i�ra� c��{I.
c�a���r,�r���� 1�r.rlic��{� ��'
�i�iil�1�71i1� V41I1k�7�4 �7�
rfcqureic}� ]�,ui�e U su ?{7A��f��
f F�I�kulill�t ��uf'I'tflf ll. � `3r�
til'E} �f�+,�,swI�7�Y �-pnYk �Ci�ieS � — —
�i'C? 1�c�h�Yu�u�}� i.'rl�'r_ sA1.�, xW Sc����s t�'1"C
���rt�C'; �Fa �"raa14'��IIs�41 �1�11Fi� ft� �iei�Ul1{�
F'c�aJ� �sir�� C-���a��ial ?���cr� �_.. _ . ..
laiscr�iuii i_4�s� -[M I tGl3 .�r'iM h����
lr � �4r E� •: I .''
{ I�i4��,�3an� F11111ii41ory Il-�#�'.`•�� Nrm•�n�ir��i�,i�iE
U�CI'.LEI11F; iCT1l€74'1'I1R411"C �I(}C_ 1s� i��iS;• --.�..J,� _
ji�f�fit 4 t�i��ecc�u�ii �viar k3Tv{�', �{]{75 �?lii�x
(1i����u� (�u���Ge�Ria�M� `l�)y�e B1�lf:, 5{ir'�� �JI71il
�4�17��31�11}�' F�:7�L�L` � —' '
�k7CE04lIF{' ���'F}C '�a�iiif
Tl�nre�i�inia� l�l =!_{Hx l�V k 3.�?�t �1f =[_Sf�� t!W x�it
��'4•itFl�r .1+1 = �_; �s� �41 = � «:
[=crtili�ti�s+,n� L�R �4`1�'X�, I`i(F{}(}Ill;?fl�f(I,
�i31'1'.7ifT}' ? }��:#Lj'
ti� Fcc; u I I't�.sl �� F� �
4ncakiF:iul� �un�en� Pr�t���ion
�.[11�' �k15�1'lli}I] �.-4F54
5��icl+Je�! C'asc
C'�:{3�F.h91 h,�a ��t rs„ill�r� ���4,���J
�nuo��
IN4do� bee�tl�i�on �4We� �oi1�
�t]� 'r��G� ? I�P' 7; x�a It s^���.o pui� PoE ��qoe9or �1� i F:tix�i�i r ui o
�f QE?�.ill I{�P�Uti 1`� 4+��ili. ��,�.e-Giurt PoE i::ler.9ar UE fax�er 4c;�
€POL75U IL�P ELII{ �1� u;�n, sir�t�ku�u�s�s PaC lntcr.�w C1�,�n�l I.Ik �4wni r,ui[I
' A phwdr t�w d�5 �t�t;l u+� I� �ui a�,H..FI i�li I, YUH I: ni ¢ lvb4iwr�`�rtI1'�7PnpU
willi I��Is rnrldek
ilf CT�ICAL
hlf�'11 blillljj� f�Tlli�
AC IuFwr Cu�iu��!
I eol�ge C�wrcnr
AC In�w1 F�iequam{y
AI; ha���;,h �;i�r��inl
Tut31 Oulj�4H Pplhr�r
i���Ne ���:� F�q�alai,nn
kilir.�anr.y
�bold-,r►'�ine
T�=nm�nt ���Yrdlar�P
tx{srr,rRs�n
C���r UuILi�lti:urlt.il,
,,hnr, Cirr,q��t I'rptf.•C1+ofl
al��l�' CUIIIitlLC6�,�
?fI�I�LI f,�lllll!1�111711
1 [Iq Cu ��(I YAf = ?�9E,
� A 1f�?,d5� ui;�xu�iwlr Ilx' �JR 4rlk[;.
1 7 �1 I�ih"�I ri}��k�mi�m rnr Z41] Vi�l.
35 m� n��xrorw�� a� 2�4 4+AI; �;� I�I:
A7 lilli:� I�Ir
,in n«rbi;,� in,i4 �n�urn iiu 1 I ti VAt:
� �41�i�1�� hldk,lliJ�ii ��_� ),Il� W�41.
jy y�'
�5f1:r1b' n ��xi'nun�
9l`€ I[y��Rc.rl :�� ii�xur�ui�i U�_rl, 17U
�+.5.�;. rfl �r
1ll-�ulliae�.uixl�rnin�iuu�rr; r�1VAC<i•il
Ir�rxunllln IUad
�j� � +k121a �I �klfl I
L�U'v511i tli�'J��� Vll:h !i�lOfl Ciiillll
Pru'erllnn ami narrlryAil �alx:u,:r ag I�N'
kl[I7.3af ss�cii�atiar.s �x�apl niaxiiu�.�n�
�Ivt���.�s i,�lrr-rll i: I�4 h.1'i� ni�i�u:l ,�_;�, li�l
s4x�rt��l ��irr;��iar�lly wi�liutr. r`:��i��=�,r
tf.C:illl ililal S pl+l
S-p'sui p[Hh'P�uu� fifi !�I�� DD4+�;
��pai� �ww�;iny fix IC.L1.�T]'t.3�1 ��w�h�
If.LI� 8!}2.;�2ff:�t
tniurupsraG�l+ky
II �'� kl�Ili�i i� �IR[Pr,IP:r SI1C I�ni; 4pC'TIC= II}
1=fIl��1...iaC n1iSl�e;.33.Li W'1 prli Nul4ohr,:.
? F S G�'i�l ef'-1'- ra � iw1:���.r �;.��.r rf-7 r4r flll I
NLMnit
��nr�T F��n�r� �r�a�c�ra����ur�criprf�
$�alusf�i0N11J QE�G�IpSlbli
Iir�ei I,i.'f [ Di� COWer{}Y.
F;eG1 L F.11 Fr151[l deteCCEl1
4oli d?itr,�r LE p'l. P�V�Yr �{P:�rf I PJr COnn�€P 3t 7�j I�i
I�anh�i+p iir��n I�[.1 } IEEE�'13a1 ci�i e:kGd Lonnec� al 3J V4
E1+��liRfllVEhE9UT �1�.
Opuras.n� Te�Rp�rptwe
5r�.� �ernRe�oture
M111�IYIllkl I i1114�I:ISW ;i?3�� iSh4
C�FCTl�ICA3'I[�IUS
• ±�E, �.I,�r4 B
■ f Ci., Ci�s� 3
* +1�.1+�I,II I �:sla:sl
-20" lo /.fl'i� {�I" lu 10d`f �
-25" to fi5`C f}3` la 14A"�l
�,�i� 1 n 9c19L
���V�iu E�5 I N PA�iENxHCSC 5 A4E INCHES� dU. c�iH�R S AA�
_ _ s��w�Fns��r�s
�
�s
��
�
._. � , �
u.Ju
�� 1113,ri}�}
!�'� i,:�i -.�_
{�;,i+.i�
�
�
�
���
� O �
G O
1 7h ��.5'?f
4 ?G
�1.79�
F'QlrpLq�ehl��l+l�{ELnr.lils I�I' IIIY..'�'I.IIk+J�.JIIIIIMIIIiIIIMIIiI�F.4i:L11_:^A�INIIIf�III:115SJi11L�.5'lllllll`.':
.I�7��f�ll�fl7�i7�' ���II'�I'� �.��SI�4ifl5iil���i�rl�.��l ��RS�F��}��III.'. �II.Jslhl4�lif{IINU411wn4.IlIIIIIi�YiiJl'Jl.li ky ilillh+Iri+Al�fi I}I{�fAliiC•
l}5�4AiLtlutld� TrII;II�UI��EI!}I}ii.l�j �I';1R1�I.�i�I���}l�l. �f�4+J4�T��niWn�iF:yiilH'�'F�M�.bl'nlhnip�ryR:f-�n:nin7�.}
smce: ain Ihn rr�m�q r.f ?wu rr.r.r.5np r.m�rxvm
Ime��alianel 1yi � I IS�t'1; �'�1-'-IE81 =:x �I �!��tll'b{L-li_J P���Ik+l�l1��l�aln���h rYIRNnllldl'r�I�r.o�F�oi;7eU�alul-'S'+IIIi.��'i�ulnP
wwwi poleo,eom www.porcnAurnlcoin�nunity '�[�y�i J�� aury i4��,� i�. r�u uWr.t �t�,t��,w
�����"� . � ��
I�DE��C��1 �P ��ri�� ��ap��r f�� �p������ �n�i�n��d
�� v��rr �ovr��� o��� ������u�r �i�v��.E �a�T i�v,���ra�
l�r��l�i[:I F��tur��
•!5'l�ntl" 61 Ffi�]!13'PE F�QV.'�JrfO' I�SB U�iItlQCf �4pec�ry Enl�an�od I'I!
• i�ragnnsli�I�U;
f 9��I�,nVJlraUel,�r.111'��
F �117�k1$Cif� f}fi[L�I:Unll, �i'��;171111ER.f, =cllf� � r4a?7�ii�lf]
- Fi�ll Plote��s�nrl
- Uvor�urienlPrai�.11an�4CPj
- [iverVoft�gea2rnr��lion�f]Vf'I
TI�E POE75RJ-1�fP Fo���� over ilfieriiet II'uEJ sii�Nl� o��l pcawer
��;����ku? �, srQ .�g;�or, ia mc�l �h� derri,SnGinq oul� r�t�r� �nd p�w�r
r�;r�����eme�;t t nf ���irrl[rf�r �pr�r.,kf8 FnII�1����;Ps1 �I' �,ame�,�: �y}th
liigfti-���dlity SGrd;�s�i�a videG C��p�aMliSi�s_ fhe iiijeClai o�feis Ci�sdl
nu[pul nrw�er nt 15 V4`, w:�hirh meeEs rl}e IF€E�«�.;�a� ,�,�f rEE; li!1�.3at
�len�iarrl� Irrf �I�i[Ef�,liitil, i'�iliniii 1+�ii1, ili��i�t7anti�elxiiil, �Ir�rt I�F4ilr
��I�7bCli�rtF
TI;F= P0�751l-�U� {a�wAi i��jr�rrn� �� r�rFr;ra��fFIQ wr�a� I31{lilll!
1;1�0�:e5�-� ;���s1+;���;: ,�i, ii�o,ul vr,ll�i�r r�r.�w� i���i,i 1{b� 1u F+�� Ul�{�
U�rih Inpul frer,u€nc�� rrflrr� �1�] so 6'? H:. A4�k�mum �ru1}�:,[ loa�l euloeni
I� �5�] mA �r ��6 Vf]C
�����
k1Y ,5CN11�IC��F' 'r I e e tr I c
�,���,�,�..� s�.r.,�•�. ���
,��,.,,.�..�n.,���.���n�. �D41
��r:,��r�r�.�r� ,,..,..
C+ov��+,sw�, �; ��.
� I I',"�.
i y
L��]YE-RF�1��5£ �3J�s�s
Cel.i.11l.11R RQC]'f�H=, l-C�Ft
���� h�itil �f �3 I �i�li�`.,
�1��� ����X�������.�
_ .- ,} 4. _ �� �+`# -
- � . � ■
���� ��������� ���� �
..�' i � .� , �. . I.�,al �a4,'��J �1�:;�jl , .J' � � . .1 � . ;III. ; ', I 'J' . � . ?, s.; � ! --��� II �
'"� � - � -'+�`t� -I I`''fciril�li_��I�,
�.f��;� r�{t,�a�*or1:*4v���� f� �s � �,{€;g��i, �i[I ��+ c�n�.fC� I_CC
1�S�1�J11Ct�C� I I I?lt]IIk� iG111f1N.If11�S� riil9 ; s��l�,�� I:x�� wi;l G 1 ���r
�riter�r�s�-cl�a�� rt�t�l�irx�;_ se���rily at�tl I ire4t�al I_ FeaLtiri n�
t� �1�e1VY-rI�lEy r�5k 3lUfllil}Llpxl t}ri{:�Q5�IK�. �t oF€�rs ;.F ��exil�le
Jfil��l���'+•i1t�i�;r�wviClG2�r� r���lnnz�� Ink��gr�k�!a� 4Ni-I'I r��,c�.}��
Cxsal�il (�wil�7 �T�ull+ SSiLF�, LI��, st.ri�! ��1�J ��qrt E�13�rn��
�wiKcl�i, ��sv���l� asa var��cyt�i confi�uritr��f opt�oi�s
orxrli,irli���Caf'SaF,d [:�4��� �u��i����rt
�It��{-rn�nrr�� �rr �rles�l for tr�r�5�roi[��CIr,i7 �ncl �r�oblle
���p[is-��iur��. f frxiE�l�l G7{��f�r c�i�linei�, ir«:liicle 9-36 3�f]C"
lu�klil� ��+� d el i,o �i�i I c�rri�il:i�+►� t,�lnlr�x s tirai�i�rltrr5 �es� tI Irt�rE
ii�tegr�tr,�n into veJ7is:l� �F,pl�t�tic���� hR�o Ftle�i fnr rT�+.�f��;Ef
applicatanr�s Is lM� celltiiar t� WI-fr �utr�sw��cli #et��u�e. �viricli
M�Sr�� k.l�fi hlgia��sl� ;peerl{3r���1a ;1 ,_r��� V�1A�1 rrFl�w+>rl� ��u��l��i�il�,
All 17G�i 7ransF'�:Y �,rn�f��cts nff�r an,�,iw,�r�ce+i rn�it�ng„
s��s�risy3�rcl fir�av:,l1 f��l�i�F�,2�i ir��.=ua�in�;�t.ilLf�il �ri;F�t�rti��ii
f����w,�ll���r�irGl�g[�,I�ti�lPk�l �iil�r�a�a��,cl���.�,����tF±��l�
i nrr�r �rnrat�- I�i�F', ���E�f anrr Vf�kf'�, hc�Jtira�s=ed feat�ires
illc�w liii.� fhE;i tlr.�nsi�r!rl kr� f�^hl'aC�[��.a [{7ni�}�7i��iil uf {� PC�
t'ttirli���li�iiMl �is�lV`�Crrle
U��i ft�±Fnr,k� �1�n�Ks=�� ����s�u��lt'.ti e�tiy si;f�r��, ci�nl���4���I�tF»
�r�d �ri�inled������e uf l��r�� lr�atall�t�on� uf Di};i �fr3i7sPr�� �.Fi icl
ilti�r,.i-�xar �y r�evice�.
�.
hwlFlf I.I�i IF�REIIF�I:L�S
r.nliil�P'
. �r!', . �,�
, � ,
i'41 FI+•
6' f��•
,'fIJSH', . � , i � .I �
�CI ' ���i� � .
�ki_IIF�i
l.fEf�u7ncvdi,st`� �fd;!HI:.H7_.HrJ;NIiInrH7n,ri�r�lic;�slba:�rsaatfswll+�u:wtrwl+knr,pffi�rl�ihnn��},�7:F+
7 UI!I,i�'_1!:iUUtCi?til'�Sa+J;3�1:��Z5UI}If71J
�G r158x.�_i!al�uifH+r+4'N4, I'aill+, �!?r,i�+:,s�lu rr.Hr
Tr�ii55rL'I I.51J,'�.iii��I ��7:�hlli�}ii'5�54�I,SL�t�lllpau{.r
A �,f.l ix: t�": R T� P,II, �T k�T, wr� � Pnh, Vnrl7{nnp I �rrlil ih�l
LlFry�,i 1pqqkll�Ji;�_?uI��I�a�I�ICL.II?2L41F��1rrli�slN�Gfl
Fl,f* f}:45i;J1!J�?hlhl:
rnc.R. �.��w��i�iw,:ii�r
f���1��1��r:�ili��riLiil 1`�fIi�ILIptiiIU44��� Iflhjbr111�1
I I; f��I'=�iflt,� iL�hSh. Fli{MII1��5i+1I'}fJll55,�{L5il51�Jj91141�1A1i'�YJ��a21}fj�j{Ili•=� i�u�u�rti�rlrr�n�lp�ii;
�+piiu�,Y�ii361!2SuIpI�-I�Il.':_�fUi�E�91� . �
'•ii�I,aF'.'.. i41kU+�5iIJ'�ils:.;ir„��Ii�n�IHr
Ti.v���f��•in�r�irFRJ 3lklh12qi.�la�.Vn�r{hiFiR�1�p
l�tCiL1�'��JILLJ11.1{....�I_z!�, �u�-�}�k�l�,lfhM1�'FS��
IaSP�- 'J�Irli��flfl��lis
��r,�,� �a,:...�:���,AiN�
Tra��•.[s��'r.71t' iln.�rl 104 r,tk�G» �lu_��_,,'di MSxp�i sio�
�=1 �U L"- Shlh iL01�tEr Gilf�. ItiTi�ltl
�' � i�lrn� � 41i.i 11f �f
�irJ :[oi c;,o.�. plair
'i�d tl )t:ufU!L'�+� i ��: ti G+la
+�cc�ss.prurn, r,lirni 3nQ siipparl foi muHq�l_� iid
io J tl�e� � 1 b�• ..5 d li�u
,A M�p;; r i: �F7=ria�rill] rhF,yas �-7RdLlau
❑}�r�is�SEuurdlv[} +ullir��l�wl+oii,l+�Lb�6d���w17H�Uilfnirary��l�ur��17p�'4k�1'A:5-nlli�2�fflll�I1V?ArNlei'Y���S'��n�Vr+�.�l.�ipilk�YSJ
I) I`„7 ri fxP-SR1A ��� � �[�v Uin� � � ��alr I
Gp S• .
� °�o
?�1�!�� � �' i � 1G3d9
Iti��r�'�� . N�dCA�lIB}5��,#s@i}S�iiir4uH�iIH.*.AlYf1CN�'ir:r_infr�rriiljY{YI�N6j`.5}1rE'3���[fIIU�:.I�=£I'idIPfIFILlf�S}�tirr.fi;��
�'��IN�i_, ' I�iL�.�Aulr-0i1�j
111!{+i i i�� � � :Rd°r
{ Lll lF'�'lhl� � • Ji SCis�l�dt TFFF I"IJ :�
�I171?lil,l?f��}� .� � �� � ' � }5r��[7f's���c'�il
V4�Ut�Yj*rl4i.r i, ii �iiif�
,-��t�i�- -�.. �i�;�tla5,ki,si�°erGre�i���� f�����.�ae;
-. �� U I i� h'� �,I�i 41I:I �� ��� I i'F�+�F �.� �� rn I�krJ I I F3I ��I:H U W�41 i u 5r i I.il [� I_! ��•� 12-� .t1151. ��� ?.: i�i! :1.,tS I ISJ Is� R��I Isl irl L.u, 4?AWS ��I1��1 y
4��R� f� i r� 1 E uF �4r.E9
4f NaA�
' l�i.l�&4;L}C!
_ � ��.. .� �{c.��r
rT�!{+t' ' , � • jaG,l1%fJ,RTs,�f�aria,n�n.asl�.i��
. .��Ilw�!i�-fS{Y�!i�i'll{.� li��l.!w�ilrUi�itlt�ilr�il
ETHE��+Er
i�� If � I'. I�I: I�nl �.Ih�r. ;n ilr ��.�ii5.in�l
u�a
OTf1�R
�J � J�,li � li *-y;:r.1
crpli�ln ,.,r 11; F�i ta �sa r.sl i,i i�. ard
:ri� .- �d. � � ��I� . . i��tleirt�}q��+��
' ary,i��m.l+l+ul5'-��
L � �j J
� Uiisi LU!.i �! � � �
�
•i f.YFT��Fif
�r,f��
f�lY51C.�i
�li�l:R4mUlal.I.],.;P�t� I�.tiUUdl135F411.'�11UP��l�i�:�vwJ��aS[iin:lt�I�t�;I��i.dii7t;Ctli
s�ml�in��#xe.Nlff�rl�IT'fF�{il r_�p I.?rl!'k�45H SM�S,xri���in�t1
F"fP. SF��•. r� P, � ur� �,.,+I an�lYrn +xatir. rr, nF I�,� Yllr•�,!I rtfG ���:risl kllkil;ll5�-vli l�;�4�rFp rn� I 4k FF. IJ 1 P•',W fl}
i i;� �.III YrtFlr� i I�i,li�'� ��.I!' IJf ��;} SI11:,11.:
� 3�, ��i �r
L!�kVi��31 �.i��f�'�v4�•t_91
I��+kii�4Ll�aii ��I,.ns4 �i.l���� I!�iui�n�l I�I,��'4 ', �i�iis �I�� II: _��! li�� �Ie+W�q, �h��.'�Illr � J;'hl; �71�� �Iy���S lyu fi{II
� � �4cinu�i�:25+I.��iS..;�i��ii�f5_��n��nir.�s.�ii�.l
J .! I� � I'�. �I lu:l
s��- . . E'd��r,•r,LJ�1a,47i-���.��s�,,1,4PJVl�TiiWiils.d.L.',Ir.i�.,l�;ii,is�.u,��y�,lli
J4IalffYi�ki�iii.11lfri i 5�';�'
I'� I�� wu� i i i.�.i�, �.I. I�. �u i+h�� w� iE3 �� i iCe
twu�rcarr��rrr��
.r4!,: ., � 4 kar�� ,
�A� L+iT�wt �i4��Jll �
�nPRC�Vl4k:
IUUr l�h�I���r,�ii.vil5' •lfl �4 {U +U' L I aU'F lu 4'19' Fl,�irt4��lt� 4WI.Fibulf�lll: a'rtU laS!'€J { a'1'rO1tJ I I. J�ldl 5�'i Fi _��ii.u�L. ;U r. ���
` .�tl � r e� f�n I?3 i 1� iiedur=d ce�1��1�i eciroi+ninre mayoc��i� �,h���re�n� c�i+.o'r�f
94' f�,. �5' r ti at�• s«� i�i*� r I
{FrL I o:i��"�� I rIC15 [4L�d{'�3��[�c� ++ Ls' I: j 7� �o
I '� kw I; �,I',
� � hti
�''�:k:; ��nvR;il•i.Y.rl �.I:.F1�ti.TTE I:;+I:,r�i'�I:
�" L'lf{7iJ�%G4,t ,�Sl�,r_G1G�ts.+fl�i-4A C
I�l h�'r�li {-Sk�� ]Nn .?kl+�fi,€K��IYs'�r
� . r�_fCC�,��[].Clatai+,iSrT�T{�r���rF��?,CW5f�7n,f.N°�°�n�7f.�rssr�
V.+FIrIoLI���[ C�R7��k;Ri�ul�illaill��l�{k51
�I'I:i�l7 fiL'}.].� I4p��l Ifu dl�nu 3�i� rip��r,�i�n��ir_d l��,is f��l'���IlfNi V�nlrlr qiR�allH[li�hw
.���ri ii'fll�}CIL`CUIC,IIVJIII4EJS'�.41LiJU��l+w�J�'-�U�t�
yf�{(Ilhh1�1Y
� 3�4ra1 ul�a�[ I�va�r.vily � il.,�,i f-���u.dah:i�ny••
� �_1���IFliillrl.h�il .ilrih��uillii'.IJi�.I.uilllvlr}r,�A�lfillll;(1ii..UrlI/IIJLIL:illih.�.�ili.iu1llLJfGNii4ulr���.i�I.a��4,�u�4�IliJi.��so��i.uh�k��.uplli���di��ll��i ibnn��1��11i�i��l�-�u4���ur�iri��Jr.���Ip��i�fidY
�514ri I-. r- � �� In��l��i�� I. ._ .I���� �i,. .. �..tl..0 � -d4� „ i...� iu �, .�I �,.h! � �i�r. �_„ F-J�i..J ,� rq���J- � u��il�� I'��i��i lu��
iiTTr,i,TTP,,rff� r,�Tf�.:�t� :I.ITf,SN',Intal;al�;4�i�,',','i !•��Il:?.1��fl4�lllrl� Vf':lll�l.}I�:I�'F:rflrFll:
Ib��u,li �n�r.w;;tvii.iLwl.ifll�;�l{��niali 6J�in�e�er,S,FJSii�.�ii�i.ril��•�il,f�a�r�_aUL�nalyrlq�.�lrq�ly�luc��JLuI��P{'i�P!w5ni.rilhXyll�•�h.u4.
f5�+r I]W ;, fn+�� �Ur�i• nf li : I� r�rS r,�mp.n.l i�r v. �I h nl laoo: ri � � i f'. u4�nf]f�l:�
'd,tl�.�i�� n�r>r-i�:�iil,iroa,•�SwlSl,c.�i„nFip„n�Irli.�y.�uull�n,�tF.��rd3i,r� V�Ii IF�i.�fY1}III�I�.F.SI i�4srl,f��11 Tr,v�.i��.il;-�',I +sl.u?,
flft',r,�7,o::�.�wPkr.tiirnr�,�ni:r,k�n,If�rr,trm;�F�}4Prriu„n�•I:wp4�aii:�blrla�ena�i�ii,�n�u','nu�;C��1�ilnlr��y.r,li�11 h1F�5.�.`�+�.
Clniy4,{luei �JC'.�}jJC��la��lh�`..upinJhi,LI�,�U�IJir�rlllt_illn.f.i[hL�41J'.,-x�'ACS��:CGPI�}�}{�il�l.riLl�lr.al��. ir��tl��llk��l!r�lll.?VL9'}IJ
�i,u�ql _ hIM1C ,iii�i������ Illl��lii'�f;, 14 f�S ;IIj�1��7I1' ��11tIn4S �StUI I'+�I�}Irtin
Ih��W�.skLl�lu�Ii,uhl Mr4iFl,�.i4hl4��piikhii�vaidi�i�.t3lirii!i�dlri�il�li�;.lRl;Midli:.,�,l�:uid,lip[,1-0iisrllnkllltJLi�'.iyl� F�F'V.I��F'i1C,Hl1"
�e.l vl�I.F=f'r Sirl w;f',,r]�.+I',iwli�.i,luii+l'7r.a=17;R5Ti��ft�nid5�xar���i��kF�etrr�o;,[oc-Sl��,i��fuifn��e.:UHf+I'.VRUI'�fl,l,h.ul���natG�lail,�een!
I,��.�k:��k �u •��t i}i��! �i'..��1 ri. �v�+u�k� ���iri�li�y �5f'hl
�+I I�I'. I"�i��ii�ut f'�N i� I���II� {�111•I4JS.I11! �Yl�i� 61f11]2r�lii�IRfL}�uL}hIS; C}�541�i T%'S�`6.LL{}14Rf 7 kliulLqii� LIf�F�T��' I+� 5^Ilul, li 7h�ii�'ludrni4
417f �Nk�IF'.11��,I��Ur'I��_:I.I��uLW!rlsw�I�h;h1��Ilii,sLiod�li��l��i�i,ii�Er��!i��+�IIYf�'•'IIYIIIh.�i'..•�s
� �IGi�' �s�������.a�.r � �r��� — — — — — �
'� � # : . :� . s : � r:• : '� �
� _. , . _.,��. _.a _
� _,_ — — — �v , 1..�����
Rliil C17M
�
-j . . . . . . , . _ �, . �,,.., ��-
� If'!�:*�r. s s� ��i���� y��
i
-. ,,,, . � � � � � � . �
�� �`�:::i'�*� �'� :��+�Idr{r��in;.nrl.illn+�t�l�r{Ir.��ro-p�y�F�hr�Il,n3h+�iiNing��yhlfiy�.JIT��I�,GP� I�I+Fn-I�xnl�l��l
��� , ']iy'}I.�I'�41�iJ;lilll�iiiSel�i_2, I��ikr'.�1�'i'xlNiiirll��-1, ili��IfJLY�rsC�i7S+filOtl]I�j I�.��'���JI I�4teJirc=�
=u II�� Gtrugf�It15rI7d I�Ir � I n I�ri hhn k; i. i nL•_ _�Ir. � I I i�;,� ��.�n .I';.; r.,� ii d�. ak�i,n;
Ill 1 Uili, I I. Li �L.�, ]-.`�il�
C'�I{'}i {;•i:P�+��"5i i ��.�FY�"=i i-�
�
�
�
J
�. � � i I i � � .
- iiiNTFiI III A i C1f1iillFii i�4I�„I AfJr �'�rk{i i��l�(.f'lilllr,"!� r'EI'�IICiIIfliFlll
- ihJI�P�ILuI Iir�4d�I��I���Y 'I�i!�r�llq:�S+}�itJ iu: iil �'i.-.iRs4
- LJ}leei �SI �}=d5'ilii_II d.l' !il ��i��F�i��' �F�Fil�� ii;�ii�� rl��v�: ��rfanl'r,i7k
�I�,I F(�lJ�1DATl�l��
��
� '�f'dsl.`�IIT�I�',
r}i�ll��i�at�i it�;l+�a�e+ri►�,r pi r�,inre cl�rir�� �wrr 3Gptr,;hT�
l�tiil�, i c�t.,�rti�7 �YYfI {{II I�I �;4JY�1 [LUI Ys .I n fJ .I Ll�l}IT'�.I � I{d I I� fnf7111 C01' indl uldu �FI cl;r,ri�.e :
Ir�i �'fl S!'� iliilyi.011i�]ri��iitd�
ri��}rui l�iilJ .il��rS �li 4r�,�aail iii�i!iCu st��l��lr..s. il��luJ�i�,� �i]rlrltic.k�uri I�ISdory,
�.,��,11�11 i�ir,ll�l'., IJ[�1��� ��i �1:�G� lis��.�,f. �xh�l 4',�ai'k�:i las4
I�IuS��rv�:�sc„ a4�e12i�-.iliun�iuuu�ra4ra�iclr�.nlll.fiii
..r�liFT�r�r �i�44�} f�fr y;isu ��*Ili r���=Ui���, n��ltwraaln Ili ni-rl��llnti
�=��1 t rn�hal i ral l ix� � i n rI � �(�i{,7fr ti rnl W�lrr h?r �� n i i r i n rlrw rlf��i I rEr�v i r r; f�r ,r,rn�Fp'�
�,'�}iv�iF1lfiESf�141tdIN1��:�[$bdiiiFi�6111I'�i�n{]la'I�ei�l�'Prol.1 �L'1N�'kiii�LU�,�I
����.115r[� I}I �li-.\[���r,}it� r���llil�ii �irl�� �,Ji-I{I i��[II}I�Ui ���J 1�?[�Il;U�["fU{I I��i�t�i
in�lil u'Jrf,�►�4��17�ivM�,e:.
. �.++I•,
c��tir�� s=�st i t� r.,�_�R�ki��
+'xa��,a k�t� �!'I LFlII1lL�}�711�4I', I�I ��I,it,� kax��r,le_� �nilr tF.11,i
� �d fYl e a s� 7m �I I �iner �•4n i I i�-r�-, I�� 4�� 11 u hievnur li :1� �rn N L' I, Hi+'lh�, F�a51 l�7GI motfi
- Esin}hc151�.yHii;li-s�=l,xuil Tiii���+'a+�;�I,IfiII�I�IIk�51 I�IIFIfIMikQICl4kl'I'���154 k±�Ody
l, _.�t,:= , i 4:,�;�r- � tr.�b �I i:i!�r:��.. �:� �
71Tc rnr�We�xi�ti�, �+�ai�pizk�t n �11re �n� Sa+,ElaYi� �+rYy S;i iliteCrate ai1T Yuhimunic�llnr�a
I+arclv,are, Ilr u�re managnm��lr� s�r�rx�,yfr.8:lnh�il •��i�,nciri .�f;�1 Illr��lmr v�drraniy
rFr��li�t [I�.i�� lil�t� �i �valr�r�ltU�ly� :N.I�kl�i�i lii ��iaiiE�lllV yii�ar I�,I I���I,wt���� �,�a�ti�1�i,
�lE�.l{C911[fkt.Mb�!dL'�' f.". I ff1��11 y,lve 1 y� u I,1 �� ir q;l �, po� i � I r�f � � i i i I, i+ I, cvi i I I n tii �� I i�cl
ci�iilr����.v:kl�'.�7��r�'.'�I��_-iSrtf�+'�n[+fr�Jc:�rrirrr.�ir.l��rui�;,,n:.lin.inzl,�,e�n��il f��iil�,
11lE��AG�I'#SNG7P57��r..�w��,l��l,lr ,��e�.���1l�Inal,F��ls.s�'Vr��lsl+F4�.�w��••ls,iu"�����III�t
s�:�,il�l t�,.tl7.:.,��t�ii ���.s�l, �.•, ���,F�;i�.l�� i�„�.lur�� �rl ,iip�st�rM Irs+pf�c��it, r�ii�.,l��,i i�iFlli,�.
LN� I.sf�lrTed L;+r,kl��rcl+�,llf,}OiY �'�k',����� rli�'tr��.l1:��'�S �}f {I4'lll�•i'�Iii�l 4'frII7 �I hrij4U.lf��
li,,•l� �i I I i�� ���lil t �� �I�alrla•�Gr �;��_�,,� I: ir, �-,�I�,ixl y�bse� aN�k4Vrri k.i� ��c��di�. �-ua�l�rr.
Ui;;l I-�,,i���l.il�ui �s. ti�ril li LF��td, �iru�,lilit�; iiLkw�}tk J11{I t�Ie��IL'C� Illdll�l}�,ur�it��,i fa,.liuii�l�c�ds
Li I�III'1drP,�t +?I fn�ll5•5f1KJ,S+�rC,�l�d+�{ f�l+i'4��+.11'l'� d�wlff: 1YIIrI��7fU71�11stiiIR�+'.1fiC 1S
�ri'lllin�n��l�;r,}k'rtx If+i'klkfl111r�yr�il�trkl,h't�i+rdnai�lrc!+^�I'
Fa!I'InQ�Nl�lft71'ii}.ilitln•rl'�'�1 ��(�I,C{11�i��UU11�d�Q�l�
IlEf,l i.rihl 6.R I 4� r
i
1UA�9�ki8UU5-.I.�r ���I;�T�;,�r:rn�is�.lda,if� ,i��i-=�,�,iiii�u�i,,,;,�.arF.t�!k�_ti��l'�.,ii���,l���r�.id�_�:�,
1VR�+1-].+4F I-h:�A-Rf +.������ �i�s�� �Rnr� �'qib� R� d{� a��iu� Ih An�Nri�:erFhlEr��# Erh.i��eE, IMi-FI, N'���I3,+�+����, �.P�M
+4n+4-t4i�a-�SEZ�RF ;i,i"-r�,n�un�iW'Rd4H��{�'��N+Sr:�L.Sfhr#,�Erhnrno� wViF,H�r2��
'i�#4.[3FF1�+{F1�i+F 17F�ri�rnll3•S91V�d�IP ��I.�R�+1f+�J4T�,N�ttrheanr�_1Y+Fi_Ii��:.i2�GN55.GAFa
�+29aM1+rr1�HE1�Qf Uiy�ISinlr�f�17U4�d�IP #�11T�kIx�4�AP�ffa�ii]hLN11,�lCiln�ii7r.-i.tw-fl,'R'.�'t;i,rial4S,�:R#;
1VI��I�IMYrl4{�I�FfI I']I}!�fl�ilr�froldWRd�IU ac�.rFr�k1�.�4,��rra -0f�i�r,�nr1,F?!;i.�.
4 i C P
U4f 4L[ '.TR1i I YH :7.�i I f v{Ih LI_iL �q I`.:i,F{I'?'i'. I�'2d1, h 44� uil9 . t� 4��,i? �i q�4w� I, GIIlI kri i�i id P'.I. u i.i ���� � u i i I l i.i u I�i I, I lyi_i i u• Cl�s'Znl'i
o6F�DotS*AFF�YR L7��IF�IN��I�kKin4adrJ-�,ip�,rat niclt�4�'.riE�RI�SUjI+k�L��CJ�kII{Y�"117IY����II.I�I'I���IIS�S.ifIIIIli1LI�l•LII�I�iV�SIt��IIIy
n4rnnt :rpk�,rm rnglFt�urt�i�uln�rsaddnri.'..yrli'�inl,Ill�ir4Fl�x�i5i445�5Y1,Cir�iRi+asufs�tixna�r.r,an�El.amile�idi�tiuiF'Narra�ily
_ , . � _I��#_.
JGuyu��r;1
r�uu�ueo
7f,6uhy�i�,
fG000�}Gil
7G4uUFi}6
7f.Q111�yd j
'f�.�Nf44a4
7f�ipRlilLflR
7GqiWR4�i
7�9#R'Ni4
Iti�lF44'i]
16�A#tl!6
' Sold sen �+���y� t��+kess rrtl i e rwlte no#ed_
�aatxiryl�il (K�ilr3nai�o,IWl4;��1+
�uces=R��vhu I5C1�{'wr.l',.7:�IwlnjlEYdES�IF,IId�I�}I5�$Y
J�i�reii,��t tv�Fl.lahlr:!t,�,u��w�i,za�il�oarVAis:
hnrM�w_� [elkld�i���5=1#ANt
����,•n�i.. �-1liilai,51��'����IIF
k+�INnna,,��.11Y��il'5.1;+5 5{.i+
�Fitefm z hh-�e - h#kA,�l nry ki;j 7d
F}r, ��xw� rartl 4�pan c�nF�r��rm rr, hq�-1M�r� q�n
4{:�I�r.ti�.� ��Id}}7{p JJVDi:,e�saerFded+aiiip.NfN�3�ISP�41.�I��i,vritiinn�i�Fo�
d{'P[i�ti�-�,iiGP�k l.i'�[]�.�MhgrldP�lr-nik: NfHhS'�5P�Ellilui�n�n�lqu�r�l��
AC.�70�Y'i'��1J4.1��4 :!['rHlli4rMr�llul[� i.luV�l�„J��Fuq�.�kIS,C41.41H.f�ltihxl��lfl{.
L.iLle v{]ir�lie7�FfJ!�{�I?l�-7:.7�i�
��� ���� #f■���������
������ Vl�� 1
ii�nil:�.;�i�u-1� ci��l-dii!:
f
1��
�
UILISGkuIL'�.�1dpSk�RpQIiT1'#r�la�sil�l��:l�.!'.�tVlll�e�utruli����rti���iw�n�lh�tll}ip,l Cil�,��h`rERN;,�I[kNhL1h'41HLUWlU�Fkij
i'�.11'JJ3}53591'-�b�E !fl 5ra ��Sl�.l,�rilli aA{irlL 12i �illlf dt �,s��a�7nas ,ui�l ���Ir �1u1�+5i1w p77.�f:=. �,��.G i��.-,i.'1=;. I�I�I i.
li��ufl�ir 4J�I+:�rIiL�, F�rl� {�t�I,SII,'il �nf�t�+��11127f!'FI'_1144V+5'1 �I���,.�Illl.��l�:��}fFll ql�ltkTE�iFJ.AfIL1N*LGffl��4M1fY
�� 1'r51� ,��r�'.I �%��I I�1k.El fld{IL1+l�ll I"}{', 41I I��IlI � IQiPfk'L'd i aiG �i�i S�lii �I: rl I}
rIII�JLIteY1JII.s:��etl��•�,�ui�r,t4ullr,s����m��,sealue,�u�iir�: r�11Euk�i�L L]1Gr4[+�9EaihJk114h1�1LJAl'lSi�
��,'Cnln FH1-35a17#la}�til'}u5a4Y�Fijliiill�:+}li�
�
Uk�,l IfJ i EI#hf+�1 IUNh1 �INGhI'tll1�
�!ii��•71 � i:iljfl
UI �, I I N I E� I�N A1 I�N h1 CI1�}a h.
� 4fi •' l�'�{1•1 �:' 149 ? riw.v i I.�.r : �� i i i i i i
� � � I
�r��r#�ac�C �f �1 �an#if�ver �ixed �h��� ��� fb � �8
�C� C�rJ�CI�]�� '��-If'1� � ��� i�'f'll'Tl [���?��'!.�
II���1�I3��1�J�91�� G�'i��-�:I �1R�1'��i irJ
C7e�criptinn
Fiae�E aa,el',� I lE Ganllpevar mniink t.�lrl m11eo skFQl wlin hl�r.� {.r�is�h F�er�siired mauni:nr� hr.�rdwt�rt
In�3ude�. 3v�:�E�o-r� up ra 4i1 I�s.
L15� 3wri r.h�lb�r, l7r�t:ls ln ha�x [o �rA�7l� 3 U�Pp ��xPd sh�'ll In 'r`Pi]S'I r,�r.k.y.
��8ill E'�S
■ 11� C�hRrl{isrua nwur�i �ix�d�sh�lfi
+ Gra'.d rolled sie-FI wliMl hla�r,F� lin�6h
* 5{Fp�orta up �� �U IbRe�uire4 mn�:rri�ng rsar�vrare arti�aude�
■ L1�� ivr�., bl,r�lvsss u��k �u L,as:k. �o ��r��a�� � �jt�p [�x�u si1u1l+r, �POST ��seks
;p���fl�a���ns
{JVER111�4N
UNC: +. ;�ia
wWY51�A��.
��i�F�+�,nr� I�irner�,,ions [hvw� r�r� �
Sh�RPii�g i�imer.��otis Ifrtivd 1 crstl
SFsipping 4Ysi�l;t {I�,s.J
9�rigpinq 4Ne;y��l �k�}}
Un�l Dl+r��rr�siu�sh Ukwd ? Jr�.�
ryry,�'+.'s� �', r �fl`�
t.,3fF >: fy.86 x 1:`.80
�J �� % 4Q.�'J1r' % ����.'i
I .1�
� � —
I .8U
1 F� x i�] x 1�
Fiigl,I��M,ts
f�x�c! �Y,�Ff. 11� �anl+IeY�r mr,u�rt.
F3rr�U�r�l! �rinl�l'IHI�s� itard44,a�H
Fnrlti�iad,2 �r 1 pa�i ra�k
cunrpaU�l��12 mel� �It�lr
���Q��,�n;,:.��3i���v�r �h��� n�Fi�,r,,nrts
m� �i;i{�Ys �r�d olher Hyuip�iGQniCold
tol'etl �itel :visfi t�lark Fii}i�l�� 4�se
�wu wh=�vr.-=; I��ti-I, I� � I��i:l, Lq r,F@A1�
a�JsEp iit-ed uhslf ii� "f�OST rQeks
Ra�k�ga Ir�cludes
• �hylf atltl mr,tanllri�7 h�.dw�rs
a7 7{11 �� Trq�a, I lir. Ail ray3lly resflrvr.d �II Gim:lii�i e�sd : am��ny r�r�arp4 nfl; kF3f,IBf11�1FI55 Of fC'C�ISfFfP{� ifci€If�lii�{fk� oF!!�$Ir ��*}�ec�Lil�e �i�IJ�rs_ tise uf kfieirr �isyc�s
iro[ �m�fy 3i3y aKlG�kion wikk� nr endor.�e�manC !�y !f}ttm Tfl��� l.itc� tias a pt�llc:w nf rurr�liwuau� arriaroytinicrrs ����e�tlllcak�urrs �r� �iekqer,l lu r�hango W�Iflour n�,�i,r�
T#FN� �wlu usc� �rim��+ y��l tl�iir�SNrIV ��enr,le5 l+, tr79E 4�5 �f{7dL1�t5 fqf �'�FmpllaM1r.� vnlfi :rl�nrJ�r�ls. �PF r+ 6r,#of Fnpp l.ile's Ip�llny� �i]Cn�ces'
�4t,Q5:�k1'1�b.lPRA�L�.i,�f.!1��Lfi��S���±f�dtic[�.i.�rti�cs�llrrn -ae�nclixs
Tw� Ar�tenr��� ��r
m�dorr�. Mo����lr��i
�C} t�l� �O�} �t �10��1
�i[�c� n� 1�7e C�I-,rn�i
c�J1 Ifl� S�i7j3�C�
si irf4�c�.
- f�a[�ust pal�el rnaiaril �+lrci iiia
. ��{f�rik;r�r i[;f 3C}f��� ,inrl � ��:�I�� SG ra�rrrr��e
` I =?;�5f Ct7 1115C�1�r
Ti�e Pa�7nrasnd �P6 law Fr�nnl�� artt�Flfla fdrlge I?�s I�eE}n
Ci95i��}F+Q [O jl{�rfa�rr� xx4�n ��F �xi�erne �r,�+Erame��t�. r�t �r�ly
a�mi�F {3 �2"j f�i��� ancE {�ru���ti��f ixy � �o����� fai�h liti�pa�l
rri�on�µ the finit^nne i} �ilmasl Impervlau�. k�7 dalG�+'NFt��
<<a�r ai�d impz���k.
�C fi� i_RL� nFfers exee��erit perforn:anre a�ross a x�ide
�an�fwlkh. M�,unlecE an 3�+UO x+7i}O�m �roundpiane SF�
LF"!3 ca�+e+�s pLJI]�IC Sr7�2t�j � L� t ffE{jU2i}{IQ� a�ross 1�1� a�x�
8�E}�,lH� as ti��ell as aR! gla�al �ellul�r fr,.r�uEn�ies lram
698-9b0 P�TN� and .Ell� 38f}O�+1FEx mafci�� it in extrerriel�
versaR3c produ�t
SuAPiicd witll �l Cu111+�nlen[ �dll�sivt� p�� �r�Gl t^�tYik��� a s�,ort
��i�t�lf f❑r cnrrt,c�:Eion l�� .� r,�,�,lr� f�xtrrns'nn r,rr �h Ir,l �gr�Rcd
�m (11' j h�wu JriSS C,�i�le eUr� t he ��Flanna Is roxi eil�ck�ve l4
ICk5S8II s+klCl ��8#7�Si?CE t6 3xs�� i��s[�II �nulrorrrn�nk,
� . LPii�7��,7�iSP 41}snvn
�
�
� � � �
�g�'
PAnnr� m�r Artlen n41 �#d
Fru4����irr. �c: �i�, Skk'] G]�. Cr�r[d k-+�co�i
� �{1{�515111j7:.I'I�I{ I f 'i#{JIJU 9R37#J33
L..�Ir�'�4winu�.�ii� L Ir.nr.fxciini
W .ar�W.li�uu�rF�l• �rr.�i�llas ru:�i
�1ERNAi 5�-tAKE F�i4fLIF WA!RiIER
n41�1 r{�i f� Ni � I
—b I�n�n� 4;tilN t�k �Ax
+:AE�I. � l} lihl I_t3Nr;
� S�iA YL4� .r,
i r
�� �r�R� �n ��u r�,u�r� s
Pd�r i
Km��.. �-^J.n�r,�5-�,nr�m^limn�r.w���.vi.,.
R"+h,��^��r.� r �:i i I�� ��w,rl.�� r,� �,;u � �.irl�.M n•
n��t�ir „rr i���F �ir.. � ����� v��i�lf r Hiin•a��... „' rvr_k��� na°� �r
Tlirs�i sl .rli�� ar� rc �i. r.,�.�� i Izi s I�hna• t�,�il��:��1 �����x .
'�qiV�iql�� v nH,.ea�ud hnl.r.��,:i=�l 411 r�pF�y,.,r�vnl
l�B�7-�7
.�
Lypic.a�V.SWA . + !
2! � - . , . , . , , � '
F I � ' . i i �
. � �� � � . . , � �
� � - _ : r - - r - , - . - � � � � . � . . - - ■ � � , .
� '� j � � r . � . � � , �
�� i i I i i
. � i , i I r i . . i i . .
t3 ' ' ' � ' � 4 � . � i . - ■ - . . 1 . . - 4 � . . . . � . ' ' a ' ' 4 . _ . J . . _ 4 . � . _
� 1 1 i I 4 r 1 � � I I , �
. 7 � 1 � F + I t i . 1 I I •
" � � ! { � • I 1 1 i i 1 I I . .
� F . - i r r i . � i � • �
1 ' . Y a , i I . 'i � . i i - .
- _ 1 4 i . I i . { : � i I � i
r � r i
� ' I �' � i I I r �}5 - i � I I + �
1.* � i 1 } . 1 i'- I r . - �_ ' i 4 � i i
i i � � � f ' � i . i L
, i . ; i i . .
IM �F YiqO r�ff 1'�4 i!W I�00 f1U0 f#A !iW !NV #OJ4 71�6 #]9V JWJ Jf4} al
*V�4h'R rlirJSU� rJ O�� G06t�44rr.o-� f t 5°R t i"} p� UU� �tl 4� U� ir .4� I I� Sm I1G'F 01 f r ieLlr
Fraq�r.rlty �an�e 3#u1 Ha]
�nrraTlnnaP 0 an�
6r�N- 360M ry L
PeaK R=_allsed
�ialn. I�r7iapct* I Xli}��fijfl M1AFIt
.�+}u[l-'�SOu I�RH:
biW R
Pa3arlsation
pap r�'iy
..Impa�ar�[e
�,4s�€ Inpus Pbrre r [tih+}
I�il+lr�ilem He�l�t
rrnrn� I}�urnel�t+
U��tahna Tren{r �'LJ
fy}�rtr.t I d I .
{alour-- — -
In�lr�c Ffote�k�f7n
�:r�ng
I lo�e dLallle Lrl' � hlln �
�1ax Pan�'Th�kne=_s �mm �
+Ncii;�d lui
TyFr*
013tneaer [nin�l
l['Rf{h {m�
�Yr 7T11 huGf�� i
LI'k� 1-11�SS4F
I Nii-�-2 J-�SP
b�e-9ao 1 1'J lo� 3soo
7 0 Q/8 04� 4 C�7 � 18 0 4} 19 0�}�2 I9 E1/ Z�i {l U l'1 b Lh?� 3 g LYii
:EQL31
SrsC+I
I!{�FJJ
e�.y� f
Vertccal
❑mnl-dircnEianal
'x0�]
30
]7�
� s �i�'1
�rh�14 F}�«n
161 �9.7J."�
aai�.A�"]
�u� J • yn�c � -+or�� � � �6Fr r
AiA --
E�latl�
IP65
Par�Ql moun['
l�4 ��1 5���
t.� �u.5°M
C529 �r�ouhFe shicl�ed RGSB�
�itr,��^�
306
�j 1 ���
SM+� olf
�
`I�nrlpwnrr+il�lr.tl nhlinrnarn�fFai�Ilnnnnprtnmh�linn�iil��prrb-lhn
pdn4�'dTd A�tUll� a1 LL{� {'� 1'I �, Il ��, 1R ����! i� J! �� kV���e� I I�w �3W �vr. �."s.r.. i i liiiii.�li�1e .�I I� s
F�.�irniii r t.iiulv� i4'.�SJI I FI�� I iiillse hlrHJnrn �.r�,��a���e � i��c c� ��Ju� ��. �F.�rr,,,. ti�, .
I ti I t'll �l} IIII i7 A�l.l�l I 3� t��1 II}+1!5 Sk � 7�{iI I J :U"�v���. 1 Td 4#!= }]{ nIII:F .1 �-J� �IIY! J I�lf�i'f�� .���i f
�-cri.�i_kar�ree�!i��•t�.r-a��0�..1�����i� .
E.:JII'1{�Yllahillallii if�luilll�li.l�nl j+,y�E � I qq4��b1 Q IStil-0ir.y h�4P�1��9� II�� n' �iybL,rF.•�•��F
W v�xwUnuun�ri��lowne.ra+�
. ,
]0 f�aln Plol [� 1dYlM'r{r�
a��,� ' ,`' �
':� - ,�;�
k �1 'I � �
I
� ., W
3C1 Galn ?I.Sr �7 n00r,�Hr}
� rt � �
: �
. ,- +��•'�
.� A��� `�
���
, � ,;`�
� �-
3 CI G�+u WR1 � dC4fs�MH� �
_�/ ��
+! 1 ��
� � +t�
``f
� :� ��
� ,i
,�
34 G�In Plot �350p�iH� f
. * �
.��+tf ` �
i�.���
1�F�Ifnl f NIH�ie f�SOhfll:] SVI:+��I I I p18n91@5{I�,{}{�� �VPlul z Plnn� �SCIU.V IIr; Typ��.id Fi Plunr. I�dU�+1F{r�
�y � u * � u �
» � + i , y 4 , y � ' ' . � R ; * � . « � � ' '
� � . � . . .ti' � .
� . .¢� II � . +. . � i+r+. . .� , '. . '� �
��o , � � 4 � ` J r � �'" r'n�� � � � µ � ,. � � I�i �+ �o�wl, . � � . � : � � � , �� rr��� � , ; � tF
� `' . . ',�� � ,; .— . • ! - ,+ ,J f��� � , • . .Iti '.F, �- �_ i � µ�
. � � _ � .
� .- R � � _ � - � l� �
� _ .. . .. �.. . � w _
,� � - �� � � �� � � ���
�4UI[arf �lafie I Y944F,i�i71 �v�ral H Nl,nr tianw.i�rF �Ui�iYl L Plonr �20U641N�1 �fVUICdI ti� Plbhc �2A6Q411i��
II �� u 4
� ' . - + �i . � ' � . � � r ' .
� • . � � „ ' . ' .
i r � • . . �
�;1 _ . . � � . � � � . � , . + .
1hY�' I++ r` � � ,� � , i 'I yil f�ii! � � i � . r � 5 � I ''M�'�I# J76` � � � � . � ' � i0 1J4' ' . � j �it ; �� }�IF}
� 1 � . r{ 1 � � f 5 Y � � � � } � � � ��
.� , . . : r . _ ,� _ _ . � , . .:� .; . i�. _ _ . . �
_ ,� � � � � .. � _ ..
.. � - � . -� _ ; _ � � �
i■n � na � — ,.o � ~ ` �m � .
14q��F�F.i'L3n�;7.6�4Mk�j I�pltdliiPi�C[;TC9U�dH!I Tppl[WEplr��c;350U1,dIIfY T�rillA:�Rr�3LULIAIILrI
� - �� � . .. - -� � � - . � � �� � - - � :� � - _
,.. . �_._, � .
. . . �i� .
� 5 . ' + � � � � �� � � �
��4� I �� �'�} y ' 14 1JD�' - ' ' - t , i -� ' 9G ' �F -�---��� * � f�� {j�� ! � � 5�� �� �` �
� ' � . ' � � I i i � �- � � ./' ' #� � 1 i �� r� _I`5 � .4 � f � I �
ar� �v �r 4 J �� Yf r -_ 'f +�5' 4-ix _ " . , � y�
.. a � � + i � " � �'.� • - _ . + .
.. � M . r H ' � . i
� f K ' f V y � r
�1ii IYI r � r r _+ �
Par�oramaAniennas L!d F J� �� f� J� �if 1� `� �!� T��� I� $ �:�r.r���,=����k..�� ��:r.w-������.:a��,.sr��,.
I� oE����v���. i�.��i�i��� .-�K' I u I Hf. ln.,•rd h'ASa�i � �,:r:N�r �n�.=� il �� p� �J�i �f• � w1� ��.�: ur0 ��
I .a�l{�,:2d�9J++-4�411 a1[�1��997v+1'!1 r���:r+-•�-i�.':-rsmiui�nlri���ia-Ir.rall�r--airw��ir
� Irrs^sP"'ihrv+-•�r,r.,.Uqr_r'arlqmq-n�ilrn�lcrh:r
� sniw,nii��„=�,��,,, ..�it�A.. z n�� � age 3 r,��r•�� ei�i <i I�n„„��a a� .������s , �rt ,, ���K.,� � � �tr.�,•�.
41: wwx��pana�ani� �itlr.nna i rum �
F� �111 r�4easti����h�i !3kCn nn J q00 [ iC�4nin5 �f�UlbdpduRP wiLh Ol` m a� r.BiWe
5u Cwin 4+l01 f+�1MH�a ib [,wu J�Iat;9G[IMI13j 3U r,�.q Rioc q940h,1Hal 3� Ga� Mos {aqqn��IH�I
. i . ,��,�,� ; �
� � I II, �'�,, � i. �I ,
i��_. �i� �nn--t ' I-
��i � } ;
+�_�T '�i�l"� J � I � I
� � _ �' rl � ��=•� }:. p }-� � �{-^' -3�"�'�'-�"�"�'�"�-"�"�'�'�"�-"-'
' � i� w''v n- �" �I��
��;�'7i� �rio,�"'� I I 1,ti I I I I } I
',S = �� ';�'G�:� I� �� � �
!`'��� "� - ��} � II� � �� i
_o�i�� } 3��i! , � � , ti
u� i � , l� �
.a ,1{ I �� i �I� i
�=i n'y� 4� _,. i r u I � e7
i r f'n
:il�i o- y T, I
�ryy_ �.'�o-sM � � I��I� �'I�� '�
'��}�� ����, � f � i I� � �
�TM �:� � �
-.,��_,« Fs�� I � 2� �,
� � .rin� r •
--' a'4m - I Y !
' f l i� �� ��� 4� I II I' y' I � f�� I y Y �I � �
i 6,}4i o-.{.rl . t �+ �C
V I U � ]I F ' — � � � I � ' 1 � �" �v � '� � S
'.°=t F� ^"'�, I r II `� •'
� � � � _ , n, r — �
} � � � 'TFi w;�: �+ I r+ r-• _. � _-------- ?
■..e
,��ii�+��i z,��'� i ��I' � ii �W� = i J
" �� ' S ; € ;: � � { ^ � I � 4 � • 5
_" _��-� �
r�f3� a
- ,� s^}^� I I .�.� - �-�.w i r� � �l� — — -"----- ' -
ci�� , �� ^� �,y 1 A� 7 '
} � n I x � ' I � �� I�.x �".,�1� .' i �Fli:i�� � � '
�� .��� � � �Y{ i''
���'��l z��x i ; � a ��� �r. . a
� I�i k F IA � � I � �.
6� f � 3 �� _ K I � � ,'i� 1T T�
���� �;�;; ��;C fni I I „ c:.l� i4i� �
}�'� � � �} � hF' .1rp'${ I I � � 7� � r{ � 'a
raC�s_ �z�i 0 �1G �`5"�i* - •�
�� � y�#� ��' � � � '* I� i� �
��� � I �� �' � , � � a�� r� ,
� I � , , 7arr�f sr+r�r�r :
� � � � i` � � #
� � i � i
I I_y I I� I I ;��
li� I II I I� I� i �
I I � jl � }
I I �
- -{�-- �i I � ';
����� �� p.; � �
I I I I' I I � rr�fr.. 1µ1�` �i � I
11 ' *µ �
J ,� -. � +"
I f ,ti ���-,,.,. , i
��
� � � ' - �� �'� � ; ' f �� '
� a � ' : �� f �,.�' , $ `� ��C � _
,, -
I �`�v����� Ir'� ; ��� - q ' � ' _
I' � II �` �'i t E �' G�
I I I 4 ��' I {Q} �� �� � � ��i�
l�� �r�� � °` �� �
, � � I �; �E -�; � .�! 1 ,
�, 1, t �� ���..�_..: ; � .� ,
L._,== _, I � },~ J � � � �� �y �
�� a� � �' I' � � µ�� r ��q �J F� LI I
I � � ���
��j � ��+� I I I � { ��� L�4 I��I
�k ���� I r : I' , � � � �, __� w
� I - � �i�l I � • ��
t3�.� �'�a�� ��i� '-em? s44. �_� � .`. ; - �� '�I
� • � �3� .i;,v' F �aa_��"- _ I � .. � � ��� � ,� '.' .,��,� .
- _ � , �1� ���'I e�U^ rt' �1�� f�� i� xi"�'-� �o-"'° : �: �i�
_ �� -�'s- rc! x =��-,�::r r x,f�s; F�4 � _���I�i.` � � �il�?"!�P`.�7- ��
� =i ��#+J v - 6 _ i^ � �� 3'•,3° , �-� ' qL�ti d•a•; �' �
� � V ,7i i _ Y _'�7a+1� ��, � � _FY �� � �l �' fi p p : i' y � I �.�kt•s�s'�:.•�
n � � ;y 8 � '� �: - " ' ' S = : �:�_�F, � p � i * 1 F �6 1 # � Q �! "'f���rj'' .� ` I
-n 4J } ,.y � -;C=�:?- ? _ n 1_'. g ;� � �. � h � - _ F,'�i ; �
�FJ, {__ .�J F �I � � i ..7��=1k 7E �y '�r`ar': � ;� .l f��irX _ } � y ypVr: J � �, {� �i� I I •i
�i� 4� �r �.i Cjr �2�* �.�'�-.l..'_1'.�'. '.' "Z^c J 7S''_'i- 'i I�,: t - 11 i' _ 1� 1 : ti .'a - � I�
o � �.i ., 2�' '14 k �r=J '� � I °j' l � � " '
I�� T m�S� ' � ,� cS•�q 9 _ ' � �I ` �7 -_ �} n II�III �I i.�il�� � 4�'� aQq
�.I; � I � ❑ 'I�- - ] 15 = � 'e I •i - ' ,i w� r dd'a!#IlII.��.Y':,. ; . �
xir'� ��� ��C.i �y�, � � � i� .i -� � C t"ITT41 II ii Ililil �i i �II � �' F�
_ �"�, -�� � �v;� � S� A = '_ _' � ; �'7'd���jS7�t°'�'s`' I' i
'-z rn � c � n � i e 3 _ � � 4=�'i �, k ! ? � 4�. � Y���JI "'; : �:�iJ'','
��: � hr� '�Y-�- z���`
' � �: ��` '' � y ' - ° �+ `�� � j a � y �i y ��� .�"��-
I ' ' r O � 5� ..E.iS�� � � j :� 'E�� i 3 � +s �-�r, r � -_ I
ta . � { � 'i =� 'I i 4• . . . ' �• � i�
� � , ��
o�u�txi �S�rt if h[Ni M4 r,11 �t. i ia �is sr1� 5. IL. IYC+�
, .� . � �F . ����� �.i� � .. . .. ��.
^v�•�� •�•.-v-��.��,e •f Y- r-�.-,-"
1} �--- ---__x �I`�'��.
(� � i _ . .� _� -.�
i� � ���x- � � ��
t ����� ��r+ ��� � �{� k 1
� -f I �
i _�._
�,
1�i ----m - �`�,C�.�_.� ��#� �� I
I ' ��� � .ti �
,1 I' J I�I y� � �
'S5 ■ � •� { 'I I � I ��ry
'� + � �
t ,� _ �i j�� � � � , � � x
�'-,'�r•.•-'.''�'-r�,�,v-.�.r-4'�1'-�''•.•-'.'�/`v-�= :x'r"..
54� ' � �+ I
i� I� � j �
�'- I ��1 �
� �, •.. _, , �
'7��Mn rr�am � -� -� �
--' i
� -�-���.. . ' �
# � ia I �
S �� �
� 'i';� _- ' r} � I � I S m� I
� �-� ����' : i ��� , I
k-. -- _-- � ��. , ' -
� � I �:i`..` � { tu
I�j I �', �I.. �5} i �
IF �� � �
f, �`-� _ ���5'_
� � �+ \ �� � �F�
f� � '� � �
�� � - - � � �;,�.
� I� i ��i
�I J IY �f0 � � I —
I 2 �
i� � �� �
� ;n� �'�' ; �} ' � .-
� g
' � �� ��� � �;� ,? �
� I �„ iy� i.i� r� � � i
� .� iL�n� I, r 7]
�I �i a l � } � i� I i I 3
4 �m� � +�i � T
ti � F I � I �} �� �� I
�I �� �� "
J' ' I� I � C F � I
r� � a� ,� I
rn � I _ i ry I
i` � #
,
��
�!� ���..�-�-�, 1 �—
I "
��3�
ja�•�rnsr�k+�'
I
I �
� �
��
I
� � �
Y �
r��°�
�� _
lu
3
�
�
�
�
� - - �� : _�
�
f
S
� A b'1l��15l2l� �
� �����}7�{��
� �
I � �
� I r
5
� I I ' �W 7I � � I i�f� � 3s' Mh9t A#ih4 I � � � � �"~ �
� I I I � 1= '- ��+ ��
� , ,r ...-�-:-:.. . -.�� . -�.
I I � I' ��; I t.� F � � aI �
� I I � ��.�fryl�l �k �
� I � � � 1 n: �`��� � � k�� � ; ' -
f I ,� w I I�� � Ih � � � 7b i;� -� ;;,
i .
�� c' �� �
1 � .L� II�� • �� �i
I+ � � � � `� ' �`�
i.4t�Mf}�31}� � �1j�J}� � � � ' � � ��-I � � ��� . �
I �.I. V f I L7Q I � � � ' �5 � � _O � � .�j
' I �i {L} k
I I �� �� � 4{� f I �
I I � � I .1�� M{n ���� �
i -;-• 'T `� ?� �
t w �' -'������} a ��.--� � ����.
��� � -x-� �
_�
���
�_�
m
p ,�
Y
!� F1}
� �� ���
� �� ii��
�
r�r"�'U . �
v r� .ii �i� -�
„�,�,� �
YI L- '1 ;J .':
c_ -�� '� o n
�; :� r' � �;
.._ � r� i_ r i
Sl } l: � �ry
, �" ,- .
r � r� A•'y
_r'rnQ�
�l Y7 T
� � > � i
��i'n r,7 t� _�
� .:, ,
ri���An,
�, � `�, � n '�
.� �,
�� ��
._��,-.����
� � y �
� ]' � �
+1rn'�r• i��
r� _- , -. .,
�e,�'��
���;��;��
`-•i�i= n
J.= I l* .
r f.i � , i .�.
� T� �r� ..i
�CJ�� �
� � �� � �
���'i�
� ; �' r' �
- _� } �
_.t,��,,,
�,n � i= •-- ;�
y r�� ty ' -i
� k ti1 ��� fll
� r.,��
� � �� _a �
�•� i
m � ��
�
�
r
� I � I J4��� Yr r- �' . _'` � yl
� ky,� � I � � �:
.� ' ��..--� �n ' P �
� '
� � � � � �� ��..�� T_'�� '� ,'
� � � � ��
� I' i I � �]�'$1ASTARM1�i {i
� � � ' I �� � �
�
./'t_�.-k_si.l'M1.l _w fk-'-.rk_J:.-ti_.�%��14 . _ !k _r� . _ .ti_J4 .\_.r.� .�Jk ' .Lll.�_3C.14_�..4v1-.�1+'._'-�}..h .•._1•_-t"
` = xf;'-; r,i�N+r § o-k _p"-.�s��_ �r � � a — — � II
; a.. � _� ,
1 'ay���l�,:�} i.�i ��-;{'f�e- c�l ��z, i� i'� i�$l�.. I i� I' fJ
_ T,� `�� � 7t'il� �- : Y �E' _ -t� ..� ���,rl� P1L r. � �l�91� � �.}. ' XI� �� � �. �;jl;2�)�!0;. l{1�
r - � r � {� _ . :;;"a {r "��'Fsa � I i���F� ' G �� 31i"-"�����}:;�,':
ri'i - � � � � � 4'v r }..- '.z2 ;�o- ��'�" �.$. R �j�;i � $ � � � � � � 1 � � j� -".7��Y�_lA 4
� �;�� �_'� �'��r - ; _ } ''=c � ����_� � r:�=� 1 �' el���R �{���r�{? � i��} �F �=� �f
� �.-' �� �'} � � 6 � � �''�'lC�Ly:s o- - es:' �±, .4al�7" :: 4t ' e 6 ; !. - -
� �..a :0 f Q � � ; � A 4` � �n � s } -a+� �7�� � 7 _ � o
r.� }, I,-O �5 .y # ti _ � 1���l� F�` r� � - ' � 1`� � F}� e r x � '' I I iI i� I li ,
+S £� � �n 71��� YJn � � � � ' k'i, � � 11 [il 7 {,�.��M�� �� �Il��ll��ll�ll�l��lry'�� ti
� Zy4�� ._ - b��l� ' �i .� � Y;�'m : �,�r`�i�J�ilY��pyy"` tl
-�� �;} � � ? r{; � [ r � � y i° � � �i�.� :' f : " Az E ■�rw�, � S:-
} c � � C'1 f f� _ � ° 3 Ri:= f _�� ; _ ii . : � . ".��J- �='..Y4=4i i {
C} � ='y: � � C � � � . -Y;. i � � N C� . S'€ f� l.� '
rii x� � �y ��F.i. . u � `: '+� ' n � � � � ��-i� �-!�fi" � . i
}, �A �_� �. �° 'a; :a � 4� : e ��
i ' "" _ . + � " �:_ �� S • � L �'T - _ .. _
f� � � '•', f .i _ rlf � 1 T � 4 � �a
��
�
�
y • _
��aWEIkLHkEvxU+1414rV���Ii�UUSYF�F }i-_ 14�_ OCF7
'�'�i�: .,._.,.. - .._,. ,.
„µ.
��i -r�er.�� ----��?J'�'
�� {, ±��� + � � � �
�� i� � � Y� y�� + �
�q x,; "s s �`� i
� #I r I Y
'� . ; � � + a=+ p
� � Y� � , r = �
� � "i �� � 1�_. , �
� �' ���°���? �'`� -z �:
i�
� � i � „ t, I : .
I � : .�_ ,���
, ==„I}} '.F,=zl�
�:- ;€ !
=` �� +il�
�-I Ih�A i� �'�
��
. ��
i
�������
���I��
I
�1��11.
0�
� I �"aii,
�•N
i�IF
��It,�'M1 I
n
_ :,� �
i:yLNi
w�,,,, —
,��,
�,�
_ � �.�'�
-�irr'
4 w' �+lw �
�~,,,.., y
- �I"yMli+� �
..*,. 5
�.w,.
F �nx}
��:.�:
, F....,. _. .
n t�+'IM
+ x`�
�:w�
.rr.s �
-�u�
00�0��
.��.r}=� �� y� � a �'� ^ ?�y ��� a�° o
— �� ,¢_ �r �.,,
GI � �g , " � `�?�r A ��� � � I•r r s �n -4" � �n } n �
� � � 4 � a � � ��?' �'I�"-��j��I ��►.'}'� *� ��?, ��,� ��c�' F„f �' � �
{i � �at ��r �I�"'C ryr � -{nt }�1'..r �} . . s �'%'� y
� � £ � �a � � : r� r T ��y� � �� w� ��,� �,�,7� �= �� { � �p�� r
� � u j-�y �- T �;o ��� �. : �: ' s`� � ��� �
� - r .. o � T `}� r�'_lii ..l5�, � i�Q �Yja �'�ty:l�'S }I 1���5 �
�� @_z
�� I m��, �i-� oo �� �. i 4", i
r i�}
4 I a I = i- �.-+rx'.-I� J`= u 1�+� �� � {+� -
( , !li � I �.c13� �:g'• !� L`• � L �:1�� � ���� �� `io s �� � � �- �
� _ { _=�p _ LL�: T yy o �'�r'i;�i�i v}-• r za ��y 2�.r. irr rM1{ ,
� :�! �'� � ��+i. � * ]IF1- I� �rnLl n} � � �2C�0 _V r-J-? l s�C� �
^ � � 9 _� � r �� t .cn ��' ,i fri� � �{a,y i.+r�� t'� r�l •�
� �I' �" :=11.a __ ., S T v i . �. . yo ��} .T n� �rt. 6�' . ��[� �'i :a �
� t f� T'� r-, ���-._ ... M4` t�- �� ?
a ��,;, 2 t._ _. ^ 7 ��' ��:a .. i�? �� 7`+�r ir, �'2 �
�_'- = r � ,-,y�i ..I�i -�y i.i S` <<� kila�� �r n�y
� I �I �= - - a'��;,� ��G _�..��� �r.:ti� 'c �+L.i�� � a "�,�� }��y� }�_�
l ' ] . '__ . f ": i _ � y ?Rw� IAI"I:'Im:�� �v �" ��, a �S � Q
� `I� r'l j #I��- � - ' _ a � L-�n o^�'��,� ��.~ � � �����} '�� �r+� �l ��
I� 7E_ • = 1� 4-r, *- �;: ,7 �ry [ps�
� �IJ .�.}�F 5 i:� L'� L i } � Yr i:.=r. I'i 2yf5 {�' ��(y- } � }� V': �
.iL 1� I . . ' � � T�� _4 rly* ���[I y A �� NI'�'� 2'�, }
4 D }.�� 2i �
7 �{!a r��a �';�'�d ��y� !.v:�x . k ��� _ -� �
[ V �:: y '� F i } I'" �iT.: r
� � 7�: _ . _ ' i �' � � � �'d� il'ry� l9"' ° ;4 x iFy�� �� f'r � f; c.y �
� r' a�' S: �� S y �y�-� '� c o- uv� �� �n �� z� �
�I � � :: : �' , !F� r^ wr...� "?,4 7 �v i
t . -._ � :_ � 1` �.-r� r^ c-i �','x F� ���j� LA�iS � �-cL Q,
i' �' 3� " �� i� = � k � � � ���'} �,; K '-'� �� '� � �; �"y
� � I- � - _ �_ _ } 19` `o ��k r� � Y
i
� �� f . � . � , � � � � �`� �� � ' � 2� �� �;� � '�
r yl+� ��} a� c+ ��� �� �� �} � I
1 � f_ Tr�
(� ��� f ;; �.;� �„ C �� R r= �� Fr � �
� ��_„�R� T }iU ��� ��I� -: t�
�4p�� �� � �3� L�� 4 r � �
g l��l � # � � �.s a r in�r �� ,
� �� � Fl y� � �� F � � � �
�
t� �� '���{k r �': 5i xt ��Yiiti� 4' a i�
4; ~ �+�i?'e,��' ���,� 'o'.S',�a�' '� r 1 � ���� !ir°����
_ �? .H � v'n T� ReC � � ��'i��e_a �� �� ��Y ��� r I�i�l�e�
� ��' � � ;.��'� � 1'=�� .3 ����K�a � � *���f e
n � T z } � _ ,.}��i� i` F]'':x� ' �i�
�� � � f�'_* � � - k . _�_� .-. 5:ti:� : , �'. ' -���T �
f i � ? ' ' r � �` ��� � }��
.*� �� � � } � n _ �'�'_�_-i d� t?Si�� � .. �i IE ��� e!1!f }
+- -{�� � �R'.i:: �t - ` �FRi `i�;. 9
- � > � � i� � � _ __r�= --��x :5 � �;� - .
., � r � �'�' p } _ ` '�€�� 'S � • - ; �-Y � :
n x.i ^ '.c 'u� y c u I -
. a r�� t� - � ,_, o � ;: - � :1 � _ i . " _ {
� :ii -� � Yf 3?�: ? 3E 3�'ffq J .r
� 11 i'1 s� i � f k 'I ' � k��1 - ,
� � �: � � r,�: __ � � y , a� }'
_ � i,��: ; � � � �3 .
io ���i� } ,y 1'- �
i � � h+ , @ - I'
f i'' � '' I.f, ,� � * i
L. � _ !,�
i�J _
tniz�E+� i'ry4E �� i�=YJ iM}� rn � I'_ fa �e �tt�
��� i�� �fa� � iIF C �5fi�� � i e= i �'� G C p 4�4
� � F�l
� rl�ys� 1F. j 1
I �' 4 � 8 r _ _
i � ��� f �
n.� ]�Ilicc's5�.pi�[�rei. y .�■
"� ` � 1 I
��.�i��9 -
�; �
�
� �. � r
;.
� _� �� .
k
�
�
�
_
a
� I5 �
,� � I .,��� ;
� � 'z'
;ii
� [�
� � ;�; � I��
y� � � � � ` �
m rn �_p y�
� 4 �l � � -
a �� li�� I
R � -
���]��gl - • �
� �il I
i
� 1 ' F,�LE
h �.Ir� O- ri.:. y
x � „_ ,
v+ r — L 1 �
9,2�. � �. �� - �— • }�,
� „� � — I
�:� ic.: i1:.�� � I' �
� �I���li��lj� ~ � ��. {
i^:o� t
�s�
���
14._ H._ �IQf 1 _
i....� . _... _ � _ �. . �iY�. �Nc��r�Fk
_ -v�.'�rv-'f "{ Tf *.'-V *.•-v�.r�'�r:r'.r�r•.r^: -�'_Y_'i" :rY�.r :r•.r^.� ..r.f�`��
��:_ yry'� _:'��.. _I,,.":" 4, I � � I I � I �
` . I,If� � �' ' +I~ } I � 3 I
' ��' �i����_i �ric�i�� 4f�
f 5 �_, 1"� _ Ly � 5 I I L�� � I
„fl _ Tf'IC}r, � r�J- � � s� I �
�.�i :Gf�+lf�5�,f ���iin i� i { r� i+�j I
_I�� :i��r= � � f` I i�i
t � � � I
.: , I.Q l� Ly
� � " R y�
31 L_i+l z J`] ��� S y �r 'J �_____ S I I I I-I I
t l j
�? f}_s}i11 �'� r r J p
y}� �.��l��n rn:7S � �5 !; '
.,r�i f=.��', i�� �ii,�,� � (?.' �' I I �
-; G'?'._i � � 'n �.� o i �g I I �
ai �a - I` T�� W� �'"� I F
p LJ L1� _ f l f
� � � � � IT T � � y �/i !,i � I � � � � 1 � 1
iJ G I I f�l � y \y �
��ri L��+3�h Y�+1s�2 { �i yfJa� �1�I I I .
T � � �J � � � `� '� � T �� � `w,;; �-
4� � } ..� x r� � j� C� r,.y ( � V y+�' {�6 I �
�; i- n n �n.� �� I �� r" I Y �
r.�5 � a�-'� �.F
'..� � .L'li� w �I h
� p l� C�I 4}3' .' f I
A.l} �jTi��L r'r �71 � �Cy rJ +.�{
r� �in_�� � i1�� 4 ��w � �4 � + I
4 ,-� y /
�p . �, f'Z r}�Fh � �^'I la���� J � , � a l !
� w� r � �� /•-� r.
�.. . �o;i�'T� v wk�' ' �
]0 1
J I �� �
r1 rTi'. � ;�M1i - ]G. � ._I' I!_'�, ` �fS7 � � I� ry� �
}J �y f } f `� � M1'r � _ _ +
E � � � • ' U �:v.. ; r _ � j � � ?�I^e[•� i� �-� � ' ` �
�'i� vs:��^y¢ V"�.7a � —�.r-�---- ry �:'�' "ry�
I
S
� �. ?
l�
�
y: r �°ria�r* r r� � _� E� � , I '.� : � ai �4� , � �
'�-' in x � x .1 � �' ` . , . I "' � � �}
�� sJ�'� �G � 4 p fn � � _ I'r,', '-b il 5 I � S3" MkSi MR�d � Irl yi
!�` ��� ��:z I � ����: - —T�LZ 1�1}" -----� �f
h� � I ���ii�� I I r�n J'��� �� � � �� * +� � � � i.� �'t
, . ' �►i�fl� �[�7d I ��� ��,¢� �l "m� � �
.� ��.� ?�rc; � � �1'�' �'+_r � � � �;,v �
:� �,�
-�� .���-'•, �-- , - - �
r° - ---- - i �, ,
� I �� z a.' � "n ;� � i
r� � s '}
[� �-- - — � �R I �"�' m ' � '1
; � �
� *� T� ' � " � --- — - - —
t 'Y I�� 3 I ('°� w� " �
l� — . _� :i # � _ - ��� � _ �
— — :� � r; — � �k�r� '�. �, �; � v � _
� �va' � � �� �
.� �� � � �� �,�;,, �-, I � �_� :
i, ���j=�'1= � � m �
� II I { P. ]�IMABTARhf � >-� �
/r�" �
�• 5 I I F' +�� 1 I -• -
�
+ I � ��
I � I � � k �
� m �: I � I � }
r 'I � �., y }
s - �, . f � ����
� � �, .
� „ �� � ,� � ti
�,
rx� I � � ' � � �,s' r �
�� I� � . u
I I � `; �
t' I 3 ; �
� �
. � I , , _ _ -- � ;� �
�, ., I � . ; . :. � �,
, �.� � i
�` I r�5�ri � r
�- I 5 t. ;
�5 4� I � � ,'t' � ,
�,.� � Y� _ �� �i
� � I = �,
� � �4� � I� ° '�
� � � .
� II�� � . . ,�
�_,_.��.�.ti_:..v�__.._.�__..._{�.._.-�. Lf��_�_.x_._._.t�-__�._...�V��r1
� � - $�' -. �r--r � �y ���'�e�i�r ��' S 7 : Y r�� � � I I
i � � ;7:�..,''i��'' ;i+'- =�x�.a�:. �?' .i��5�;; '� ��`�ia7.���; � ,i��,
'� �'`'a: '"��;3'-=T r€ �ik fSi f1�! '�a�f��i �,_; �. i I II��II'';+:J;��'
_ q. � r � 4 1�!.�. ? � �'�� r;i�i � ¢-i'�h� �� � � :3�1�� � _'.=: !F-�:.� � . �
�I ^ Y�{�is - �^..�j.i �.' ���.i� � "1�A� _ ij�� �i�"F.�:•'I
a -� ! 1 � i
�� t'� °�r� - � ---tii..o-;= �- 'oi�x�'.` = I=: . �I�,j�� 1�"u�a�j� I ��ia'.iJ�lj:
� � � '.i] � � k � _ =� 'JSr�'^�;-_ J ,€- r � i i F P � lk Ai.,�.L-
t � °'.-' � ��� . - - , � :r.=�-"� �_ ��ItiJ��= � ��� 1! +����� r���4.SF� �� �= i�� f =i
�. 1-] y O o -_ S.. �.�';F} !� �.' �"i��� :I E=C 3- °� -Tp � e � 1 i Z 5� i �, 1� -
��i , rTl 6 4 .� .y �� F4: f'�'� � 1` � 9� .[ •�� tl � �� � 1 _ � � I� ��
' '- :I) 7F y `a' '� i ]c• J: �i } -- ��
x �� � � � � �� £}' -� k ".�� . � . ? � _ _ � � �� _ u �r t.,i.'.�'i} I ;�illlllt�flfff�lC�� ��..
;i } �.. � � � � n C° • � � " � z � � � i ' �ci49;%dJS�i+- . � q -
i�7 z: n �° I� r �:, ' ; � ._ r ;� ,�..ri�,�,I � � ,� ! � � �[ sacac��;;:?��:%c:l
- r._ � � i � � .l �= .� . i � � i : ' y" � . 4t' � 7 �-� �:t�• .{�{����s _
rr, G� r -_ :.� � `4 � _ + �� � � � L' L =�i.y.1�1^- I �
a�o ��+• ���:k'_" � a :a '�� - � ��y�=!r �4 s�s�, :r = _ .
_ � ' � F � 'a �y� � � � � -11
' _ +' ;ji J � '�� 4 :- Q � �iy •°- '
� �, i � + � `� � 7 � yn
4
�
��
rN_we�ve�,r.J�wluVYprr��ou»m �. k. lC+l+
,�
4 �"�
is� ars� o �o— �o aorr..�.ti� 1 � ...� =r. •� �..�.�. �� u
1 i' '} 6 � S. } � � �
4 = Y C+ j'.
� ; } �. } C � 6.p I
�r.} '}IilVi�.r.i
l � � � � t } � �
�n e�r �f'yi�
� h
r � � � } � � �
4 �'TL z4� �i � _,�
�?[: 1C,:i—il}In.
� € � :l Y C. ,1., �7 _ I I
� � f.��Tr'�:
�.-��' �,_ y.
� � �
� ��yI�'^I '•}Xri} J„I
��I" �+ l�
If� �� Q 1iS f I
� � � 4 � n — q i
� � S .v � s
ce � '�'U.y , } I
4 �� ',xC�4.�
f �{5 ��'�t�i
4
�� ��mY�
m � i1 i
�C� 7��:
rc�� �� k �.
�`� �?'��rn�
� ��} `^
'2oai }_�
oT 1� r� T C� 5p �
�r� � G� L� i
� Ln 4 U �.
q ��
2��* �'4��1
�-" F �
� ����
l W
k L
t.t./xl`..1 t�'-t. . . � . . -. � .��, -. � .-. _ .- • - .�.- -. . _ : .. � _ _ .-.�. _ _ .�.� _ . . .. _ . ,
.t�v
� yi�=�# ti '�':# �r `-�=;1�L's: - -•v
� _ _ ;"73' _'�`�! %�a� -F;S�f-a�. �; �;v.r., �� � �� �IiR�� 'I
h_ f �� f�..y_■t��' [H � ��_'� ,.. �� �4
t} x � `�- � � '�-�-� `! �a �F3}rr ,f'1 � ���;� ` =.
~. C y, o r� ' 't � �,i3a'�f� �` .���`�a t N '1 �f ��
il �' r' � � 'i '� ]:�' � - �Sn-,=c �y g2'wI' L ri �::� � F�2 � �+1P
� r� u S 7y;�i � �:%.. Y 2". t � 1!
_ � �4' r1 I y � � - 'R1 r�:t �� � i�'lS4�S �' *�Ly_ � ±±� �p IfI�1 +�}
' '. { — O r' � � " �;�"' ��'�iV- ~ j"_ r.h�4 � _ Ji 1"�' 1
a " j�x• � I :!'�
� �' * ����f �~ - � -s,� � . 4 a = zS
- wi � _ �;}Clz ��� - ia '� ,ti '
=i ; �YiC Ilsi � - �' -°J � f� �I
� j � �. �� Va � . .} �. " r r`c �'I ,
�i Cs {2�n� R�.- � r � '. .'a�' ill
-. e � `'� I
� ? �'a� ��' � R i .
iL n n� iS� :..��R�� '_ i! '
� , � � '4 '
i�, � ��" '
;�� _ i � _�;
� °= �:
�
�
nxil0E9UINUf?aJ�+u/�VN7+IlE1�}�Y7rl t. h. OGEp
i
�
�
I
II
u8rr:�ri erM= �;7�1a,r
� ,� I- .�
(Fl[� � , �
JI�iK� �� t- ��� �
��`�F�� 'i=�� � �
,, i T-h� I, I{ k'�
.. - ' �l, �,.
� --- , ���
.L.-fk ' - _ r
-ST'. T-T �.5: C�.` . . -;
_ _ } — .
._. --. _ Y�=.. �
I {-- I � I(t} I i
��,iit'! i �� �,,�.' .��1,+"
i- , �.1. ,,
�� � '� ;—��
i �.
� ,� �
. � . i ��;
I�i"� � . r.:��:;
� v 7 f" •�
.— } i
� 5�•1
ii �
�� � �
� 1
� I � I �It±�G
_ . . _.. � y ot �
i�'.� �;f•-
� � � � a{.
I � � F
�
� � I
I � �
I�-�+;!�� i �I I �
9� ��� i �I F` ' J-
_ �•�.
i �
i �
I
I � � �
i : 1
� - - ---... j � i
� �
� ,.
�
i �,
�
i �
� �;
i ���
Jr,�,�f Ly' '�k'S9C
" � =t'�� �i'3�i� 4.: ;�' �'ii1- :� � - : i '
'� � b "��,`- _- . •'�`�:1:. k� ,� '�, f��C y/+'iC�c
y '�x � � , :._ `' ` � - F�p�� T
:� ��' �L ._ �i I��:i i7i 'i
r. .E�':!- '�: ��- �?�.?i� .(� � � ���.
-. '� j � eo O r :. j_ p :��' - t" ���1P
ry r � y 70 z.1;: c -" -- ' 7a��? I_. Y k���,i
= 7 : i � t k '�'�r : 4F't � �; f1
l� „� r��� ._ _"r,: x� t[��5�� I.r} Y`�t+11iF
� � L � ti� h ;{. � '1��1 '4 � �5 i�j•T � �:�.�
� � {. ❑ 2 z � '€. �t �i� g s :Fr -
�� �� k�,� �g�fi ii; e?h 3• ��i ' ' p' ��.. � 'G�
c� p 'i � g � t7� �' !�
' � r :� p f�� �J � ry� � � � � ? _�� a I +F
op
J � . ±
� ��'f� ��$m � � _ �� ��; w J
= f2 � n � 4�c � p � _ �i� +�'
x x ..� 7�
. � � I^' ' ' ± _
} 5" �11.+= f3� !L
. _ {� i
� nnen cirs u�,ns� i�n, .i�� m in w ir•i
� ..�� "'
;i� �:i`_ � �-_e:�=1. .`.1� � -
p p I �
I'r,��R�:'Sl��kd#[1f7 `, � a
�i�l j�i���i ��lr � �
������f������;���; �h a `
i7-:�c'-- t:�y� I�
� ^�� ' �3, '
? �'I� � - � n �
5 +� 4 ' t _ _I � I
[._ n._ OnEr �
I
�arr�r ii�l S�A25+IX�
�„�
W�+ =f�M1
y -zyfir.orac�ava'Isr1l��ls�ir�r,as1`.r.
. -. -•-- �. � - -v'-
l ll � I
t' !
��� � �
� a � � M1� �
�. � � � -- �----� �
� � � _' ��
r' � %��J
., t' � ��� ��_ ��
r�l ry�
��� a
;'I �f
38�
�1={
3�]
�
e:TC
z�z�
:5=3
�:�
1x��
_�
' � cn
�� � i
^ M r
n��
�jj i
��
�
� ��
����
� h
� h
��
�
� Y
wq
�
.�
{ }�
! � {' { �
� } �xr�
• _ �f �
� �y�. ! } ^�
��
{ � � �-��
Y �
'�' s $ � � � � �
r_ r s{ �.
`� n ; ;ri aa '.,�.. 'd
`' � '� _ � a � �1
r k � J
# �� 1 I,� �o7y
^ T. F .
� __`�r�M
� #�
9
r
5���.��:
r�i50 �
�-p-�"��
��M y *�
�
��
.�
:�
�1 Q
K � ��. �
��
0
� .�
i�
A
�
-.�...��.�-+��-. -
�-�.��.-_ .� f�-- r
� .
. ��' � ` � �
��� `�y5�
�9
�t�
���
'� �
�
i ����
;=r
}' �
i
�
rRI ..
Y
r
€ +� ~�uw
r: f
C:�S R ��:
Fs ==�:`
� �r�t �:��:k
�" �
� 3 ~ 'I
i J ��
. � ' ���
g� � k�� a�=
� ���
��r = — � � �
��� �—" * a
x3
rEd?�~µ}4 c� � �
a�' s�-, , _ z.
�' �r �a '� 3� '� i
���'-�t�� � � � S
-r`gy?��� �v �T
� I �
• �- �:
=}�I=i���u;- % � �5 �
��' �'���r''+ �� ZY a
�. �v;?�-�= �� �� *r
���' � „.3 � Fi{ a� �
�- „ � :
.� ` i � � i =
F
F i
, � � s u
¢ � L �. 3
= : � � �i
rt �
j � h �
J
A�uii.uFia�i F�ra.uKS=�Tai:u��':=-
�v�
� `c
`ti 4
r
r.= � • � W...
� �� '�; �_
F� �
Y �
� � �*` _
,•� a �
���..� _ --��
x��F.- �—T7
{g � �� II
N�o ' I� J `
� "-;
��A
•�]
3
f�i
-k�
���
�F4�M
i
4
�
� ���N�� ���
� ., �
�;�� "
� Y- ��- C�:
�t Frk�`� I �'��.,
r� � ��_[� y �I� {�
i^��� a���:
�� F ;I
,,
la;Y
�
P. �
7� � �
�I:� el
F� �
� �
�m
� �
i�
�
a��s
h��
�5$
�t�
1�
��
��
■
� �_
t �
r
{ i
� � j
�r �
� �P
� ��
� x
�y
�
�]'�
{
���
���
�
�R
��
Y��
t i}T
�*�
'_.�� �.,
�g! ���
5�� ;F�
�`�. �i �
. � ;'_. �
Cd'�L �i �I,'{ i
�� � �f � M1��T
��
��'� � + �py;y;
�3 { I+ l��
a �' � �'- a S
C�y ��� '�
a k
���II�
it 'nx�
00 i f 13
iNV[TATiON TO HiDDERS
SECTION 00 11 13
I l►►�LYY:YII��L Il lC�l : l�7 �7 �I :i.y
RECEiPT OF B�DS
Page ! of 3
Due to the COVIDI9 Emergency declared by the City of Fort Worth and until Che emergency
declaration, as amended, is rescinded, sealed bids for the construction of CPN 10101 �: Kroger
Drive Phase II (From Ray White to Park Vista Circle} ("Project") will be received by the City
of Fort Worth Purchasing Office until 1:30 P.M. C,ST, Thursday, JANUARY 7, �0�1 as futther
descr�bed below:
City of Fort Worth
Purchasrtng Division
200 Texas Street
Fort Worth, Texas 76102
Bids will be accepted by:
1. US Mail at the address above,
2. By courier, �edEx or hand delivery from 8:30-1:30 on Thursdays only at the South End
Lobby oiCity Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing
Department staff person will be available to accepi the bid and provide a time stamped
receipt; or
3. If the bidder desires to submit the bid an a day or titne other than the designated
Thursday, ti�e bidder must contact the Purchasing Department during narmal working
hours at 817-392-2462 to make an appointment to meet a Purchasing D�partment
employee at the South End Labby of City HaII located at 200 Texas Street, Fort-t Worth,
Texas 76102, where the bid(s) will be received an� time/date starnped as above.
Bids will 6e opened pu6ficly and reac� aloud at 2:0� FM CST in the Ciry Council Chambers and
broadcast t�raugh tive streax�rt and CFW public television which can be accessed at
htt�://fortwortfitexas.�ov/fwtv/. The generai public will not be allawed in the City Council
Chambers.
In addition, in lieu of delivering completed MBE for�ns far the project to the Purchasing Office,
bidders shall e-rnail the cornpleted MBE forms to the City Project Manager no later than 2:00
p.m. on the second City business day after the bid opening date, exclusive of the bid opening
date.
GENERAL DESCRiPTiON OF WORK
The tnajar work will consist af the (appraxiznate) following: 13,500 SY of 2" mill and overlay,
5,200 SY of I O" concrete pavement, 6,600 SY of lime treated base, storm drain culvert
extensions and headwalls, three signaiized intersectfons, and 28,700 �F of concrete trail.
PREQUALIFICATION
The improvernents included in this project �nust b� per%rmed by a contractor who is pre-
qualified by the City at the time of bid opening. The procedures for qualrfication and pre-
qua�ification are outlined in the 5eetion 00 21 13 — INSTRUCTIONS TO BIDDERS.
CITY OF FORT WORTFI Kroger Drive Pkiase I[
STAN�ARD CON3TRUCTION SPECIFICATIOiV DpCUMENT Cily Praject No. EOi015
Temporarily Revised Apri16, 2020 due tv CO VIb l9 �mergency
00 11 13
INVITATION TO Al17pER5
Page 2 of3
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined ar obtained on-line by visiiing the City
af Fort Worth's Purchasing Division website at h, t�t �� �,;xu�._,,.�utch��ing_ and
clicking on the link to the advertised project folders on the City's eiectronic document
management and collaboration system site. The Contract Documents may be downloaded,
viewed, and printed by interested contractors and/or suppliers.
Capies of the Bidding at�d Contract Documents rnay be purchased from Pacheco Koch
Consufting Engineers, Inc., 4060 Bryant Irvin Road, Fort Worth, Texas 76109
The cast of Bidding and Contract Documents is:
,Set oiBidding and Contract Documents wiCh full size drawings: $120
Set of Bidding and Contract Documents with half size (if available} drawings: $$0
PREBID CONFERENCE
A prebid conference may be held as discussed in Section 00 21 l 3-[NSTRUCTIONS TO
BIDDERS at the followingdate, and time via a web conferencing application:
DATE: December 15, 2020
TIME: 9:00 A.M. C5T
If a prebid conference wilt be held online via a web conferencing a.pplication, invitations wiIl be
distributed directly to thos� who have submitted Expressions of Interest in the project to the City
Project Mana�;er and/or the Design Engineer, The presentation given at the prebid conference
and any questions and answers provided at the prebid conference will be issued as an Addendum
to ihe call for bids.
CITY'S RIGHT TO ACCEPT OR REJECT BTDS
City reserves the right ta waive irregularities and to accept or reject bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competez�cies considered.
INQUIRIES
Ali inquiries relative to this procurement should be addressed to the following:
Attn: Chad A. A11en, PE, City of Fort Worth
Email: Chad.Allen@fortworthtexas.gov
Phone: ($17} 392-802i
AND/OR
Attn: Jonathan Ireton, PE, Pacheco Koch
Etnail: jireton@pkce.corn
Phone: (817) 412-7155
C[TY QF FORT WORTH Kmger Drive Phase IT
STANDARD CONSTRUCTION SPECIFICATCON bOCUMCNT City Project No. 101015
Temporarily Revised April G, 2020 due to CQVIDI9 Emergency
00I1 13
INVITATION TO BIDDERS
Pagc 3 of 3
EXPRESSION OF iNTERSE�T
To ensure bidders are kept up to date of any new in%rmation pertinent to this project or the
COVIDI9 emergency declaration, as amended, as it may relate to this project, bidders are
requested to eynail Exprassions oi Inter�st in this proc�rement to the City Proj ect Manager and
the Design Engineer. The email shouId include the bidder's cort�pany narne, contact person, that
individuals email address and phone number. All Addenda will be distributed directly to those
wha have expressed an interest in the procurenrzent and will also be posted in the City of Fort
Worth's purchasing website at k���.� �� --� � _,- r�urchasin�:'
PLAN HOLDERS
To ensure you are kept up to date of any new information pertinent to this project such as when
an adder�da is issued, download the Plan HoIder Registration forfn to your computer, complete
and email it to the City Project Manager or the Design Engineer.
The City Project Manager and design Engineer are responsible to upload the Flans Holder
Regisiration form to the Plan Holders folder in BIM360.
Mail your completecf Plan Holder Registration %rm to those lisCed ir► INQUIRIES above.
ADVERTISEMENT DATES
December 3, 2020
December 10, 2020
END OF SECTION
C1TY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUC3'iON SPECIF[CATfON DOCUMENT City Project No. l O101 S
Tem}�orarily Revised April 6, 2020 due to COVIDI9 Emergency
OD 21 13
INSTRiJCTIONS TO BIDDERS
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
Page 1 of 10
1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72
00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these 1NSTRUCTIONS TO BIDDERS have the
meanings indicated below which are appiicable to both the singuIar and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Docutx�ents.
2.2. Nonresident Bidder: Any perso�, firm, partnership, company, association, or
corporation acting directly through a duly autharized representative, submitting a
bid for performing the work contemplated under the Contract Documents wl�ose
principal place of business is not in the State of Texas.
�.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) rnakes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shali assume any responsibility for errors or misinterpretations
resu�ting from Che Bidders use of incotnp�ete sets of Bidding Doc�rnents.
22. City and Engineer in making copies of Bidding Documer�ts availabie da so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. i'requali�cation of Sidders (Prime Contractors and Subcontractors)
3.1. Ali Bidders and their subcontractors are required to be prequalified for the wark types
requiring prequa�ification at the tinne of bidding. Bids rec�ived from contractors who are
not prequalified sha�l not be opened and, even if inadvertently opened, shall not be
considered. Prequalification requirement work types and dcscumentation are available
by accessing all required �les through the City's website at:
h�,u�:.. a�,a.fertwurthtrx�»�ovlProiectResources�'
3.1.1. Paving — Requirements document located at;
htitv�_,a�s.t�ttw�r[htexas.�ur Piu,CctRt�uui�ce _R�auurCeaPrJ2°•�::'G
%20Construction%20Docum ents/Contractor%20Pr�qualification/TP W %20Pavi n�
%ZOContractor%20Preaualificatic�n%20Progra.�n /PREOUALIFf CATION%20RE0
UIREMENTS°/Q20FOR%20PAV1NG%2000NTRACTORS.pdf
CITY OF FORT WORTH Kroget Drive Phase II
STAIVDARL7 CONSTRUCTION SPECIFICATION DOCUZvfBNT City Project No. 101015
Temporarily Revised Apri124, 2420 due to COVIDl9 Emerger�cy
OU 21 13
INSTRUCTIONS TO BIDDERS
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at;
Page 2 of i p
httl7�. , .].UI7z.fi�rtWOt �.}�i.r,Xµ� �vr P� ��tuc�CC. „•.".,..� �.c.�J'�T c5F ��•: ��
°io20Cansmzction°/a20Docum ents/(.ontractor�/o20Arequalifi cation/TF W °ro2�Roadwa
y%20and%20Pedestrian%20Li ghtin�%20Pr�aua�ificatior�°/a20Program/STREET%
20LIGHT%20PREQUAL%20REQMNTS.pdf
3.1.3. Waker and Sanitary Sewer— Requirernents document located at;
h„�s _ �apps.fartworthtexas�ov "Pro�e�tRe�ourcec� 2esourcesP.�02%20-
%20Construction%20Documents/Contractor%20PrequaHfication/Water%20antE%2
O S anitar„y%20Sewer%20Contractor%20Prequal ifi cation %20Pro �rarr�/W S S%20,�rc
y�ual°y�0i yauiian�ent• ,�if
3.2. Each Bidder, unless currently prequalified, rnust submit to City at least seven {7) calendar
days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS
PREQUALIFICATIONS.
3 2.1. Subrnission of and/or questions related to prequalification should be addressed to
the Ciry contact as provided in Paragraph 6.1.
3.22.TEMPORARY PROCEDURES DUE TO COVID-19: A Bidder whose
prequalification has expired during tt�e time period where a valid emergency order
is in place {federal, state, Local) and for 30 days past the expiration of the
ernergency order with the fizrthest expiration date — by day and month, will noi be
automatically disquaiified from having the Bidder's bid openecl. A Bidder in this
siluation wi�l have its bid opened and read aloud and will be allowed 5 busin�ss
days {close of business on the St" day) to sub�nit a complete prequalification
renewal package. Failure to timely submit, or subrnittal oi an incomplete package,
will render the Bidder's bid non-respo�sive. If the prec�ualification renewal
documents show the Bidder as now not-quaIified, the bid will be rendered non-
responsive. A Bidder may not use this exception to seek a preyualification staLus
greater than that which was in place of the date of expiration. A Bidder who seeks
to increase iis prequalification status must follow the traditional submittal/review
process.
3.3. The City reserves the right to require any pre-qnalified contractor who is the apparent low
bidder(s) for a project ta submit such additional information as the City, in its sole
discretion may reyuire, including but not limited to manpower and equiprr�ent records,
inforrtzation about key personnel to �ae assigned to the project, and construction schedu�e,
to assist the C�ty in evaluating and assessing the ability of the apparent iow bidder{s) to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the subrnitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additiona� infottnation, if requasted, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors wi�l be
notified in writing of a recommendation to the City Council.
3.4.In addition to preyualification, additional requirements for qualificatio� rnay be required
within various sections of the Contract Documents.
CITY OF FORT WORTH Kroger Drive Pl�ase II
STANnARD CONSTRUCTION 5PEC1FiCATION DOCUMENT Ciry Project No. 1O1015
Temporarily Revised April 24, 2020 due to COVIDI9 Emergency
DO 21 13
INSTRUCTIONS TO 131DI]�RS
Page 3 of 10
4. Examination of Bidding and Contract Docaments, Other Related Data, and 5ite
4.1. Before subtnitting a Bid, each Bidder shall:
4.1.1. Examine and carefulty study the Contract Documents and other re�ated data
identified in the Bidding Documents (including °technical data" re%rred to in
Paragraph 4.2, below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officialIy
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and
site canditions 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,
pragress, performance or furnishing of the Work.
4.1.4.Study ali: (i) reports of exploratiotts and tests of subsurface conditions at or
contiguous to the Site and al1 drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Docurnents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that l�ave been identified in tk�e Cantract Documents as eontaining
reliabie "technical data."
4.1.5. Be advised that the Contract Documents on file with the City shaIl constrttute al] of
the information which the City will furnish. All additional information and data
which the City wili supply after prornuEgatian oFthe fortnal Contract Docurnents
shali be issued in the form of written addenda and shall become part of the Cantract
Docutnents just as �hough such add�nda were actually written into the original
Cantract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.6. Perform independent research, investigations, tests, borings, and such other means
as may be necessary to gain a cornplete knowledge of the conc�itions which wil] be
encountered during the construction of the project. On request, City may provide
each Bidder access to the site to canduct such exarninations, investigations,
explorations, tests and studies as each Bidder deems necessary for subrnission of a
Bid. Bidder must �lt all haIes and clean up and restore the site to its former
conditions upo� completion of �uch explorations, investigations, tests and studies.
CITY OF FORT WORTI-i Kroger Drive Pliase [I
STANDARD CO�ISTRUCTION SPEC[F[CAT[ON DOCUMEIVT City Projeck No. 101015
Temporarily Revised Ap�il 24, 2020 due to COVIDI9 �mergency
DO 21 l3
1NS'FRUCTIONS Tp 81DDERS
Page 4 of 10
4.1.7. Determine the difficuIties of the Work and all attending circumstances affecting the
cost of doing the Work, time req�ired for its completion, and obtain alI information
required to nnake a proposal. Bidders shall refy exclusively and solely upon their
own estimates, investigation, research, tests, explorations, and other data which are
necessary for full and complete information upon which the proposal is to be based.
It is understood that the submission of a proposal is prima-facie evidence that the
Bidder has made the investigat�on, examinations and tcsts herein required. Claims
for additional compensation due to variations betweei� conditions achially
encountered in construction and as indicated in the Contract Documents will not be
allowed.
4.1.8. PromptIy notify Ciiy of all conflicts, errors, atribiguiiies or ctiscrepaacies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.2. Reference is made to Section Op 73 00 — Supplementary Conditions for identification of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contig�aous to
the site which have been utiiized by City in preparation of the Contract Documents.
The logs Qf Soil Borings, if any, on the plans are for general inforrnation only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings ofphysicai conditions in or relating to existing surface and
subsurface structures (except Underground Facilrties) which are at ar contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies af such reports and drawings will be rr�ade available by Ciry to any Bidder
on reyuest. Those reports and clrawings may no� be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been iden�ified
and established in Paragraph SC 4.02 oithe Supplernentary Conditions. Bidder is
responsibie for any interpretation or cor►clusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.3. The submissron of a Bid will canstitute an incontrovertible representation by Bidder (i}
that Bidder has complied with every requirement of this Paragraph 4, (ii) that withoui
exception the Bid is premised upon per`farmir�g and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construcCion {if any) that may be shown or indicated or exprassly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
canflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereoiby City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through �he interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
CITY OF FORT WORTH Kroger Drive Phase Ii
STANDARD CONSTRUCTIOAI SP�CIFICA�'IOi�I DOCUMENT City Arnject No. 101015
Temporari[y Revised Apri124, 2020 due to COVlD 19 Emergency
00 21 l3
I[�ISTRUCTIOZVS Tp SIDDERS
Page 5 of 10
4.4. The provisions of this Paragraph 4, inclus�ve, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Dacuments.
S. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, ri�hts-of-way and easements far
access thereto a�nd ather lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
r�quir�d %r temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or per�nanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are Iisted
in Paragraph SC 4.0 ] of the Supplementary Conditions. in the event the necessary right-
of-way, easements, andlor permrts are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction wark on tt�e
project.
53. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or per�nits, and shall submit a schedule ta the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
CfTY OF FORT WOATH Kroger Drive PEzase I[
STAiVDARD CONSTRUCTiON SPECIFiCAT[ON DOCUMENT City Project Na ! 0] Q I 5
Temporarily Revised April 24, 2020 due to COVIDI9 �mergency
00 21 13
INSTRUCTIONS TO SIDDERS
Page 6 of ]0
6. Interpretations and Addenda
6. l. All questions about the meaning or intent of the Bidding Documents are to be directed to
City in writing on ar before 2 p.m., the Monday prior to the Bid opening. Quesiions
received after this day may not be responded ta. Interpretations or clarifications
consiclered necessar�r by City in response to such questians will be issued by Addenda
delivered to all parties recorded by City as having received the Bidding Docurnents.
Only questions answered by formal written Addenda will be bindin�. Oral and other
interpretatians or clarifications will be without legal effect.
Address questions io:
City of Fort Worth
200 Texas Street
Fort Warth, TX 76102
Attn: Chact A. Allen, PE, C�M,
Email: Chad.Al;.•= - -
Phone: {$17} 392-8021
Transportaiion and Publtc Works
�--
6.2. Addenda may also be issued to modify the Bidding Docunnents as deemed advisable by
City.
6.3. Addenda or clarifications may be posted via the City's electronic document management
and collaboration system at ni�s... �ioes.�36U.autodesk.c�n�shares ?bc:,51dU-iebn-
4�"/:��-ad��-1 �a39e9��L� � .
6.4. A prebid conference tnay be held at the time and place indicated in the Advertisement or
INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transrnit to all prospective Bidders of record such Addenda as C�ty considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
�
Bid Security
7.1. Each Bid must be accompanied by Bid Bond made payable to City in an atriount of five
(5) percent of Bidder's maxirnurn Bid price on form attached, issued by a surety meeting
the requirements of Paragraphs 5.01 of the General Conditions.
7.2. The Bid Bond of all Bidders wiil be retained until the conditions of the Notiee oiAward
have been satisfied. If the Successful Bidder fails to execute and deliver the camplete
Agreement within 10 days after the Notice of Award, Ciiy may consider Bidder to be in
default, rescind the Notice of Award, and the Bid Bond of that Bidder will b� %r%ited.
Such forfeihzre shall be City's exclusive remedy if Bidder defaults. The Bid Bot�d of all
other Bidders whom City believes to hav� a reasonable chance of receiving the award
will be retained by City until final contraci execution.
CITY OF FORT WORTH Kroger Drive Phase II
STAT�DARD COi�ISTRUCT�ON SPECIFICATIpN DpCiJNfENT City Project No. 101415
Temporarily Revised April 24, 2p2D due to COVIDI9 Emergency
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 10
8. Contract Times
The mimber of days within which, or the dates by whrch, Mileseones are to be achieved in
accordance with the General Requirements and the VVork is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated ther�in by geference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forti� in tne Agreement.
10. 5ubstitute and "Or-Equal" Items
The Contraci, if awarded, will be on the basis oirnat�rials and equipment described in the
Bidding Docutnents without consideratian of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or-
equal" item of material or equipment may be furnished or used 6y Contractor if acceptable to
City, applieation for such aeceptance will not be considered by City until after the Effective
Date af the Agreernent. The procedure for subrnission of any such appIication by Contractor
and consideration by Ciry is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. Qf the General
Conditions and is supplemented in Section 01 25 00 of the Generai Requirements.
11. Subcontractors, Suppliers and Others
� 1.1. In accardance with the City's Business Diversity Enterprise Ordinance No. 20020-
12-2011 (as amended}, the City has goals for the pariicipation of minority business
anc�/or small business enterprises in Ciry contracts. A copy of the Ordinance can be
obtained from the Office of the City 5ecretary. The Bidder sha11 submit the MBE and
SBE Utilization Foxr�n, Subconh-aciar/Supplier Utilization Form, Prime Contractor
Waiver Form and/or Good Faith Effort Form with docu�r►entation at�d/or ]ornt
Venture Form as appropriate. The Forms including doc�amentation must be received
by the City no later tnan 2:00 P.M. CST, on the second busrness day after the bid
opening date. The Bidder shall obtain a receipt from the Ciry as evidence the
documentation was received. Failure to camply shall render the bid as non-
responsive.
� 1.2. No Contractor shall be required to employ any Subcontractar, Supplier, other perso�
or organization against whom Contractor has reasonable objeetian.
12. Bid Form
12.1. The Bid Form is inc�uded with the Bidding Documents; additianal copies may be
obtained fram the Ciry.
122. Alf blanks on the Bid Form must be completed by printing in ink and the Bid Form
signed in ink. Erasures or alterations shall be initialed in ink by tl�e person signing
the Bid Forrn. A Bid price shal� b� indicated for each Bid item, aiternative, and unit
price item listed therein. In the case of optional aIternatives, the words "No Bid,"
"No Change," or "Not Applicable" may be entered. Bidder shaIl state the prices,
written in ink in both words and numerals, for which t1�e Bidder proposes to do the
work contemplated or furnish materials required. All prices shall be written legib�y.
In case of discrepancy between price in written words and the price in written
nurnerais, the price rn written words shall govern.
CITY OF FORT WORTH Kroger flrive P13ase TI
STANDAAD CONSTRUCTIDN SPECIFICATION DOCUMENT City Froject No. ] 01415
Temporarily Revised Apri124, 2020 due to COVIDI 9 Emergency
002� 13
INSTRUCTIOAIS TO B[DDERS
Page 8 of 10
12.3. Bids by corporations shall be executed in the corporate narne 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 corporate address and state of
incnrporation 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 accompanied by evidence of
authority to sign. The official adc�ress of the partnership shall be shown below the
signature.
12.5. Bids by limited liabiliry companies shall be executed in the name of the f rm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shafl be shown.
12.6. Bids by indivicEuals shall show the Bidder's name and officiai address.
12.7. Bids by joint ventures sYtall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. Ali names sha�l be typed or printed in ink i�elow the signature.
12.9. The Bid shall cantain aa acknowledgement of receipt of all Addenda, the numbers of
which shali be iiIled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall 6e shown.
12. l 1. Evidence of authority to conduct business as a Nantesident Bidder in the state of
Texas shaIl be provided in accordance with 5ection 00 43 37 — Ve�dor Compliance
to State Law Nan Resider�t Bidder.
13. Submission of Bids
Bids shall be submitted on th� prescribed Bid Form, provided vvith the Bidding Documents,
ai the time and place indicated in the Advertisement or INVITATION TO BIDDERS,
addressed to Purchasing Manager of the City, and shalI l�e enclosed in an opaque sealed
envelope, rnarked wi�h the City Project Number, Project title, the name and address of
Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent
through the mail or other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" an the face of it.
14. Modification and Withdra�val of Bids
lA�, l. Bids addressed to the Purchasing Manager and filed with the Purchasing Office
cannot be withdrawn prior to the tinne set �'or bid opening. A request far withdrawal
must be made in writing by an appropriate document duly executed in t�e manner
that a Bid must be executed and delivered io ihe place where Bids are to be submitted
at any tirne prior to tkte opening of Bids. After all Bids not requested for withdrawal
are opened and publicly read aioud, the Bids for which a withdrawal request has been
proper�y fled may, at the option of the City, be r�turned unopened.
C1TY b�' FOiZT WORTH Kroger Drive Phase �i
STANDARD CONSTRUC'i'ION SPECIF[CATiON IIOCUMENT City Project 3Vo. 101015
Tecnporarily Revised Aprit 24, 2020 due to CQVIDI9 Er�ergency
00 21 13
IiVS"1'RUCTIpIVS TQ BIDDERS
Page 9 of 1D
14.2. Bidders may modify their Bid by electronic communication at any time prior to the
time set for the closing of Bid receipt.
1�. Opening of Bids
Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An
abstract of the amounts of the base Bids and major alternates (if any) will be made available
to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for the time period specified for Notice o� Awarc�
and execution and delivery of a complete Agreement by Successful Bidder. City may, at
City's sole c�iscretion, release any Bid and nulli�'y the Bici security prior to that daee.
17. Evaluation of Bids and Award of Confract
17.1. Ciry reserves the right to reject any or all Bids, incIuding without limitation the rights
to reject any or ali nonconforming, nonresponsive, unbalanced or conditiona! Bids
and to reject the Bid of any Bidder if City believes that tt would not be in the best
interest of the Project to make an award to that Bidder, whether because the Bid is
not responsive or the Bidder is unquali�ed or of doubtful financial abiliry or iails to
meet any other pertinent standard ar criteria established by City. City also reserves
the right to waive informalities not involving price, contract time or changes in the
Work with the Successful Bidder. Discrepancies between the multiplication of units
of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
betweer� the izzdicated sutxa of any column of f gures and the carrect sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
wi�l be resolved in favor oithe words.
17.1. i. Any or al1 bids wiil be rejected if City has reason to believe that coIlusion exists
among the Bidders, BidtEer is an interested pariy io any litigation against City,
City ar Bidder may have a claim against the other or be engaged in �itigation,
Bidder is in arrears on any existing contract or has defat�lted on a pre�ious
contract, Bidder has performed a prior cantract in an unsatisfactory manner, or
Bidder has uncompletec! work which in the judgment of the City will prevent or
hinder the prompt cornpletion of additional work if awarded.
172. City may consider the quali�cations and experience of 5ubcontractors, Suppiiers, and
other persons and organizat�ons proposed far those portions of the Work as to which
the identity of Subcontractors, 5uppliers, and other persons and organizations must
be submitted as provided in the Coniract Documents or upon the request of the City.
City aiso may consider the operating costs, maintenance requirements, perfonm.ar�ce
data and guarantees of major items of materials and equip�nent proposed for
incorporation in the Work when such data is required to be submitted prior to the
Notice of Award.
17.3. City may conduct such investigations as Ciiy deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualificahons, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accoxdance with t�ie Cantract
Document5 to City's satisfaction within the prescribed time.
CITY OF FORT WORTH Kroger Drive Phase II
STANI]ARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. I Ol Ol5
Temporarily Revised April 24, 2020 due to COVIDL9 Emergency
00 21 13
INSTRUCTiONS TO BiDDERS
Page l0 of 10
17.4. Contractor shall p�r%rm with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be i�t the
best interests oi the City.
17.6. Pursuant to Texas Government Code Chapter 2252.00�, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the Iowest bid submitted by a responsible Texas Bidder by the satne artzount that a
Texas resident bidder r�ould be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresideni's principal place of
business is located.
17.7. A contract is not awarded until farmal City Council autno�€zation, if the Contract is
to be awarded, Ciiy will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of Ciry or others will constitute
acceptance of a Bid. Upon the co�ttxactor award a Notice of Award w�ll be issued by
the City.
17.7.1. The contractor is required to fill ot�t and sign the Certificate of interested
Parties Form 129� and the form must be submitted tn the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at httns:llwww.ethics.state.tx.us/datalFarms/1�9511�95.pdf
17.8. Failure or refitsal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned caunterparts of the Agreement. Within 14 days
thereafter Contractor shall sign and deliver the required number af counYe�parts of the
Agreement to City with t�e requYred Bonds, Certificates of Insurance, and al{ other
required dacurnentation.
t 82. Failure to execnte a duly awarded contact may subject the Contractor to penalties.
18.3. City shall therea�er deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTFI Kroger Drive Phase I�
STANDARD CONSTRUCT[ON SPECIFiCATTON DOCUMENT City Project No. 101415
Temporarily Revised April 24, 2020 due to COVIDl9 Gmergency
003215-0
CO3dSTRUCTTpN PROGRESS SCHEDULE
SECTIaN 00 3� 1�
CONSTRUCTION PROJECT SCHEDULE
PART1- GENERAL
11 SUMMARY
A. Section Includes:
Page 1 of 10
1. General requireinents for the preparation, submittal, updating, status reporting and
management of the Construetion Project Schedule
B. Deviations fram this City of Fort Worth Standard Specification
1. None.
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— Generai Requirements
D. P�arpose
The City of Fort Worth (City) is con�n�itted to delivering quality, cost-effective
infrastructure to iCs citizens in a timely manner. A key tool to achieve this purpose is a
properly structured schedule with accurate updates. This supports effective monitaring
of progress and is inpu# #o critical decision rr�aking by the project manager throughout
the life of the projeci. 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 construction
contractor (Contractor) in preparing and submitting acceptable schedules for use by the
City in project delivery. The e�pectation is the performance nf the work follows the
accepted schedule and adhere to the contractual timeline.
The Conttactor will designatc a qualified represcnkative (Project Scheduler) responsible
for developing and updating the schedu�e and preparing sCatus reporting as reqtaired by
the City.
1.� PRICE AND PAYMENT PROCEDURES
A. Measurernertt and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separa#e payment will be allowed for this Item.
2. Non-compliance with this speci�cation is grounds for City to withhold payment of
the Cantractor's invoices until Contractor achieves said compliance.
1.3 REFERENCES
A. Project Schedules
Each praject is represented by City's master project scheduie that encompasses ihe
entire scope of activities envisioned by the City to proper�y deliver the work. When the
City contracts with a Contractor to perform construction of the Work, the Con#ractor
CITY OF FORT WORTI-I Kroger Drive Phase II
STArfDARD SPECIF[CATION Ciry Project No. I O1015
Revised JULY 20, 2Ql $
003215-0
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 10
wiil develop and maintain a schedu�e for their scope of work in alignment with the
City's standard schedule require�nents as defined herein. The data and information of
each such schedule will be le�eraged anci become integral in the master project
schedule as deemed appropriate by the City's Project Control Specialist and approved
by the City's Project Manager.
Master Project Schedule
The master project schedule is a holistic representation of the scheduled activities
and rr�ilestanes for the total project ancf be Critical Path Method (CPM) based. The
City's Project Manager is accountable for oversight of the development and
maintaining a master project schedule for each project. When the City cantracts for
the design and/or construction of the project, the rnaster projeet sch�dul� will
incorporate elements of the Design and Canstruction schedules as deemed
appropriate by the Ciry's Project Control Specialist. The assigned City Project
Cantral Specialist creates and maintains the rnastec project schedule in P6 {City's
scheduling software).
2. Construction 5chedute
The Cont�-actor is responsible for developing and maintaining a schedule for the
scope af the Contractor's contractual requirements. The Contractor vvilI issue an
initial schedule %r revicw and acceptance by the City's Project Control Specidlist
and the City's Project Manager as a baseline schedule for Contractor's scope of
work. Contractor will issue current, accurate updates of their schedule (Progress
Schedule} to the City at the end of each ►rzonth throughout the life of their work.
B. Schedule Tiers
The City has a portfolio of projects that vary widely in size, complexity and cor�tent
requiring different scheduling to effectively deliver each project. The City uses a
"ticred" approach to align the proper schedule with the criteria fror each project. The
City's Project Manager determines the appropriate schedule tier for each project, and
includcs that designation and the associated requiretnents in ti�e Contractor's scope of
work. The following is a sLuntnary of the "tiers".
l. Tier 1: Small Size and Short Duration Project (design not required)
The City de�elops and maintains a Master Project Schedule for the project. No
sc�edule submittal is required from Contractor. City's Project Control �pecialist
acquires any nccessary schedule status data or information through discussions with
the respecti�e party on an as-needed basis.
2. Tier 2: Small Size and Short to Medium Duration Project
The City develops and maintains a Master Project Schedule for the project. The
Contractor identifies "start" and "finish" milestone dates on key elements af their
work as agreeci with the City's Project Manager at the kickoff of their work effort.
The Contractor issues to the City, updates to the "start" and "finish" dates for such
milestones at the end of each month throughout the ]ife of their work on the project.
3. Tier 3: Medium and Large Size andlor Complex Projects Regardless of Duration
The City develops and maintains a Master Proj ect Schedul� for the proj ect. The
Contractor develops a Baseline Sc�edule and maintains the schedule of their
respective scopa of work on the project at a level of detail (generally Level 3) and in
CiTY OP PORT WORTH Kroger Drive Ph�se II
STANDARD SP�CiFICATION City Project No. ] 01015
Revised 7[JLY 2D, 2018
oosais-a
CONSTRUCTION PIZOGRE55 SCHET]ULE
Page 3 of 10
alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager.
The Contractor issues to the City, updates of their respective schedule (Progress
Schedule) at the end of each month throughout the life of their work on the project.
C. Schedule Types
Project delivery for the City utilizes two types oi schedules as noted below. The City
develops and maintains a Master Project Schedule as a"baseline" schedule and issue
znonthly updates ta the City Project Manager (end of each month) as a"progress"
schedule. The Contractor prepares and su6mits each schedule type to fulfill their
contractual requirements.
Baseline Schedule
The Contractor develops and submits to the City, an initial schedule for their scope
of work in alignment with this specification. Once reviewed a�d accepted by the
City, it becomes the `Baseline" schedule and is the basis against which all progress
is rneasured. The baseline schedule will be updated when there is a change or
addition ta the scope of work impac#ing the duration of the work, and only after
receipt of a duly authorized change order issued by the City. In the event progress ts
significantly bebiad schedule, the City's Project Ma�nager may authorize an update
to the baseline schedule to facilitate a more practical evaluation of progress. An
example of a Baseline Schedule is provided in Specificatiota OU 32 I5.1
Construction Project Schedule Baselin� Exarnple.
2. Progress Schedule
The Contractor updates kheir schcdule at the end of each month to represent the
progress achieved in the work which includes any impact from auihorized changes
in the work. The updated sehedule must accucately reflect the current status of the
work at that point in time and is re�erred to as the "Progress Schedule". The City's
Project Manager and Project Controi Specialist x'eviews and accepts each progress
schedule. In the event a progress scheduie is deemed not acceptable, the
unacceptable issues are identified by the City within 5 working days and the
Contractor must provide an acceptable progress schedule within 5 working days
after receipt of non-acceptance notifcation. An example of a Pro�ress Schedule is
provided in Specification 00 32 15.2 Consttuciiox� �roject Schedul� Progress
Exarnple.
1.4 CITY STANDARD SCHEDULE REQUIREMENTS
The following is an overview oithe methodology for developing and t�aintaining a
schedule for delivery of a projeet.
A. Schedule Framework
The schedule will be based on the defined scope of work and follow the (Critical Path
Methodology} CPM method. The Contractar's schedule will align with the requirements
of this specification and wi�l be eost loaded to reflect their plan for execution. Overa]I
schedule duration will align with the contractual requirements for the respective scope of
work and be reflected in City's Master Project Schedule. The Project Number and Name
of the Project is required on each schedul� and must rnatch the City's project data.
B. Schedule Fi1e Name
CITY OF FORT WORTH Kroger Drive Phase Ii
STANDARD SPECIF[CATlON Ciry Project iVo. 101015
Revised 7ULY 20, 2018
OQ3215-0
CONSTRUCTION PROG[ZESS SCHEDULE
Page 4 of 1 D
Ail schedules submitted to the City for a project will ha�e a file name that begins witn the
City's project number followed by the name of the project followed by baseline (if a
baseline schedule) or the year and manth (if a progeess schedule), as shown below.
o Baseline Schedule File Name
Format: City Project Number Project Name_Baseline
Example: 101376 North Montgomery Street HMAC_Baseline
� Progress Schedule File Name
Format: City Project Number Praject Name YYYY-MM
Example: 101376 North Montgomery 5treet HMAC_2018_O1
Project Schedule Progress Narrative File Name
Format: City Project Number Project Name_PN YYYY-MM
Example: 101376 North Montgomery Street HMAC_PN 2018_01
C. Schedulc Templates
The Contractor will utilize the relevant sec#�ons from the City's templates provided in the
C�ty's docu�nent management system as the basis for c��eating their respective project
schedule. Specifically, the Contractor's schedule will ali�n with the layout of the
Cansfruction section. The templaCes are identified by type of�roject as noted below.
o Arterials
� Aviation
� Neighborhoad Streets
� 5idewalks (later)
� Quiet Zones (later)
� �treet Lights (latej')
• Intersection Impro�ements (later)
� Parks
0 5torm water
• Street Maintenance
o Traf�c
o Water
D, Schedule Calendar
The City's standard calendar for schedule development purpases is based on a 5-day
workweek and accounts for ilie City's eight standard holidays (New Years, Martin Luther
King, Memorial, Inc�ependence, Labor, Thanksgiving, day after Thanksgiving,
Christmas). The Contractor wi11 establish a schedule calendar as part of the schedule
development process and provide to the Project Control Specialist as part of the basis for
their schedule. Variations between the City's calendar and the Cantractor's calendar
must be resolved prior to the Ciiy's acceptance af their Baseline project schedule.
E. WBS & Milestone Standards for Schedule Deveiopm.ent
The scope of work to be accomplished by the Contractor is represented in the schedule in
the form of a Work Breakdown Structure {WBS}. The WBS is the basis for the
development of the schedule activities and shall be itnbedded and depicted in the
schedule.
C1TY DF FORT WOR3'H Kroger Drive Phase IF
STANBARD SPECI�TCATION City Project No. 101015
itevised JUC,Y 20, 2018
00 32 l5 - 0
CONSTR[3CTION PROGRESS SCHEDULE
Page 5 of 1D
The following is a summary of the standards to be followed in preparing and mainkaining
a scnedule %r project delivery.
Contractor is reyuired to utilize the City's WBS structure and respective project type
template for "Construction" as shown in Section 1.4.H below. Additional acti�ities
may be added to Levels 1- 4 to accommodate the needs of the organization executing
the work. �pecifically the Contractor will add activities under WBS XXXXXX.80.83
"Consh-uction Execution" that d�lineates the activities associated with the various
components of the woxk.
2. Contractor is required to adhere to the City's Standard Milestones as shown in
5ection 1.4.I belaw. Contractor wilI include additional milestones representing
intermediate deliverables as required to accurately reflect their scope of work.
F. Schedule Activities
Activities are the discrete elemenfs of work that make up the schedule. They will be
organized under the umbrella of tl�e WBS. Activiry descriptions shouId adequately
describe the activiry, and in some cases the extent af the activity. A11 activities are
logically tied with a pz-edecessor and a successor. The only exception to this rule is for
"project start" and "project finish" milestones.
The activity durakion is based on the physical amount of work to be performed for the
stated activity, with a maximum duration of 20 working days. If tlie work for any one
activity exceeds 20 days, break that activity down incrementally to achieve this duration
constraint. Any exception to this requires review and acceptancc by the City's Froject
Control Specialist.
G. Change Orders
When a Change Order is issued hy the City, the impact is incorporated into the previausly
accepted baselirie schedule as an update, to clearly show impact to tne project timeline.
The Contractor submits this updated baseline schedule to the City %r review and
acceptance as described in 5ecCion 1.5 below. Updated baseline schedules adhere to the
following:
1. Time extensions associated wit� approved contract rnodifications are Iimited to the
actual a�nount of time C�e project activikies are anticipated to be delayed, unless
otk�erwise approved by the Program Manager.
2. The re�baselined schedule is submitted by the Contractor withi� ten wo�kdays 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 for a new activity(s)
added to the scIaedule for the Change Order includes the Change Order t�u:txaber in the
Activity ID. Use as many acCivities as needed to accurately 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 OP PORT WdRTH Kro�er Drive Phase II
STANDARTI SPECIFICATION Ciry Project No. 1D1015
Revised NLY 20, 2018
003215-0
CONSTRUCTIOIV PR�GI2ESS SCHEi]ULE
Fage 6 of l0
WB,S Cade WSS Name
XXXXXX Project Name
XXXXXX.30 Design
XXXXXX.30.10 Design Cnntractor Agreement
XXxXXX.30.20 Conceptual Desrgn (30%)
XX1YX���.30.30 Preliminary Design (5Q%)
XXXXX�Y.30.40 Final Design
XXXXXX.30.50 Environmental
XXXXXX.30.60 Permits
XXXXXX.30.60.10 Per�nits - Identification
XXXXXX.30.6020 Permits - Review/Approve
XXXXXX.40 ROW & Easements
XXXX��X,40.10 ROW Negotiations
XXXX���,40.24 Condemnation
XXXXXX.70 Utility RelocaEian
XXXXXX.70.10 Utility Relocation Co-ordination
XXXXXX,80 Construction
XXXXXX.80.81 Bid and Award
XXXXXX.80.83 Construction Execution
XXXXXX.$Q.SS Inspection
XXXXXX.80.86 Landscaping
XXXXXX.9p Closeout
XXXXXX90.10 Consttuction Contract Close-out
XXXXXX.90.40 Design Con#ract Closure
I. City's Standard Milestones
The fallowing milesCone activities {i.e., importattt events on a praject that inark critical
points in time) are af particular inCerest to the City and must be reflected in the project
schedule for alE phases of wark.
Activity ID
Design
3020
3040
31 fl4
3f24
3150
3160
3170
3220
3250
3260
CiTY QF FORT WORTH
STANDAiZD SPECIFICATiON
Revised 7ULY 20, 2018
Aetivi�V Name
Award Design Agreement
Issue Notice To Proceed - Design Engineer
Design Kick-off Meeting
5ubmit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water,
Water & Sewer
Peer Review Meeting/Desagn Review meeting (technical}
Conduct Design Public Meeting #1 {required}
Canceptual Design Complete
Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
Parks, Starm Water, Water & Sewer
Cond�ct Design Public Meeting #2 (required)
Preliminary Design Complete
Kroger Brive Phase iF
City Project No. 1010] 5
0032i5-0
CONSTRUCTION FROGRCSS SCHEDULE
Page 7 of 1 p
33 i 0 Subrnit Final Design to Utilities, ROW, Traf�c, Parks, Storm Water,
Water & Sewer
3330 Conduct Design Pu61ic Meeti�g #3 (if reyuired)
3360 Final Design Complete
ROW & Easements
4000 Right of Way Start �
4230 Right of Way Complete
Utility RelocaHon
700� Utilittes Start
7120 Utilities Cleared/Co�nplete
Construction
Bid and Award
81 i 0 5tart Advertisement
8150 ConducC Bid Opening
8240 Award Construction Contract
Construetion Execution
8330 Cnnduct Construction Public Meetir�g #4 P�•e-Construction
8350 Construction Start
83'10 Substantial Cotx�pletion
8540 Construction Co:�xYpletion
9130 Notice of CompletionlGreen Sheet
9150 Construction Contract Closed
942Q Design Contract Closed
1.� SUSMITTALS
A. Schedule Submittal & Review
The Ciiy's Project Manager is responsible for reviews and acceptance of the Contractor's
sched�xle. The City's Proj ect Control Specialist is responsible for ensuring align rner�t of
the Contractor's baseline and progress se�tedules with the Master Project Schedule as
support to thc City's Project Manager. The City reviews and accepts or rejects tlie
schedule ivithin ten workdays of Contractor's submittal.
i. Schedule Format
The Contractor will submit each schcdule in two electronic forms, one in native file
fornnat (.xer, .xml, .nz�rx} and the second in a pdf format, in the City's document
management system in ihe location dedicated for this purgose and identified by the
Praject Manager. In ihe event the Contractor does not use Primavera P6 or M5
Project for scheduling purposes, the schedule information must be submitted in .xls or
.xlsx format in compliance with the sample iayout (See Speeification 00 32 115. i
Construction Project Schedule Baseline Exatnple), including activiry predecessors,
successors and total float.
2, initial & Baseline Schedule
The Contractor witl develop their schedule for their scope of work and submit their
initial schedule in eIectronic farm (in the file formats noted above), in the City's
document management system in the location d�dicated for this purpase within ten
workdays �f �the 1Votice of Award.
CITY OF FORT WORTH Kroger Deive Phase II
STANDARD SP�CIFICATTOi�] Ciry Project No. l Ol Ol5
Revised JiJLY 20, 2018
003215-0
CONSTRUCTION PROGRESS SCHEDLILE
Page 8 of 10
The City's Project Manager and Project Contro] Specialist z'eview this initiai schedule
to determi�ne ali�ment with the City's Master Project 5chedule, including format &
WBS structure. Foliowing the City's review, feed6ack is pro�ided to the Contractor
for their use in finalizing their initial schedule and issuing (within five workdays) their
Baseline Schedezle for final review and acceptance by the City.
3. Progress 5chedule
The Contractor wi11 update and issue their project schedule (Progress Schedule) hy the
last day of each month throughout the life of their work on the project. The Progress
Schedule is submitted in electronic form as noted above, in the Ciry's docurnent
managemeni system in the Iacation dedicated for this purpose.
The City's Project Control team �•eviews each Progress Schedule %r data and
information that support the assessment of the update to the schedule. In the event
data ar information is missing or incomplete, the Project Contrc�ls Specialist
communicates directly with the Contractor's scheduler for providing saine. The
Contractor re-submits the correcCed Progress Schedule within 5 worl�days, followi�g
the submittal process noted above. Tlae City's Project Manager and Project Control
Specialist review the Contractar's progress schedule for acceptance and ta �nonitor
performance and progress.
The following list of items are required to ensure proper status information is
contained in the Progress Schedule.
o Baseline Start date
• Baseline Finish Date
• % Complete
o Float
• Activity Logic (dependencies}
o Critical Path
o Aetivities added or deleted
o Expec#ed Baseline Finish date
o Variance to the BaseIine Finish Date
B. MonthIy Construcfion Status Report
The Contractor submits a written status report (referred to as a progress narrative) at the
end of each month to accompany the Progress Sehedule submittal, using the standard
format provided in 5pecification 00 32 15.3 Construction Project ScheduIe Progress
Narrative. The content of tk�e Construction Project Schedule Progress Narrative should
be concise and complete to:
� Re�lect the current status of the work for the reporting period (including actual
activities started and/or cornpleted during the reporting period)
� Explain variances from the baseline on critical path activities
� Explain any potential sch�dule conilicts or delays
� Describe recovery plans where agpropriate
� Provide a summary forecast of the work to be achie�ved in the next reporting period.
C. Submittal Process
CiTY QF FORT WORTH Kroger Drive PF�ase TI
STANDART] SPEC1FiCAT10N City Fraject Na. I O1015
Revised 7ULY 20, 2018
003215-0
CON5TRUCTION PROG12E55 SCHEDULE
Page 9 of E 0
• Schedules and Man�hly Construction Status Reports are submitted in Buzzsaw
followi�g t�e steps outlined in Specifica#ion 00 32 15.4 Construciion Project
5chedule Submittal Process.
� Once the project has been corn�pleted and Final Acceptance has been issued by the
City, no fiu-ther progress schedules or construction status reports are required from
the Contractor.
1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1..7 CLOSEOUT SUBMITTALS [NOT USED]
l.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A, The person preparing and revising the Contractor's Project Schedule shall be
experienced in the preparation of scheduies of similar complexity.
B. 5chedule and supporting docu:ments addressed in this Specification shall be prepared,
updated and revised to accurately reflect the performance oi the Contrac�or's scope of
work.
C. The Contractor is responsible for the quality of all submittals in this s�ction meeting the
standard of care for the construction industry for similar projects.
1.10 DELIVERY, STORAGE, AND HANDLING [NQT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
L 13 ATTACHMENTS
Spec 00 32 15.1 Constructian Project Schedule Baseline Exainple
Spec 0� 32 15.2 Constt-�ction Project 5chedulc Progress Example
Spec 00 32 15.3 Construction Project Schedule Progress Narrative
Spec 00 32 15.4 Construction Project Schedule 5ubmittal Process
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTTON [NOT USED]
END OR SECTION
CTTY OF FORT WORTFT Kroger Drive Phase II
STANDARD SPECIFiCA7'IOIV City Project No. 101015
Revised NLY 20, 201 S
003215-0
CONSTRUCTIQAI PROGRESS SCHEDULE
Page 1� of 10
Revision Log
DATE NAME SUMMARY OF CHANGE
July 20, 20I8 M. Jarrell Initial Issue
CITY OF FORT WOKTH Kroger Drive Phase Ii
STANDARDSPECIFICATION CiryProjectNo, 101QlS
Revised 7LJLY 2p, 2018
00 32 I S.l - 0
CONSTRUCTION PROGRESS SCHEDULE — RASE1a1N� EXAMPLE
SECTION 00 32 15.1
CONSTRUCTION PR07ECT SCHEDUL� — BASELINE EXAMPLE
PART1- GENERAL
Page 1 of 5
The following is an example of a Cantractor's project schedule that ilhistrates the data and
expectation for schedule content depicting the baseline for the �roject. This version oithe
schedule is re%rred to as a"baseline" schedule. This exarraple zs intended to provide
guidance for tk�e Contractor when developing and submitting a baseline schedule. See CFW
Specification 00 32 15 Construction Project Schedule for details and requirements regarding
the Contractor's proj ect schedule.
CITY OP FORT WORTH Kroger Drive Phase TI
STANDAttb CONSTRUCTION SPECIFiCATION DOCUMENTS City Project No. 10� O15
Revised 7LTLY 20, 2018
00 32 15. ] - 0
CDNSTItUCTIO�I PROGRESS SCI-iF_�]ULE — BAS�LINE EXAMPLE
Page 2 oF 5
ai
i_.
� _�
i �
� g
`� �
�
��.
i i �••-' •-•-•----,...-�----
-`t'. , .. . , ,_��-�
-"'-----�-------;;---- ---'---- ""���"'ii' -•-•-•--'---•-- � --- - - -----'- ----- - - ------- -'
�1 ��h���
� ;� ... .- _ � .. . .. ._ �, � ,'i ti �*,G i - . .. .. � C ,� i i . . a '���
i i � • .�
a� i'I -. " :� �1
i. � '�� ''. ' _ti ` �i _F � � .' •` : ' -
�' i} � �li _
. i ii� i i r f} Irl ' i � +t �. �� r� .} +. .. . �a .t n .J f5 n r� iii
l
y +5
4 � `� �i Ij ' -1 r} -1 fl i� I} {� � �V -r r�i y 1` � 1� m G
F� � 61 I�I k1 W �3 +1 .1 �� R R P :C ' 1 n�� n' r- .. i. ��:. 11
.a.�
�
�
�
! �n
�
�
�
�
�
r:
�
�
/
1 �
� �
R �
� �++d
�1 �
M ;�. . .. � � � . y �. , , .: .� r v_ . � � :, ., a c �. .. ,. ,o .. .. A w •� w � S+it
� I_ I ��+�. .. li �1 I`� " *L � F�� I I �� i'f �� �I{ �� YI tl �'7 N+� +� 11 C1 ,� �� �1 i� fi I'� f� �
. IM
r . ; �� r_ r � , ��- . � � � �, � 5 1 �' �I � '� � � �' �' Y' i1 S � + � � t; ;t u .S'�
� � � � � � n n a 'q �'� s .. ., �
� �� � ����, �.ti `� ,�'-�ty��. �e�1.,o ,r.ti4�;�� ���
I� 11 i}I . Y i'{ i� �a t{ r n
� a �. i lii � it O i x± li w i� _ di ii n 9 ar ss r` Yi y . J.' ' �
, iF� iw �'� i 1 •I '�} � f I . ! I y � il i .i L1 �f� O f t� L cl 5 tt ' �' ��
� f , � - ?' 1 # �� � � �i � .i ^ �: �
� �� �'o����",��_ r��a�r���:li��� ��1'; ��i:���. �4 �w�' � ya,a
' i
+ 1� � - � il � FaV
� {' } � � ' � t ' ii * - .s + re re . �
! ''i q n � '� � " ` � a� �' �� � �: i` �+ � � � n �� o � w r� .t � 4 � erl
+� ' .i _ J . . �� .i � ,j ,a .� „ � „ „ � }; a` ,. S � .2 -. �i ., ., �� � _ . �. r� •' w+ �
� �
III
��
'i '
�� i �
y} �
4 � � :�
c '� � �
b .,1Y n1
� �� � r `� :� Y
��.� �
� �� _�
o � �� ��
, �
;
I �, '' � � � +�
= f;
4 �� 4 a'
� '` r� R � * � � � � �$ �
� �; k . �- � �: -
,� �, ,n 4 � � � � � � ti w I, ,'; +i � I� ,
� � `• '� u � � �` �.�i � r , P r� " � „ �'
� � t �� � y �= i j ' t1�� W .#a � ` � �i w ��� t M1 ; �e � ,", �9 ..
�- C _ +} h t � I !f� ' .�., .C, � ; 1 � �i � � - �� � � ��i u fl _ � � 9 .i .S2 �R �..
ks +[ � L� Cr� � n�m�� �j p� � Y �
� G I � �{ i5 i4 ,� �, � t I � 4� j5 � l 4� I�1 �� � Ni 1� Fi ,�� � ii l� `7 i* NF I l �{ � 4
� r� .'. � F� n �'3 � :a L� Fi .� � � �- '! i� ii is s� ^ ,t c' r� � 1'�
�'' e".a L b n F, T � ry ` i ni . � :1 " � .. � :' " �, i � _ � * - ` � E �
� W IYI _ r .. n� � � . i'f i 1. 15 1i Ii r5 .. .. M �1 �1 �� i�l
�� �y W 16 iiiir���v ,{�� � �� � �
�'" � � � I �I
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTiON SPEC[FICATION DOCUM��1T5 City Project No. 101015
Revised JL7LY 20, 20I8
00 32 15.1 - 0
CONSTRUCTION PROGRESS SCHEDLILE— BASELIIVE EXAMPT.E
Page 3 of 5
C7 nl
rw ,�
�
_� iV
. �
�-+ �i
4 �.� X
�
�
�
�
�
■■
�
�
�
�
�
i � i ��' � ,
_...�.i...........�. . . .T�.�.�.�.�.�......� ..i............�n..�.....-
•4 � ; I 1 1
i.._.�.�...i...�.�.�.r�.�.�.�.a.�....�....i........�. � ..i..........-
__•__. ..w..........
1 1 1 1 1 I
y � +�li i� �a� it'ilr 4.'��j, .. .. .� . .. u .- .,
Li;w i . _�.���'�.Z � + � _.
_!
I � p
., i �L
��] .i, T f' � } J'� � �i + � 1 �1 � �a
. � � �� �.. . � .., . , I : ��� �i i'r =ti .i � '.: :i ii r � .. F� y 'u+ � � � n .i %n
. cs n �
a i iy s
��� ni „ �r:
. � ; r 4 ��S :�i � ' �T�i ii. :� "' i � i � ."i '��' . i ri :.i - ri i i � i n 't u
, ., , ��I ;,I �'1 .� :. „I n3 � � „ :� :, ., �� �' � � .S m �' i4 �� o�
__ N q I TI , ' i il
;3 Y;:: �ry � 'i fJ �;7 �;' � :;� rt �' i: " `2 -� �ti '�� li �� �i � �1 �i l� .� �,+' '�� '-, �1 i� s � �' W `.
i� I� I� W � - �� i �I: � � 1� 1- �� y 'n �, - �, . N '� �3 � � F+
2r a�i �.i t� � ��� �+ I� � I 5i � vL � I� �� yi li �5 � t�' A J�.� 3�� .� s. �-. � � f 7 �.l�.
i�i �`L 1. � . V �M1S 11 r i :) ii �11 4 tq �. �-1 b .µ �:i .i . ., .
f{5 ii .� • Ili nY ;p �1 NI 1�� Ot B. �. „ IP. � ! �h �I
� LI �•.' .3 �,+ f1 � � �'� i1 6 rl 1 F 5Y �� �, [y j H
f. � �'i .J ,�ti � i F i': N f4 CI �i :'i . - � �{1 �i :1 •y ,-LL }� „1 .�r .F �1 � - 1 J �'i
� ��, ;�� �'� '. ., C, Y� .: .� � � ;�� �I� ; `; 'x u .L L a �j 4 +r �" N' � �, '� � �! � � �+ � 4
rt � a' f +�+ v 4 � t�i � i . '�i 'I54 . T � '� % � � J- � } r
p i. � YI i i�i �t� f�i iY� ��� R'i : L' 1. Y# E% .Y !l i�i �� �„� �h � r; �� � A..]
H
g 4 G' 1 I � !L
" n = .- � ��; v� rv�i i � - '� ,Tf' ��> � i �'' ?� :! A Y: " � i� }� `� �' h:i �i r ^� o^- -� i A ii .� �J
.i , „ . „ , , .. !S " n :i !�' � ;., N. „ . i� � � , 1 .1 !! r � f� i� ,� � 2 „ �'�,
_ u � n
�
�, U�
� r�
� �r-r
, � L?
� �
� �,�,
� �
� �
m ;u
� ";
�� ^ �
� €
, Y1 �
'_ ` �
i ��� � _. �
" ` t �
� '' �w - : V
`�e 14 .� � �L' � .�
�i � L F ili 4
a����� . �y � a,��"�b�?' _ �
�" • � � f " '_ „ � ,� ,,. U; � � ,� �
� ~ ��i_ e: ' ~ v. Il �, '� R � � �� i q R'
yy4 � ��� �. I �. k' . 'a � n
A �11� �4 �� � � .� a. � • � � � 1 I � F� � 1}� H PP � i4 �� �
4R
�, 5 -- i i t . �` J•� i} ' 1 i. I I i W D 1: �
if �� f R. � il} ili � ..i � w �' �� f i+ i �; � I~ mr� �
� ri .11 � i i i irl �.� ,� i � . f` Y�l � rJ 1�J �
A � L
�
n
K �
�'� �
s1 ,
�t p
� ; t
y � k
F 1
� � ' � � �
`� � 9 := u
,. � fw � a �� ;;
�1 .E} }� ���
�i„��`:C ���� �
-: K� 23 i. L i'
- - . ' '� �j � I3 t'
� > .i � f 1
`q, 1� p�g R � � t. ¢ ['
�y} �. � Ep 4j� a3 � �
{� . . QI lil . R. 11
�
�i
�
Y��
1 `
�
�
�
� �
� �
� �
� �
�' �
� �
�el ��y
� `• f
�
� �
�i �
� �
�
�
�
�� y
W
�"
� �
�
�� f
� � �
� � ��
o �.� i!
� � �
� Y �
� ���
� � �
� � ��
� � �
CITY OF FORT WORTH Kroger Drive Yhase II
STANDARD CONSTRITCTIpN SPECIFICATION DdCUMENT5 City Project No. ]Ol DiS
Revised JiTLY 20, 2018
00 32 15.1 - 0
CONSTRUCTTON PEtOGRES5 SCHEDULL, — BASELINE EXAMPLE
CITY OP FORT WDRTH
STANDAR.D CONSTRLTCTION SPECiFICATiQN DOCUMENTS
Revised 7[ILY 20, 2Q18
Page 4 of 5
Kroger Drive Pha.se F[
City Projecc No. 10(O15
00 32 15.1 - 0
CONSTRUCTION FROGR�SS SCHEBULE — BASELINE EXAMPI�E
END OF SECTION
Page 5 of 5
Revisian I.og
DATE NAME SUMMARY OF CHANGE
July 20, 2018 M. Jarrell Initial Issue
CITY OF PORT WORTH Kroger Drive Phase II
STAN�AR.D CONSTRUCTiON SPECIFICATION DOCUMENTS City Project No. 101015
Revised NLY 20, 2018
00 32 15.2 - 0
CbN5TRUCTION PROGRGSS SCH�DUL� - PROGRESS EXAMPLE
SECTION 00 32 15.2
CONSTRUCTrON PROJ'ECT SCHEDULE — PROGRESS EXAMPLE
PARTI- GENERAL
Page 1 of 4
The following is an example of a Contractor's project schedule that illustrates the data and
expectation for schedule content depicting the pragress for the project. This version af the
schedule is referred to as a"progress" schedule. This example is intended to provide
guidance for the Con�ractor when develaping and submitting a progress schedule. S�e
CFW Specification 00 32 15 Construction Project Schedule for details and requirements
regarding the Contractor's project schedule.
C1TY OF FORT WORTH Kroger Drive Phase II
STANDARb CONSTRUCTION SPECIF1CATiON DOCUMENTS Ciry Praject No. 101015
Revised 7ULY 20, 2018
00 32 15.2 - 0
CONSTRUCTION PRDGRESS SCHEDULE— PROGRESS EXAMPLE
Page 2 af 4
.-�
'� �V
- �,
� .
-,
� J �
�
.y
�a
n
F
�i �
��
�
��
�
� ... •.� �u FV rJ � i'1 � .F i� �: s,, �a � i ii .5 � .,•�� a i i �i �� a., e•, �
�
' �� �'7. .� �.. � ., r, .� r. r, � ? �' Q `� :� :� �. � . . t. „ �, ;�� r' �c � � i i � �n ^ _
� ��, . . a R �; �.. .� t� N� ��� � w w t- �� ��� ��� ,y
� �: �1 :-� `1 � `I 1�1 li R F� Ff Fl Sl :i � �g fl F] F] � �C �; F [� F9 F'� �J � '�i ' I +�: rr Fa �J H� F� €I il
F' k �i ~ 1 j ~rt tii IS 3 i 1 � �, J{ � � J 1 � �� il� � � 't P �� � � � ili
� 1I 1 � � ] � � � r l L
� I
�a i1 �� � � � y� _ t� + _ ri +� ii � IU �I If € � iq ' � 1� �4 il� � • � i�i � R � rF5
�- IJ �{'I 4 - ii i r� CI �{ ri ri r'{ �J i.J� . rd i� f� ri -
� � y y'4 �+C { � �] iii iii i x� ti� o w` �o a x� 4 IL' �R ,1 ai i1 ,u � -_' iii w1 i ��
- -- - ' � - '; ;�. ;i r;:i �i�:i }� ^�.f: i.:. � n `i;' F::: �E�'; r �Jci : �': f � '���
� �� ,�r„',i� ���� R��'�x�; =��'� ���_�s�� ,'��a,'L =;;
� r.y.�i � a � �i r.t+n f � : � � �, Y
�•� rs c� u t� - r- a o ra o o r.�i ��- i9 �+ I� c- F'i ��[ � �7a � �_ ,. ��:I :S
�
�
�
�
�
��*
W
I�
�
�
.i � 41 „J � i� L
4 � � `
� � � �
�� '� "
� '{ �. - . �.�
. � '; �'� ���� ;3 :. s�i
� �� I � ���
�� � i . � i I - �i�� . .
. �, r �, _, , .
� L] U 41 4� a� C}
•i3�I iiriil+y •}�+'Ly f.�•L� � ..i�aa8iI (((,,,��� F .i�.i
• f� J •i �+ S� �a u{�� ry fi J rl C* �.i I' {�� I'1 i'{ '" �� I�{� f� 'YYYyJJJ !� �.
.yx 1, � 4 ; �.� b. LL i.. � 4 Z �I S � li� � � �� '� �ti fay. 15 � µ.. + �
p 1� � � J i i� � z K � ] I� �i � i K � f�1 � � Li ,� LI I
rti ' � � ti ,�� � � � �. i. � '� ,, S+ � i ` � � �
. � Fy ^ : i - . , : r. : . :' 4 �x . . � � � i � �i • � : � .i � �
'+ - . �� �, �r � .. .. �-= ��� r _ � .-.� � �.� .-. .�
t. � �{ � u � �� }r+ � � v . � t. :, � . �
i � i i� � n� n:: ��i � � � n .� }:-- J": f�''. �'-� i�v ,.
�ILy' ryL t. �J. �4. !1 ,3L i�
� � � 2 .� Y � i } � � .� � � y � � � � K � ��{ r� _,� �{�' � � { a�
, ��. � �� . . , s ;� .. .. � r, ,�` u . �; , � � f .. .�, .� � �.,
. �� f rf rrr •,r �� ��� • • �.�� r - • rtf r}
G CI 4 O O O 13 O G 6 i} CI O G f+ ��] f] O O O 13 f]Y 6 O
_�,
:�} �
�� �
� �
��y �
:.I �
�
�4 �
r �
. i� I i u. � i , .'t �i ,�+ �- r ri t!� st �� �. r�i � � li ir �.� . u- �� rl i�. � " � r� �� n r,d u
�t •- , _ — :7 Y � a , ."� �� b ,.. _. � .^. " • _ LL , ;�' . _. .�, �.; � � - :d � '-` � ' I� . -�
u
�
7
�� �
.r. , j
5' �
- Ci
R
.L.
C � �
� 4 Sli
�� r. � � �
= �,+ n $
'�; ; a �li
a a � { `�
� �' � LL
.� ' � y �
� I� ?
w �
� � ��:
� ��'n�;��
� � � r;
� ��;��i��
� �3 � d ii
���
.` � d .
5 ii �: ih iW � yl l ui
�
�
c}
�
�
� �
�r} °"°
�+ p
� �
�� �
� �
� �
� �
� �
a �
� �
o �
� �
�
�
1�
�
yj cl�
�f '
.E
�
•� �-�
1 - -
l�
j �.' F�
T � �
'� � �
� 'X. � ° � r
4 .. i .. �,I�� i ^
4
� ,��,ip � r�p�� � � .
�
o � y� r' iE�� �, M h� J� y�� � i i . ��jl� a ..
F � � � �i� fn � � � . } != � �� � u i � � L� fi �i �':: � � ., "�i -�
�, `.
.� �� ii i � � � � � � ��y,�1, ii � � i yiF �. � � � � � �
iry ���€ t I� I M1� iJ � � I�' � FL � f� :F ii� ii 6�� F .� iL'��' t�
� �, , � i JI � i �r �� rL [1i �AAAyfj ��y i ' � ' � :f :� ;f ��e �a Sx ,-. ti.. � � �5 �t � 1. 5. ' C'
r � � � i� I� Y� � � %� % %� f3! � � �. �� r� YI +'S t. � rr �� .A .. i��� � � YI fi -4 F= �
L
'' �
CITY OF FORT WOR'C�T Kroger Drivc Phasc II
STANDARD CONSTkUCTION SPECTFICATTON DOCUMF,NTS Ciry Praject No. ]01015
Reviscd JULY 20, 2018
00 32 15.2 - 0
CONSTRUCTiON PROGRESS SCHEDULE - PROGRESS EXAMP[.E
Fage 3 of 4
� rti
i;'
` .,
�r �F
�-] .
: �
W
�
�
P
�
�
�
�
�
-.� ti �i � el � ,! � �M'1 �y .� •� � .+I M � .� h i w . ^� `i . � V�I1\ ri t� : �: i. . ., , ,3
sYi�[��I�{' i%t�.'r •.��.drl�irifi.c.�� iir lY%in_s i,i��i�r��ltr�r��•r�iitiii�t
i. # . . . .�. Sn �j . . .� �. �. , - s - i" rr. p� ��� n
I?'r`7 ��:} ?r �i :i ' r' f'� � ,� Ik :y �a ' �� �f �v t� � �: k: - � � �,' ' �% '�I a � Ll 9 � '' �� '' �i �i
,.k '�,' , � � � Y� ��� �y r y — �.; ;r� � �' � •$ �.:, , �;, � � �; ' �^ �$ `t : '
p� �I Si � irvl � � 'S '� LV RS � . i .. .. . �. . � _ _ i ,� � ` � ir 4 `�.•.� � �_i �1
.ti . i n
+• y� ��, ��� -- .. „ .� �. . , �e o .� ,..,_. i� ��i - � -,-. , t. , s� in a, u� �'i �� .�, 'q J
'������ - }'��- �i'�# �.,� }- t3�� • i���,��. [.,�
�} a �j v . �� � iti L i � i � iv .;. �L a.i + r ,1 n� i�1 ;: ::
.k � � J
� � �} �� � � � o-� � +� ;F � 9 � f �{ ^ �4� �' � � _ � � ' r_ ; � � 3 � "� � ,{ �i
. - � . is+ .- . .. '`� �t F.4 r . � . �j � �s - 5 :S � i; � :{ i� _.
4 OP es .- n r' "{ w �.� 43 r. .� }* r�.. . � � ,. 'm7 � . ... �� . r w '� �y, rn u . ;` �n �i� u� i�
Ni'f�ii�il� ���� ��IF'�F4 ��',��I NRI }�� 7'Y�ly��•i i P�i��ii15nC1�fY�{li
����`��� � �;p,��:��}� -� ..� �� ��� �'; ��� � n �,��'-,��_ �;
� � 1�I � . � i r 4 � � � ,� .F +�. `f; ` 2 "+ il ❑ - � CI
�'S � ., k3 ..i � ., J 1a � i _ I i�S , at � � i ' I .i - � F: .. 'ti . . . � � - � ri ' -
� , E � .- n. - ' ' ,a. : �. �, - m .� �,. '+ r� ., �. .,
A. I.� �' i' J ((�J �,�, CI �.� i ��.i ii 4 { .... � ��' k`j N� ' Li �- J G t} Le ii na
�1 fY f� +1 CCi)) -�7 � 4 J J Y ��I p �� :3 1 �1 `., �r :'i f} - fY { i � i �y
,p �3� r; � „ DI +I � } i5 � � � fl � � � � 1� � � . �, �� r ' _ i i ? � € � � iL
�' � � q y
�s . . , ,� -� r' r �` �f e�5 .3 �i hi r� i. .�l t�. �� .� i� . � c`� s �. � �� �S � .W w u �� '=r •
� w � � � � f r �! , l �s f: . . �, '� ... Yw f ' � ,� +' r= :', � ' � .Y l � r . f' �, �
r. i7 r�9 � n r� � ir c u � i. �ry t a a i t cs n n i�i
R
��� �, ii �; !� - e � a . �.� i-. � +!� �y +ii � �'d `i '� ` � 77 � . .i �: �: .s i� r m �; �v , ..
a vi ��� �3 2i - ' ;� .� :i .• � u� „ o - f; i �� ' � . y� 3 .- �a If� � � �• ;Y .��'°T ^ '� -
�
I
�
u-
! � :�
� 4 ;�
r.r
� �'.
t-_� iri
�� ��L
� u
e� �
� �
�. �
�� E �
Y q�
L� M AM
� � r`li �{
g �' � �r 4� � r^
. 4. . �r1i
,J J' � � � i a� LS
� J � ��lIti � � ����
� ';'� 4; �i� }, � N ��� � "
� "�' 'r ti � " �I 'if � �� � � °' � � �„ `` ; r
�., r� +� n i I ks h y a, � l; •'
�y �. P �� � � c S; �;rV t
�� :� � b �� •i � � :. � � . ~ �� r i ', . � � � �I � �� � rt � � r i j ,'
a y� xL �y � � i� �y E y � I � � C +1� �} � ` `� 4 � �'yi r,� � -J5� �Q � �� "� ° 3
'.�� ILI I� .9 � #1 � 4� ] h� � �J � i4 L�i � _ li 1� � b. U •1 � A' {j �� � f I � I
K1 �
`J �+ I� .7i _ _�. � v �.1 I � ITi � N n Vi �i
� � i �� i� � 1� 1R � . i � 7L � :� .. . � .�) , � �. .. . � � .� y � �v � � � ul _i ��� �il i i
� t : a ` `, �, e3
�s � x� ;s ��' - z�
-'�! I
��
��.+�
P�
�
�
T,
� �'
C�v
(�
� �
� �
� �
� .�
B �
�
�
€ �
i �
�
�
�
h�
�j3 �
r-� -
�� f
.�
W '�
l �
L� !J �
�.,�
� � �
� � �
�i
ti
'-: c �
�s �_
. �
� �I �
�pS�� � �
^4 �n A
' � I
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTI01*I SPECTFiCATi0i+1 DOCUMENTS City Project No. 10E015
Revised JLTLY 2D, 2018
0032 �5.2-0
CONSTR[JCTIOIV PROGRESS SCHEDULE � PROGRESS EXAMPLE
I �l1lIZ1]�.y.x�J1.0 [f)►`I
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
July 20, 2018 M. JarrelE Initial3ssue
Cl�'Y OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTIpAI SPECIFICATTpN DOCUMEIVT5 CiLy Project Nu. 101015
Revised 7ULY 20, 2018
00 32 15.3 - 0
— PROGRESS NARRATIVE
Page A of 1
SECTION 00 3� 1�.3
CONSTRUCTI�N PR07ECT SCHEDULE PROGRESS NARR.ATNE
Reporting Period: bate issued:
Projeci iVame: Company Name:
City Project FVo: Engineer's Project No:
City Project il�anager: Engineer's Project Manager:
A. �isf of acfi�i4ies accomplished in the
1. (insert text here)
2. (insert text here}
, 3. (insert text herej
4. (insert text here)
5. (insert text here) �
6. (insert text herej
B. �isf of ac�ivi�ies fo be accomplished in #he nex�
1. (insert tex# here)
2. (insert text here)
3. (insert text here)
4. (insert text here)
5. {inserC text herej
6. (insert text herel
C. �ist any potiential dela
1.. (insert text here)
2. (insert text here)
3. (insert text herel
D. List any actual de
1. (insert text here)
2. (inser# text herej
3. finsert text herel
and
and provide
City of Fort Worth, Texas
Construction Project 5chedule Narrative Report for CFW Projects
iPW Official Release Date: 710.2018
Page 1 of 1
on acfiions
acfiions
,. .
period
Kroger Drive Phase II
Ciry Project No. LO1d15
0032l5.4-Q
CONSTRUCT[ON PROGRESS SCHEDLTLE — SUBMITTAL PROC�SS
Paga E of?
SECTION 00 3� 1�.4
CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS
PART 1 - GENERAI.
The follawing information provides the process steps for the Contractor to fallow for
submitting a project baseline o�- progress schedule for a capitaI project to the City of Fort
Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and
requirements regarding the Coniractor's project schedule.
If you are not a registered CFW Buzzsaw user, please email or contact:
Fred Gri�fin, Buzzsaw Administrator
City of Fort Worth
Fred. Griffin@fortworthgov. org
817-392-8868
Using your registered username and password log into t�Ze City's Buzzsaw Site
htcp�, 'p.�-us�.��poini.e�u��av�..�omr`clieu�,Fori�=�urth�uv
,
�
� ��•� ��
� I
.��—._ .�
� � --
... �.-�.tr.-�,..-��.n:.:-.�=� ,:;� � ,I �
' � .. .. _ .
1_�,�.. �t,.... .�
�-. n. f...:, _
. �•�._--�r_-�_., :r_an�c—�e.. I
. - �
Navigate to your Project Folder. Verify that your Project ID and Project Name are
consistent with Project Folder Name.
Navigate to the Schedu�e Direciory under your Projeet Folder. The 00701-Flaxseed
Drainage Tmprovements project is used for illustration.
C1TY OF FORT WORTH Kroger Drive Phase II
STAMDARD GONSTRLICTIpN SPECIFICATION DOCUMENTS City Project No. L01015
Revised J{]LY 2D, 2D18
003215.4-0
CONSTRUCTiOT�! PROURFSS SCi�IF,DU[.E — SUBMITTAL PAOCk:SS
Page 2 of 7
_ :�ri .+r. [sr •.�
-0y �J AAJ �
¢'ih�Kl � .`,TtYm'lllgov
' =����x� r
��� LON!-r,�.�.c!� .; .9cTr�r.. � e n
� ..� '� B"id Fr-nis
a..- ] Fkd�eskans:s
• �J Constr�cfio�
� � . rj CcnA `�ants
�� Cc tra�6o�
� I� � Cr Tesponde�e
1 • �GeneralC«�aei9onanentsa�"5•
:�.S��i�ii , �foject�rarv�gs
.. . � S�u��c�7eet'ags
��.7 . �] �Realfq �nqmqer5y
' �.9=i.,��.
� ' '3 =IY"Jes
� • � L�705�� � �'bar 4'•sges �=entral C �sYee:
' /*�, .� ..�.t �
� - F.� ,�OT76 - Jr6� 4..ages SE C �ster Br+: y
• [� r�o3os����=' '-'�'"'c --•- -•
� '_ h �`� 1J73C•--`-y�'r _ v ._ a'-a.
� [tj ��I755-'�r,a-'rF..._,-�, rr _��
�' �'s! � ,5=cr7!b.a'i" _ . _
. - � 0�378 -Le6ove Chat-i!!
�� . �{. C]7dfi-SumAerCreeM1&5yso�ore5di
'- .k. - '� ' ��387-i��x,S��M1Ksa=} o�er_Rl
{ � � w
r�:t� �w i��K a=c[xtis �'�!eine•� ,:c[ra:� sef„_ :�[-=x,d� aU�k ] x=-���� 3�. �+.NiN� Idr3
Two files will bc uploaded for each subrnittal. A nati�e schedule file format either
Primavera .xer or MS Project .mpp and a PDF' versior� of the schcdule will be uploaded
Verify that the file name contains �he 5-digit Praject ID, Project Name, and Submittal Date
and follows the standaz-d :nanaing conventian. Initial schedule submittal will be labeled as
`Baseline' for example:
0070 i -FlaxseedDrainageIrnprovements-Baseline
Schedule submittal updates will be 1abelcd with 5chcdule Submittal Date `YYYY MM' for
example:
00701-FlaxseeciDrainageImpeovements-2009_Ol
Expand or select the Schedules folder and add both the native file and PDF file to the
directory.
From the Toolbar Select �Add Docurnent
� #9 }� +.� �i �� � J� . z �e11 � `
CiTY OF FORT WOATH Kroger Drive Phase II
STA�IDARD CQNSTRUCTION SPECIFiCATTQN DOCUMENTS City Project No, lUlU15
Re�ised 7ULY 2U, 2U18
Ik!"
00 32 15.4 - 0
CONSTRUCTION PROGRESS SCi-I$DlJI.E -- SUBMITTAL PROC�SS
Page 3 of 7
F@e Edt �ew Tvals Help
� .. � -i : Add � `�J '-�� ti G � 1...} � �� ���`� � I " rx � _ ti °'"�' : � Ma� �a'ST � �R. �t� . �-�--� �-j t -
--- — ` - - _ .._.�.. ,.._ T .. . � ...... _ _ .. ..._ ..__....... ry
, ... ........ _._._.._�
. Pm;ect � � �rea�ing �ry . .
�d�" �.� ' 3
. .. .
__ —_ __.t—.w. ....� ,... .�_ ... .__._ _ _ . _ . . _
euasaw " -
[__� `t812 �F:bL�7�i.Y�ir_t�•*�r�r�n:rr„r-.i�,.�:tz
� ��� �?Oh}1-Ffa�cseedDrz'3age:mp�pveme�: �
�-� �d� _' I Bid Forms �
J " i Bid Aespanses
+ � Canstructiws
"' � � Cunsultanis
�' � Cantracto�
�a� ,',F �orrespr��dence
;;., i.� .,, �� � General Cr otraci �ocumeris and Spe�i
,� y -1 Projed D'avraigs
�_�� `'e�b�cA�EeeSings
- � Real araperty
' . . .. - .� n4 'ff"�'"' Z
:!1'� =�medule5 fndex.�ds
�� � ubtibes
i� OD7475 -Urt�an YAlages Centra! Guster SixF
. r[� OO7C75 -Urbatt Yllages Central Cluster Soui
� + f,l d0706 - Ur6an Vinages SE Cluster BerrY-Riti�
+ �� 00706 - lk6an Vi�ages SE Cluster Near Eas
a f� ��A734 -SaniWry Sewer Rehab Contract..k
, .� 170733 -3�eesquite Rd 2W9 CIP "Ear 1(6es
i�,� �768 - Dir�S Road - BryanY Irvin to Gran6i
} � �_: � OUTfe - Lehpw 4hamel
� :: � ' ±� ,� tl0786 - 5ummer Cieek 815yca+nore School ..
�.. . ; i
IJeaiv
Select Browse and go to the location of the files on your desktop.
SeIEct Open
�� � �..:
-..I ;�tS�k�{{6YWee"l5bi[k'�9U�l141eClWY�s�l-.�fr.�:a.�l�o'r'u.��;atL1}y.-1SRe9nIeiG�9:t��''-
��i� _ ..�-�•::_...f i - .
Phfixl�wnif �
+Lii��_7in�nc i'x4�4MI+iCLp:tUJi i�iPtif�..;�ha � ..
�
'rs*1llnu
ryo-�N.x�
5
,�k m: � . o��ap —� � -] < s s� � �-
=eMy pp�uments Mihd,�ei�hdMahager Pio 7
,�� .' t�Ry Cor�wter �f Mus6rnotes Pleyer
MY �e�� '� My Aletwrlc P1eces . Active Projects
� � ��s 6_�AddfeAcrobatBProkssw�a! --aBoard'vrgPass,pd9
i �.w I[f�3BumCt3s�DWs u Clearrype3unrg
� V :� Buruasv 20D9 �, :.oaS rter.ord edt Pro
f��°�' f CH2N1 HiLL VpN FJ Crossut9nd Ph1P Exam 9im 7 Y
d�
F'
{
IdJ Dn�niM.�
.��
hir :r�rRtirr
�
�
� �.,+-�,rnk
Pi3?e� �
�
soh
�
� •
�e�°a CUent � Crystel Reporls 20D8 �
�,.s�gleParth �y'7el!@u�Referen[eC�de.pdf I
� HP Phota.unart €xpre�s �y DiSk D2frdgrtl21Tt2i
°3pv� ahososmart arerrosr �,� Free Sound Recorder I
�j HP $phljlpn [pn�f jj�FfpQ$tlufidi2PCAr�ef.e%e
''��J �"assConnect „ �_aptop5ecurdy
��lrt�n�e - ���ogin..�G
� N4dasoft Yisio Versiai 2062 [nside Out eBvnk �� NeCAeeting
{ .
F�f nv+� 1. - - - - � �
fA49�iFP'� � �i�si��} �en��
The file will appear in the Buzzsaw Add to Project — Select Documents window
Select N�t.
��-`
C1TY OF FORT WORTH Kroger Drive Phase ii
STANbARD CONS7'RUCTION SP�CIFICATION DOCUM�NTS City Project No. l0�O15
Revised NLY 20, 2018
00 32 15.4 - 0
CONSTRUCTION PROGRESS SCHEDULE — SUBMiTTAL PRDCESS
Page 4 of 7
Do not select Finish at this time.
�
iJ_s_�_{J.'_i =....a:I1}LOti[t=:4-_��.�_L"I':' t.a r='li'I�.. t. _`.��.1.�' iLt� �,
1�1'$.elec[ frr-se_. : i �
isar«ments
A��N�i�mmen't fleNeme --- -- I �il±«.�, . f����...i.� _ f..
:�i�'7C�h'LF�H,;rr?CXKyrl�in{IrM1WMUI�b_KYJG�s-�k�r �'Ai,v'w'�-cand . [�t�J !��_2`rl
iwltl filidi
NGtdrc.6'Soh
� �
f� '
I H�il:s I F�nif I L.en:rl I 14t I
You will be placed into the Attach Comment window to enter a record into the Project
Schedule Submittal Log.
Enter the Project ID-Project Name-Submittal in the Suhject Line.
Type Subm�ttal and Company Narne into the Contment window along with Contact Name
and Contact Phone Number.
Select Next.
-- - _� � �rf�BEe � cd����eRk 7i6t h![Ch�±� ^�e vr 7aA � Ot:[•�h�� 3h! ti ak O��+G��n yln� +{i fiM C!�'y0 dS�Cti.
- 'Fu 5iw n tr�rnd
:�lact 6oc�^�erAs
I I �PO¢U",nriik!7�:•rr�:G�nl�
Jf:ALFa�rCa�utertt I � IB -I i� I� I�.I�T`I I� .� I�I '=I �l�l I---.I I i
Sail4zal SUhYCI- 5.#.�,ter-wx::,a���•,p���rci[:�e�'�e
FIRh4qhrxi - -..— .... . .. .. .... ......
CdS��=}!t�.lu_i_�ii41v �i4' .tinl4b'�.��.�
+:ontact FFame
f'nntacY Rhona
i7r
i9pdate Sched�e Su6m'ttal from'Ca�any Name' fat vro*k perfarmed up to ]anuary 3�.1, 7AD9
�'.nrnact I+ta�e
=o�cf FSone�
�
t � H�s , � _ ��, � �� I _ � _ 1
C1TY OF FORT WORTH Ksager Urive Phase II
STANDARb CUN5TRUCTCOIV SPECIFICATION DOCUMF,NTS City Project Na. 101015
Revised 7ULY 20, 2U18
00 �z � s.a - o
CONSTRUCT[ON PROGR�SS SCHCDiILE - SUBMITTAL ARpCESS
Page 5 of 7
You will be placed into the Send Email Notification window.
Se�ect To and the Select Recipients window wi11 appear with a list of Project Cozatacts.
5elect the Project Manager as the To Recipient and the Project Controls Group as the Copy
Recipient.
s nP,e socci � na.... wa d,,. c�e.., rve.., r-�...
wne�, ... w.,. c... .e.�... N�.., r�.... _. I rx � �_i _��. � � , — —
waK e... w... r... cr... ��I... �e...
Yveltn... Y��. - P`vI 117... �
..
ZW! P... I... ��e.., Ne... CI �
osMa[.. M... M... t`M...
� AW[e... A... N... Cn... 4a... M1, I .
=NsslarP'wi FrvetlGr... F... li.,. CF.., lj]•.. 51t...
=en�e, sa�, rr.�g.x r.rooce... .... ..
e Be�rv�W� i I � phRllv-.. .r... 5... c�-i... V�... inf... v
Gi NGd� Ear �
ean��au I.x I Member Inioema6en.. I ta I . 1 � �..e I
lear l (Oes � - — � , �
_ i -- .,,,, �, �.,, .. , , . ,_ , ,.�„ , , ,,, , ,,, , , , , , , . ,,. , , -
. ���,��«
e-.i, �
.,.��. �„ � � � . �" ����r: t I + I * !
,�.,,v�m�,� ,,, �i �
..�r.���:..�, - r I , — _
I
y
.. . ;—_.-�- — - T
{ . .. . _
- - - -
� .
i aa�.,� �� a ,���,., � , ,.,d �� . i . ., �
� � __i �-_ _ _�� i � -, . niM�hM�i
r4 � I. i � i� i� I �'Ni ^.nr_.�..
TmY'+... T.. CF... ' -0I�... Pro...
� T�nY'+t... T... 5.. C... Ne... PrO.,.
TaOv3h... T.�. ]... lae... M1'e... Vk...
TrOY w... T-.. I... 'r� �.... 1)/... �'K.. �
1.6.FA... 1.. N... a e�... Nl... vrP...
ve�aa... v... - ... cF... z�a...
�� YtTa... VFc -. CF... 1/.'i... F-o...
Vo�fM[... V... . GF.-. nlS,..
�esha ... K... CF... sl3...
v v...
tVndc ... SV... H... HfJ... Mc... P.E.
Wertr.fY... W... C... CP... N3... Oe...
I
Select the Paste Comment buiton to copy the Comment into the i�ody of the email
Select Finish.
CIT'Y OF FORT WOItTH I{roger Drive Phase II
STANDARD CONSTRUCTION SPECIFICATIOI� DOCUMENTS City Project No. 1p1Q15
Revised JULY 2Q 2Q18
00 32 I 5.4 - 0
CONSTRL'CTION PRQGRESS SCHEDULE - SUBMITTAL PROCESS
Page 6 of 7
{.:I �5enoc���iloaRruole'{tme�iv��f,rwi�Fw�d�eninflhene,cr�,�sedNee�s6eo���pna�
=�lect Documerts
PdYfr{d�vm`n! I
,titr:�h Canmer�t I� � I� I f I� I � I
� : 5enil fnsal� �, . I I =�a� C•sFz — - - -
fjoli�lrallon - — — '
�t�.. J I P�ojert Cr�troEs Tear
�i t � I
S�.P�tecl; I t� ��;, i��iaxseed'.-a'�agelmF��ovements-Baseime
�5� rinr. S?tiT �g'n++-�--i �r.m 'n^��r.'�ame`
��.:oniacf Name
.�..ontact �"x-�e
� )r
i
� 1pdate 5c€tec' ..e Su6R�tal �r-'Co�pz-Y lame fr� �nrk per(s:�ed � 60 lanuev 31, 2C79
� '�.:ofriaCE Nalne
..rtacf Phone
�� �__ 1 � .I ��_I � I
The schedule �le is uploaded io the directory. An email is sent to the City's Praject
Manager and Project Control Specialist.
� K :�� _� t.��. �
tr _� x+� _ -� +� �] # =e ?c i� :s �'s �S µ+ .J � q'i' � C'! _
°`µe�-e � �'-+tn Ahqmr ' I
Ou=:a�+ �
� ��� :� .�i�'i� �_s �.: _ a �;r_-:.. , r ■.�
� 'q �d F� ms
_� tid Responses
. _jCmsWctio-
� �jl [ansulrants
I � Caeftraetar
� ,J P esomdenoe
. I ' ;�ceneralcMaxtnanwa�,CsaM'Sneo
� �f �3ectCav��gs
I i ..� Pd �cMee"" gs
�J i J Realvroce:�r
� I . � j ed�les - .Y•.� l.' - .
� . k4 ' �-I �iie� :s F�wzx.�ds
V�'� I J _��ties
� '+n77p5-1'-b;'1 �gesCerirm:' islery-F
+ 1� . . � _ .. . r. . , �
t� ,;�F'h� . �}'+,�_..�IS.w.. _
[� l' 7p6 . _. 'z{-� s . !f"
. � � �' ; ;! --1 � '.SWer RN1a1 C4 �7a[t X
Y �'�O175i�h1�srd'is2d7AD4CIPleari,]e5
�� ' [:i fm7E9-D�nsRoad-&rnir� ��Grarzt+
. � 0 779 � _e6ov�Cl�n,eE
}
k�* i � I T.� i k.�h-=
+sa. a�� —r. GrL�, �+. �-0.i �t. "�� ... . .� i�:r�}7; 'r
� n�,ue r�a,... ra.zso xc-si r � . - -- , . „
{
Upload the PDF file using the same guidetine.
END OF SECTION
��n
CiTY OF FQRT WORTH Kroger Drive Phase II
STAI�DARD CQNSTRUCTION SPECIFICATIO�I DOCUMENTS City Project �To. 101015
Re�ised JUC.Y 2Q, 2018
00 32 15.4 - 0
CONSTRUCTIQN PRpGRESS SCHEDULE — SUgIv1ITTAL PROCESS
Page 7 of 7
Revision Log
DATE NAME SUMMARY OF CHANGE
July 20, 2018 M. Jarrell Initial Issue
CITY pF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTION SPECIFTCATION bOCUMENTS City Project No. ]O lQlS
Revised JULY 20, 2Dl S
003513-1
CONFLICT OF INTEREST AFFIDAVITSTAT�MENT
Page l of 1
SECTiON 00 3� 13
2
3
4
5
6
7
8
9
10
11
i2
]3
14
15
16
I7
18
19
20
21
22
23
24
25
26
27
28
29
3a
3i
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
CONFLICT O� 1NTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required ta complete a
Conflict of Interest Questionnaire of certify that one is current and on file with the City
,Secretary's Ofiice pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercises discr�tion in the planning, recorr�mending,
selecting or contracting with a bidder, offeror or respondent is af�liated with your company, then
a Loca1 Govemment Oifice Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicabi[ity of these fortns and Local
Government Code Chapter l 76 to your cornpany.
The referenced forms may be dovsmloaded from the links provided below.
htin�• w��.ry,• t�;.sta��.tx u�, 'du�; _ fQrm., 'c��,ilic�r�iQ.�df'
https:, ;'www.ethics.state.t3c.usldatalformsiconflict/CTS��df
�
�
0
0
�
CIQ Form is on �iie with City Secretary
CIQ Form is being provided to the City Secretary
CI5 Form does not appiy
CiS Forna is an File with City Secretary
CTS Form is being provided to the City Secretary
BIDDER:
Reliable Paving, Inc.
Company
By: �44A� +fi � �A�'�
(Please Print)
1903 N Pey�o Signature: " Er -
Address
Arlingfon, Texas 76001 Title: �F���� �
City/State/Zip (Please Print)
END OF SECTION
CITY OF FORT WORTI-1
STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS
Revised February 24, 2020
Kroger I]rive Pliase Il
Project No. I01015
0o a� o0
aiti Fo�zn�
Page 1 of 3
SECTIOR100 �41 OQ
BID FORM
TO: The Purchasing Managee
c/o: The ['urchasing Di�ision
200 Texas Street
City of Fart Worth, iexas 76102
�'OR:
Kroger Drive Phase 2
(Frorn Ray White to Park Vista Circle)
City Project No.: 101075
UnitslSections: Unit �: Water improvements
Unit II: Paving and Drainage Impro�ements
Unit IIl: Traffic Signal Impravements
9. �nter Into Agreement
The und�rsigned Bidder propases and agrees, if this Bid is acc�pted, to enter into an Agreement wit� City in the form
included in tf�e Bidding Documents to perform and furnish all VVoric as specified or indicated in the Cantract Documer�ts
For the Bid Price and within fhe Contract 7ime indicated in tnis Bid and in accordarzce with the oth�r terms and canditions
of the Cantract Documer�ts.
�. BIDD�R �►cknowfedgements a�d Certifrcation
2.1. ln submitting this Bid, Bidder accepts all of the terms and car�ditions of the INVITATION TO BIE]pERS and
INSTRUCTIONS TO BIDp�RS, including without limitation those deaiing with the dispositior� of Bid Bond.
2.2. Bidder is aware af all costs ta provide the required insurance, wfll do sa pending can#ract award, and will
pravide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
indi�idua! or entity ar�d is nnt suE�mitted in conforrnity wit� any collusive agreement or rules af any group,
association, arganization, ar corporation.
2.4. Bidder has not directly or indirectly inducec! or sa�icited �ny other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual er entity #o refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for #he Contraci.
For the purposes of #his Paragraph;
a. "corrupt practice" means #t�e affering, giving, receiving, or soliciting of any thing of �alue likely to
influence the action of a public afficial in the 6idding process.
b. "fraudulent practice" rr�eans an intentional misrepresentation af facts made (a} ta influence the
bidding process ta the detriment of City (b) to establish 8id prices at artificial non-campetitive
Ee�els, or (e} to deprive City ofi the benef#s of free ar�d npen competi#ion.
c. "collusive �ractice" means a scheme or arrangement between two or more Bidciers, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artifrcial, non-campetitive
levels.
GITY OF FORT WORTH
STANDARD CONSTRUCTIOiV SPECIFICAtfON DOCUMENTS
Form Revised March 9, 2020 00 A7 00 Bid Proposal Workbnnk-Addendum #2.xis
flD 41 00
Bfb FOF2i41!
Page 2 of 3
d. "coerci�e praciice" means harming or threatening to harm, directly or indirectly, persons or their
properEy to influence their participation in the bidding process or �ffect the execution of the
Contrac�.
3. Prequalifrcation
The Bidder acicnowledges ihat the following work fypes must be perFormed only by prequalifiecE con#raciors and
subcontractars:
a. Concrete Pa�ing ConstructionlReconstruction (LESS 7HAN 95,000 square yards)
b_ Asphaft Paving Car�siructionlRecons#ructian (GREAT�R 7HAN i 5,000 square yards}
c. Roadway and Pedestrian Lighting
d. Water Distribution, Urban and Renewai, 12-inch diarneter and s�naller
4. Ti�ne of Comp[�tion
4.9. The Work will i�e corr�pleie fior Fina[ Acceptance within 270 days af��r the date when the
the Contract Time commences to run as provided in Paragraph 2.p3 of the General Conditions.
4.2. Bidder aecepis the pravisions of ihe Agr�ement as to Nquidated damages in the event o# failure to complete
the Work {and/or achievement of Nfilestones} withfn the times specified in the Agreeman#.
5. Attachec! to this Bid
The following documents are attached to and made a part of this Bid:
a. Tnis Bid Form, Sectipn 00 44 00
b. Required Bid Boncl, Section 00 43 13 issued by a surety rneeting the requirernen#s of Paragraph
5.0'! af #�e General Conditions.
c. Propnsal Form, 5ection �0 42 43
d. Vendnr Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE �orms (optional a# time of bid)
f. Prequalification Staterneni, 5ection OA 45 92
g. Conflict of Interest Statement, Section p0 35 13
'If necessary, CIQ �r CIS forms are to be pro�ided directEy to City Secretary
h. Any addi#ianal�documents that may be requirec! by Section 12 of the Instructions to Bidders
6. Tatal �id Amnun#
6.1. Bidder will complete the Work in accordance with the Contract �ocuments for the follawing bid amount. In the
space provided I�elow, pfease enter the total hid arr�ount for this project. Only this fgure wikl be read publicly
by the City at the bid opening.
6.2. It is understood anci agreecf by the Bidder in signing this proposal that ihe tata[ bid arr�ount entered below is
CI'FY OF FOR� WORTH
STANDARD CONSTRUCTION SPECIFiGATION DOCUME�3T5
Form Revised March 8, 2p20 00 4'f OD Bid Proposal Workbook-Adtlendum #2.xls
00 41 00
BID FORM
Page 3 af 3
subject #o verification andlor modification by multiplying fi�e unit bid prices for each pay item by the respecti�e
estimated quaniities shown in this propasal and then tataling aEl of th� ext�nded amounts.
6.3. Tptal Bid
$3,211,162.73
�. �id Submitta�
This Bid is s�bmitted on 0'EIOi129
Resp�ctFully submitted,
By: � �
(5ignature)
Ciiarles M Lanp
(Printed Name)
by the e��iiy named b�elow.
7itle: President
CQmpany: Reliabfe Pa�ing, Inc.
Gorporaie Seai:
Address: 1903 N F�eyco
Ariir�gton, Texas 76009
State of lncorporation: Texas
Email: __.� .,,.
Phone: 8'� 7 467 D779
��1D O� SECTfOR1
CIFY OF FORT WORTH
STAIVDARD CONST12UCilUN SP�CIFiCATfON DOCUMEN�fS
Form Revised March S, 2020 00 a9 OD 8id Proposal Workbook-Addendum #2.xfs
00 42 43
Blb 1'HOP03AG
Page 1 ofk
SECTION �0 42 43
PROPOSAL FORM
�R�I� ��IC� �I�
Praject Item Informat[on
Bidlist Item
No.
�escripfion
��dder'� Appli���ion
Bidde�'s Proposal
Specification Unit of Bid
Section No. Measure Quantily �nii Price Bid Value
1 0241.1S1p Salvage Fire Hydrant 0241 14
- -- - _ __ _. ._ _ -- - - - - - - -- -- -. _ .-- - ---- --- - - ---
2 OZ41.1592 5alvage 1" Wai�r Meter 02 47 '[4
__-- - ------___... _. _____- _____-- ----.. _..... ---..
_. _ .
3 0241.9513 5alvage 1'f!2" Water AAeter 02 41 14
_ �,._ - -- -- _ _ . - - -...._ _.. _. ._._ .. _ - _ -_ _ -_- -
4 0241.1514 Safnage 2" Wa#er Meter 02 41 14
� . _� _._ �_� _, _ - _ _ --� -
5 3305.0109 Trench Safety �_ 33 05 10
_ _ _ ._�. _ ___ _ _ ___ . _ __ .__ .. _.� - -----
6 3905.0111 6" Valve BoxAdjustment 33 Q5 14
_ ___. � __ .___.__..__ ____ _ __ �_�_ .___. ....- -.--.._ ..__ - -. - ------. --
7 33Q5.0111 S" Val�e Box Ad�ustment _ 33 05 14
--- - - ----_ ._._ __ ___ ___.J �__ _... .._...._ .. ._..- ---___--
8 3305.0112 Concrete Collar 33 0517
- - _ _ _ __ __ __ _ _ _ _ _ _ . _ __ ___._ _ _
9 3311.0161 6" PVG (DR-14) Water Pipe 33 11 12
_ _ _ � _ _ -- - _. _ .. . . -- - -- -- -- �
� 0 3312.Op01 Fire tiydran# 33 12 40
- --- - -- _ _ _ . _._ ..._ _� _ � _ - _ -- _ ..__ _ _� _
11 3392.0'f 17 Connection to �xisfing 4"-92" Water Main 33 't2 25
_ _ - -- _ _ _ _ _ _ _ --------- - - - _ � � _._....... .. _ _ . . . - ----- -- - -
12 3312.20�3 1° Water Service __ __ __ ��__ _ 33 12 10
13 3312.2103 1 112" Water Service --- __�_ ._ 33 12 10 _.T
_ _ _ _ _ _ _ - - -- -----_ -- - - - -- --
14 3312.22fl3 2" Water Senrice 33 12 10
_ _ _�.___. _ _____ � _ ._.� _ _._.. _... __ .___.� .__.. � _ __�__ _ -..___
15 3345.0106 Manhole Adjusfinent, Major 32 05 �1�+
. _ _. -- --- ------- ------- ---.. _.....---- -- - -__.�__.____..
16 3305.0'!07 Mar�holeAdjustment, Minor _ 3305'l�}
17 33Q5.0112 Cancr�te Coilar � 33 05 i 7
Unit ll Pavin and Draina e Im rovcments
18 0241.Q401 Ftemove Concrete Drive 02 4i 13
- - _ __--- _-- _----- --......---__---__ _ � . __.T��
19 D241.Q4�2 Ftemove Asphali Dri�e 02 �41 13
---- - - _ .._ _ .....__ ._ __ _ _� -.--- -----.--- .... _ . .---__._ ___ _- -- --_ ___ _._. _ __ _._
20 0249.09Q0 Refio�e Misc Conc Structure 02 41 13
_ __..__--- -------- -- _- _.. - -- ----- --- - -------
�� 21 0241.1000 Remove Conc Pvmt 02 41 95
_ � __ __ . .. ._._ --- ---- ---- - _. __ .__. _..__ _ _ _ _ ---_. __
22 024i .'! 700 Remo�e As halt �vmt .__.. . -_ _ _ _ . _--- - 02 4'[ 15 �
_ _-. -- --, -------- -___ _--- - P -- _____. __.
23 0241.13�� Remove Conc Curb & Gutter 02 41 95
_____ __ - - ..___ _ _--. --- __ . . __�_�_�_____.._
_.. _
24 0241.1 s06 2" 5urtace Milling 02 41 15
_.__.. _____ -- _ _ _�. . __ _ .,.. ._. __ . _ - --------- -- -
25 0241.3075 Remov� 24" StOrm Line 02 41 14
__ _ m.. -- - - _ _.. _ _ _ _ ___�_ � _-__ _. _.. _ -- - _ �_ ____� --
26 0241.3019 Remov� 36" Storm Line 02 49 't4
- - - . _ __. _ �_ _ _ _ - - ---- .. . _ _.__ --- -__ _ �.--- - --- -
27 a2�1.�l401 Rrmpve HeadwaAlSET 02 41 14
--- -- -. ___..._ __�.._ � __-_ ----- --_ � _.„ _ _. _ _.... ._. _ _�._, _
28 311q.Q1�9 Sit� Clearing 31 10 OD
__....____._.__.__ . - - ._.-_..__ _._��_____ _._�__.. _ ....�_.___._�.----
2S 311Q.fl102 6"-12" i'ree Removal 31 1D OD
--..______�_ _ � ._ _ _ __ __ .__. __ _.___.__ �_ __ _._ _. _ ._ . -.---- __ ....- ._ ____ �_ �. �
30 3123.0101 l3nclassified ExcavBtion by PEan (Roadway) 31 23 16
_ ___ _ � -- ------ . _ _...... , _ -.__. _---�_�.__ .___ __ _._. __ __ _ �.
39 3124.p9 Q1 Embankmeni by Plan 31 24 QO
--- __ _ � _ _ . T� _ _ __��_- __ _ . _.� _ �_._ _
32 3925.0101 SWPPP � 1 acre __ _ _ 31 25 00 _
33� 3137.01Q1 4" Concrete Riprap 31 $7 00
____�__..._.__. - -- _ -- .w._..------- ....... . .................... .__----___
34 3137.Q104 Medium Stone Riprap, Dry 31 37 OD
---- ._._� ___...__ - ----- - _._--_ __ ___ . _._ _ .....__.... __- __--
35 3211.0212 6" Ffexible Base, T_ e B, CR-2 32 �9 23
____. _ _-.. _ �� ___ . _ _ __. __�_ - __ _. ___Yp � _ . _.. _._ _ _ ._ -- - - __ _ _
36 3291.a400 Hydrated Lime 32 1 i 29
_ -- -- _�__ __ ___ _..._------ -._..._ . _..___-- --___m
37 3211.0502 $" Lime Treatment 32 11 29
_. _ .__. _ _ _____ __ __�.. _ __ _- - ___.__----- --._ _.. _...__ ..._. _.. _ . .___---.� _ ._.____
38 3212.03Q2 Z" Asphalt Pvmt Type D 32 12 16
_ . _ ._ . � �---�. -� __� __---- . _.._� _ �_ _ .._._.__.._ _. __. . _..._. _.._ _ ___._..__�.__
39 3212.Q509 4" Asphalt Base Type B 32 12 16
__ _ -- --_--_-_ _---�- -_ __..._- -- -- ---._ .__. ____._. _.._._---_ _----
40 3213.�903 '!Q" Canc P�mt 32 13 13
_ . . _ .._... _ _�_ _ - --___ _ __. _--- ---- ---.._ _ _._.... ___- ._ _. _ _� __
47 3213.0103 8" Conc Pvmt 32 '13 73
- --- - . __��___ __�_ _____.- __..._..��---_____.... ___ .._... __...__� ..___ _.
42 3213.0301 �+" Conc Sidewaik 32 13 20
_ ._ .. _._ -----_ _ � �__ __ _. _ __-_ _ __ _ y _� _,_ _ __ _._ _____. __ _ . __... - --__. _. ------
43 3213.04Q1 6" Cancrete Drivewa 32 43 20
- --- _ __ � _ _ �____ _ ._ _ ._ _ �_ � .._ _. _ _ _ - -
4a� 3213.65fl3 Barrier Free Ramp, Type M-2 _ ___ 32 13 2Q
C1TY OF FOAT WORTH
STA3VDARb COEYSTRUCTION SPECIFICATIONDLICUML•1VT5
Norm Revisad 20l20720
EA
�A.. _
_EA .._.
- -�A -
LF
� EA
�A
EA
L� _
EA
- �� -
�A -
EA
�a
, �A
__ �
_ ��__
SF
_ S� _._
_... �5�.�
� SY
_ __S� _.._
_ �� ._.
� 5Y
LF_....
�L� _.
� �� _.
� LS
- -��-
CY
��; -
LS --
SY
SY
�_SY_
-.��-_
SY �
SY
-----SY --
SY �
SY
SF
_ SY --
_ �EA _
3
--- 1 ---
-- - Z ._
�
._ _
----17 -
3
__ 2 ... _
__5_
�_ 17 _
3
--- � ---
- - -1 --
-2
_ _
i
__3._.
2. __
5
$920.D0 $2,760.00
_ _�172.5d T--- � $172.5fl
- _,__ _ _ _._.._._
$230.00 $460.Q0
. - --
. $230,0� _ _ _ _$230.�0
_ ._._�11.50 _ _ $__195.50
$230.OD $69D.OD
--- - -. - - -- .._
$230.00 - - -- -- $460.00
$9,840.00 $9,20Q.00
^__` $97.75 __ $1�861.75
$5,980.00 $17,940.00
$3,220.00 $9,660.00
_.._._ . __ . .- - - - -
__ $2 76Q.00 . $2s760.00
$4,Q25.00 $8 050.00
$4,025A� $4,oz5.00
- _ ___ �__. _ .---._ _ . ._.______...
$�,750.011 $17,250.00
- - $345.OD _ _ �69�.D0
_. ___ _ .-- -- - .__.. _ _ _ ._____
$920.D0 _ _ . , . $a,600.00
Sub-Total Unit
17,778 $i.54
_ - _- - -- ._ .�
1,1Q7 $1.76
_ _ - - - -
1 $363.04
3,302- � - �$3$.92
_. __.._...__
_ _ _
1,325 $9.6D
-- _- -- .__
613 $5.D4
-- - _ _ _ _
14,527 $1.90
_ --
54 $23.00
_ --
34 _ _ - $28.75
___ ___ --
6 $1,610.OQ
- --- _-- ._ - ---
____� ___ �_$10607.86
3 $460.OQ
__._ .______.__�_.._
3,50D $23.48
- 1 - --
562
��266
.-_ 1,654_.
. 120 -
- m6,641__
-17,878
� 750
5, 9 49
1.650 � �
28,703
E
_ $18.2_4
- $2i,375.i5
_. _ - $i9. i2
__._ $28i.50
- --$1
$18,138.12
f_ $128;513.84,
$12,720.OD
.. $27.601.30
_ _ ___ _ _
$1,242.OD
_-
$977.50
$9,660.D0
- __
$10,607.86
$1,380.Q0
_ _. _.__.._
$82,180.00
$1 Q944.D0
__ _$2i 375.75
� $76,47�
� _$27,i5�
$23,1 i u
__._ .___� .._ . _.___ __
$9.33 $966,801.i4
. mm� -$21.48 T�$f6,110.00
_��_^m$i5.&6 $389,573.34
_ _ __ _ __.._- - -. __--- -- - .-
$82.36 $135,894.00
_.._ .� __ � _ _ _ .__ .__ _. _ ._
$5.75 $165,Q42.25
^� _ $82.65 - � $82,484.70
_� $2,384.46 - _ �_ $4.,768:92
00 41 00 Bid Propossi Warkbook-Addendum #2.zls
00 42 43
BIpPRDPOSAL
I'age 2 of 4
s�crior� oo az a3
�ROPosa�. �aR�w
un��-r ����� �i�
Project ltem information
BidEist I#em Specificafion Unit o€
No. De.scripfion SecEian3�To. Measure
_. ___ � _ .... __.__..._. _ _.... ____-� _,__..___-__. _ _....____._ .r.._.____�� _
45 3213.4506 Barrier Frae Ramp, Type P-1 32 13 20 EA
-- - - _ _. _. .. ---.. . . ..-- - �_ _ ___. _. � __ _ _- _ _- __ _-- -- - -.._ __._._. ____ __.._W � _
46 3216.0101 6" Conc Curb and Gutter 32 16 43 LF
_ . _ ,._ _ . _ _.._.__...�_._.__----_--- -- � - --___-.-- --- -- __�. _ _____. .-_--.__
47 3291 _0100 6" Tapsoii 32 91 19 CY
___ -_ ____... ......_._.._. -- ----- ------.___._ __ ---. _ _---
48 3292.Q900 Block Sod Placerr�ent 32 19 13 SY
_ _ _ _ _..__... __ _. ._ -- - - - - - -- -. .. _ _. ___- -- .- __ ___�.
49 3441.4i08 Remove Sign PaneE a�d PosE 34 49 3fl EA
_ - ---- -- __ _ __ � _� _ _., ___._ . _ _- -.. __ r _--- - _._ - __
5p 34i9 .0001 Traific Control 34 71 '! 3 MO
_ _ ..._ .. .. ..... . . .. ...._. __ . _ .. _._- � �._ -- -- -_ _ _ _ _ _ _ _. �. _ � - - �_ ��.
51 9999.0001 Nan-Sfip Steel Plate � 32 13_20_ _ _ EA _
_ __ _ __. _ _ . - - -
52 9999.0002 Spray Irrigation 32 $4 q0 SF
---__...._ ..___..__...__._�..-----_--_.__-__..._- - ---- ----- ----_�_._
53 9999.00d3 Adjust �xisting Irrigation (A# Ray Whi#e} 32 84 00 L5
- - -._ ._ - - -- .___. __�.�_ _ ._ _-- -- ----__ --_ __ . _. . - _ . _.....__ ___��. --
5�i 9999.0004 Irrigatior�_Coniroller, pedestal foundation 32 84 00 EA
___ __..._ _ _... _ __- __. .-- -__ __.__.._.----- -----
9999.0005 Water Line Tap, Water Metef, and Backflow 32 84 00
�� Prevention De�ice �A
--- - -- -- - - � __.
_. - - - - ._._. -_ _ _ _-- _ _ _ - - - -.. -
56 3293.09 Q3 Plant 3' Tree 32 93 43 EA
3217 QD01 4" BRKJPWmt Markin HAS (W} (10' LI�tE 30' 32 17 23. _, ___ ___
F�i�1�1�r�'� A���icati�r�
Bid
Quantity
--- -� � --
� 2,460
� 415
�2,474
__ 1p _.�._
- - -g -
--� --
2,QQ7
-- -1- ----
-- � �
1
Biddets Prppasal
i7niE Price Bid Vslue
$27.81 $68,�412.6�
� $53.98 � --$22,401.70
�-- - f- $4.23 $10,465.D2
_........... _ _ ...._.._.. _. ..--- -.. ._..._..._.
__ $63.25 _ _ $632.50
$2,647.68 $23,829.12
_ _ __ �... .- -- ------ - --_ ... . _... _..
_ .. _ $2,200.77 _ -- - $2,20D.77
$6.77 $13,587.33
__. -$5,060.Op ._._ .._. -..�5,Q60.OQ
-_ _$22,54D.Op _.. _$22,540.�Q
--$814_20� . _
57 .._..: g ' LF 1,54Q
- - ---�-- - - _ ___ _.. _____ _ _. _- _ -_ _
-. .
58 3217.0002 4" SLD Pvrr�t Mark�ng HAS (Y)� _ _ 32 97 23
___ __ .-.--------___.__� _ __...___._._. __r_.��_. .�
59 3217.020T 8" SLD Pvmt Marking HAS 32 17 �3
_ - - - -- --- ---�_... �- -- - -- - _f�) _�__. _,__ . __.. _ __ ...__.
60 3217.D202 8" SLD f'vmt Marking HAS (Y) 32 17 23
-- ---- __ - - -- ---____-__ _..__. __..--- - --- -- -_-- _ .._._._ . _ _.
61 3217.Q501 24" 5L� Pvmt Marking HAE (W) � 32 17 23
62 3217.90�� Lane Legend Arrow 32 '!7 23
._ _--- - - --_ ._.. _ .__ . _. _ _._ ---- -- - ----- --- _ � _ _ . _ _
63 3297.21Q2 REFL Raised Marker TY I-C 32 17 23
- _ __ _ __ _ _-- - - --_ _--- - --- �._-- - - - --- - --- ---__ ____
64 3217.2703 R�FL Raised Maricer TY lI-A-A 32 17 23
_.� . _ ___ �.. �--------____._.... _ ..-- ----- ---.___ _�___�___.._..�_
65 $217.2104 REFL �2aised Matker TY [I-C-A 32 17 23
_ - --
.._-.____.�----___-.---. __._..---__.�.___�__ _____._____
66 3�441.1841 RRFS Assembly Single Sided (5oiar} __ 34_411 Q �
6' 3441.4003 Furnishllnstall Alum Sign Ground Mount City 3�4 41 30
Std.
- -- ----. _ ._ . __..__. ..___ _...._._ .._._ �. �_ __...__ __ _ .___- _ � _ _ __ - --
68 9599.0006 �f 8" Yield Pvrr�t Marking Hl�1� (W) 32 17 23
_�_____ _ _. _. �..... .._... -----. . _. .._ _ ... - - - - __ � ____ - - -_ _ ._ _ . �_._. _ ._ �_
69 3305.0109 1'rench 5afety 33 05 10
___ - _ _.� _ _..-- - - -.--__ ._---..._�.-- --- - ---- -�___ ____,__- - - __. ---- --- _.___ _ __ _.__ ._ ._
70 3341.0205 24" RCP, Class III 33 47 10
__� _ , __ _ ... . ...... . .._._ .. _ __ __. - --- -- - - - _ , ___ m_. _._ .� ._ _ _._ � - -
7'! 3341.0442 42" RCP, Class III 33 41 10
- . _ ...._- - ---�---... ._ _.. _.. ---.. _ ._ _ _- ___,.. _- _ ___ _ ,-- _ _ _ --. _...
72 3341.9402 7x4 Box Culvert 33 41 10
-��___ ___._ _-----_.. .._ ... _-- --_____._ _ __�._...- ..---.__�._ _
i3 3349.1501 Sx4 Box Cul�ert 33 41 10
__------_ __._ .----- .__._..._...._._._.___ ..____ -___ _�_..----- __.____.._.
74 9998,0007 CH-FW-0 HeacEwall TxDOT 466
___. - - - - --- - - -- - � _._... .. _. _ :-._ ._ _ _ _ � _ _ _-_�--- __-_ _ - __ . _
7� 9999.00Q8 PW-0 Headwall Tx�OT 467
_._ _ . ._ __- ----------- _ ___--- --- ----- ----- - ---- _.__ ._.. .
7'6 9999.0009 SW-� Wingwalt TxQpT 467
- �- -
77 -� 9899.0090 PS�T PD-(iY lF) (24" RCP) (6:'f) -T �� TXDOT 4S7
- __--- -----._ - ------ -------- -- _ ��_._.__...___.._.. �__. --
78 9999.0011 Pedestrian Rail (TY PRII} txDOT 450
- - - -__------- -----__ --- _�_____------ _ �.____. .__._ _.._.
79 9999.�012 Combination Rail (TY C402) ixDqT 459
$0 2605.0191 Furnishllnstall Elec Sery Pedestal
_,_.._ -- _ . .._ __..._... �_ - ------- - - -----. .. -- .-. --_ __�_ _
81 26Q5.3D75 2" CON�7 �VC SCH $0 (T)-- .m. _�_
__ _.__-. ..___.__ .._ ----____, __��. ___._._ _.-
82 2605.3025 3" CbirEDT PVC SCH SQ (T)
-_ _ _ _ _ .. _.___ ..� _ _------- --------- ._._. .. A _ ._ ��
83 2fip5.3026 3" COND7 pVC 5CN $0 (B)
....�. .__ - --- ---- ---_-_-- -_.. ._. _ -- __--
84 2605.3Q33 4" COND� PVC SCH 80 (T) _
85T 3441.1007 3-Sec# Signal Head Assmbly
85 3441�1002 4-Sect Signal Ffead Assmbly �_ �, �
_ �_. __ _ _ _ . _._ _ - -,- -
87 3441.10Q3 5-Sect Signal Head Assmbly _
C1'rr or rOxT WORrH
STAF+IOARD CONSTRUCTiOM 3PECIFICATION DOCUNE6NTS
Fonn Revised 20120120
26 05 a0
26 a5 33
26 05 33
26 D5 33 l
27 05 33 `F
_.. .. __ , _
34 49 10
_-
3�4 41 10
3449 10 _
_ � - __ _ _ . __._. $1,27 ..__ __$1L905.00
LF 4,50Q._ __.._$1.27.___.._$5�715.00
_ __ _
LF 400 $2,65. _ _. . $_1.�D60.00
_ LF - 37Q-- - $2.85 $980.50
_ __ � - - -. ---
_ . - - � _ _ _ -__ __....
LF 84a_ _ ... - --- �12.36 _. ._ _ $10,382,40
, _.. _ _
-
EA 93 $247.25 __. _ ._$3,21�1,25
_____
EA 24 $5.00 $'{20.00
-- .. _. �.__ _ _ __ _
mj�A 60 $5.OD $300.00
_.�.__.... -. _ _, __.__.� ... . ......... . . ..._ .__._.__
�A i 50 $S.OQ $750.00
----- - .
._ _ _ _ __ ._.. ._ . _ .. - . . - -
�A _ _ _ 2 _--- --- $9,228.75 ..- -_$18,457.50
F� 18
�A
---�� --
LF
- �F --
� .�� _
- �� -_ .
�_ �A -
. _EA �_
- �A _
EA.._
- �F _.._._
_ _L� . ..
EA
__ L� _
_ L�. -_
. __LF_ .
�_ �� _-
EA
�A -
_- �A __
$373.75 $5,980.fl0
_ 2�_ -- --�--� $�E[1.25 -..._ . __�805A0
-- 241 � ___ _.$5.7� --_-___$1,385.75
-- --__._ _ _ _ __._. _ _ _. .. _ __ _ ____. - --
59 $12p.75 $7,124.25
- 1p - - -$500.25 - - --$5 002.50
13Q � $931.5a $�21,095.00
- 44 ---- $'[,006.25 $�44,275.�0
- 1 �-- $9�5�a�QQ �$11,500.00
�3 � __ $4�6 �QQ.00 _ $�38,a00.p0
�-- 2 --- $3,910.U0 -- --$7,82D.Q0
�363 � V Y $82.5Q $29,947.50
910-- ----$116.9g-__._�12,779.80
$2,228,133.53
_ �__.__ _. _ _$5�750.QQ _ __ _ $5;75Q.00
1,675
��J 290
_.__500
__ 1
$26.45 $44,3Q3.75
- $35.65 � -�V$i0,338.5D
_��$29.90 �_ $14,95QA0
$9,173.OQ � $36,363.a0
$1,407.fiQ �$9,ap7.6Q,
_ _ $139$6.05 _ _ __ $5 958.'3_b,
00 4 k 00 Eid Pmposal Wockbaak-Adde¢dum #2xls
0o aa a3
BInPAOYOSAL
Page 3 of A
SECTIpN Q� 42 �43
PROPOSALFORM
IJN��' P�I�� �ID
Project Item Tnformativn
..� No:'�, Description
----__ ._ _._ _... . ._. _...._- -_�.---. .._____._�_A _ .�.
88 34�41,1011 Ped Signaf Head Assmbly _._ _��_
� 34�41 1E13'1 FurnishllnstallAudible Pedestrfan Pushbutton
�i�c��r�'� ��aplic����ar�
Specification Unit of Bid
5ection ATo. Measure Quantity
3� 41 10 -- �A -- _ .�1 p --.
89 . 3�4 41 � 0 __�A - - -- � Q --
5tation
_ __-__ _ _.__.. . _ _ _.__--- ----- - - - _ __------- - -- -.. ..___-- __
9D 3441.1205 �'urnishllnsfalf VIDS 34 41 90 EA 19
_ _.�_ _ _ _ �_ _.. . . .._ - .-. - - - - _ __ ____. _. _ _ - -.-- -__ _._ _ _. _ ._._-- - � .__ _ . __
91 3441.1209 Furnishllnstal! BBU S stem EXT Mounfed 34 41 10 EA 1
_.._ ----. __ _...... �......____ ____Y � .. _ --- . ._ �____ _._�__._ _ . __. _ __�..� _
92 344'f.1215 FurnishllnstaEl hlybrid Detection Sys#em ,, 35 49 10__ APR 3
---- _ _ . _ _ _...._ ._. __ --- - --_ ____ __ _.__
93 3441.1217 FurnishllnstaH Hyf�rid DeteCtion Cable 34 41 10 LF _ _ 585 __
_ . _.. _ . __ _ �_ __. . ... ._ � .._�._. __ _ __ _ _--------- --- - --- -- - -
94 3441.1224 Furnishllnstall Preemtion Cable 34 41 10 LF 995
__ .. .- --_ ___.__. .._ . --- ---- --- ---_ __�.... _-___-_ __ _ _. ....._.. _-----
g5 3441.1226 Fumishllnstall Model 722 Preemption D�tector 3449 �t0 � 6
_ _ _ _ �._ _ _ ._ . .- -- - --- -- - __ _ _ __ -- _ -- - -- _. ._ .. - - - - ------- - - ---- _
96 3441.1234 Furnishllnstall Radar Cable 34 41 1 D LF
� __.. _ . _��__ --- -- _...-------_.. ._.....__ ---------- -- -- _____-_ _
97 3441.1369 81C 92 AWG Multi-Conductor Cab[e 34 4'f 1fl L�
__ � ._ _� ._ � _ _ .. .__ ,. - - ._ � __-_--- ._� ._ .. ... _ .__._._. __ __._. . _ �
98 � 3441.13t0 4/C 14 AWG Multi-Conductor Cable 34 41 10 LF
_..._... __�.� ____.�.__._ __._...---�_�W__....---.......... .__�__ ___-__......_- -
99 3441.�311 51C 14AWG Multi-ConductorCable 3441 90 LF
� __ �-- ---- -- - _. _ �..__. �_ � _______._ . - --- .. . � �.� __._ _.... �_ _
100 3441.1312 71C 14 AWG EUlulii-Conductor Cable 34 41 10 LF
_ .. _ __ _ _ __ _ _ .._- - - - ---- - . __ __ _ � __ � _.____._ _._...._ . _. _ _ � �_ _._ _ __. __ -
1Q1 3441.1314 10/C 14 AWG Mul#i-Conductor Cable 34 41 1� LF
__. __ __.. - . - - .---_ _ _ � __ �.____ _ _. _ _ , __- - - -_ ._..._�____ ._ ._ ___ _� - -- � _ . �_ _.. _.
1p2 3441.1315 20/C 1�4 AWG Mu�ti-Conductor Cable 34 41 10 LF
_ �.__. _.. _.- -- .. .__ �_ _._._ _.._. _. __- ---- .------ - �_ __ _._.---_....__. ...__ __� �___ _ __._--
103 3441.1322 31C 14 AWG Multi-Conductor Cable 34 47 10_ ^� L�
- - �- --- �_ _� _.�____ _ _.___ ._-------------- -
'! 04 3441.1408 No. 6 Insulated Elec Condr 34 49 'f 0 L�
___ _ __.-- __ _. ___-__. ..._-- - . _ _ _- ___---._..---_...._ . . - -----� __.._ ____T _
i D5 3441.1409 No. 8 Insulated Elec Condr 34 41 'f 0 LF'
-- - -- -- - .- -- ._ _ _ _ _ __�_ __ � _ _----_ _.� ---- --- -_._._�___..... __ ____ � _�. _� _.__- -_
106 3441.9411 No. 92 lnsulated Elec Cvndr 34 41 10 LF
- - ---- - - - _- - -- - -_ __ --- - ___.._--_ -- _ _._. _ . .. ---- -----_- ___._.. _ _
1Q7 3441.i413 No. 6 Bare Elec Condr SLD 34 41 10 LF
___._._ _ .. _ ____ .---�__.____,_..______� ___. ._ ....---.--.�.�.�� __._-
1Q$ 3441.1414 No. 8 Bare �lec Condr 34 4'f 1fl LF'
-- - __�. __ . _. _. _.._ _ -- ---- - - ,_ __.. _ .__---. _._.----- -_ _ _ _.._.,___. --.--.. __� _..- ___ �.�,_.
1a9 3449.1503 Ground Box Type D, wlApron,___ 34 4�[ 70 EA
_�____ _ _..._ ---.____._��_:_� _ __...__.. .----�_ _._ _�__
110 3441.1603 Install i0' - 94' Ped Pole Assmbiy_ 34 41 10 EA
_ _._ _.. ._ _ _ _..----__ _� --- -_. _.. m _ _.�._..-� _ .. _ _. ___.___._-- - _... _..
_
111 3441.1611 Furnishllnstall "fype 41 Signal Pole �___ 34 41 10 EA
- - _ � . . __ ... . .. . _----� _� �.. _ _ - --- - - -�-- -
112 3441.t612 Furn3shllnstall 7yPe 42 Signal Pole 3441 10 � EA
� 3441.1813 Furnishllnstall Type 43 Signal Pole (per 34 41 10
��3 7XDOTsfandards) �A
.._..__ ___ _______ .___ _ ._....�_._.. _ _ _ __ _ .._.. . . _.._ _ _ _. ___r _.__ - -- ___ _
� 14 3441.1614 Furnishllnstall Type 44 Signal Pole 34 49 1 p EA
_.__. .._...-- _�_�____.______ ___..�_._.���--,.- ---. . --- ----- --____ _ _ ____
115 3441.1623 Furnishllnstali hl[ast Arm 1B' - 36' 3�4 41 10 EA
--_ _. ______.�_ __.._ ..__.,__ __._.__�___..___ ._. . ___._ ._.__ _ __..__.__
116 3441.'I624 �umishllnstall MastArm 40' - 48' 34 A9 '�0 EA
. �__ _ _.._ .._.._ _ - __- -- - _ _ -�- --- ---- - - - __. �_--_ _ _ --- _ _ ,._ _ _ __ _
197 3441.i6�5 FurnishllnstallType33AArm 34�11D �A
� __ . ..__. ._� __ ��� ___.._ ..._. ..V- ---- _.�.__ . .. ..... _ ___ _�._.. _-- - - ___--_
'E'18 3441.17D1 TY 9 Si nal Foundation 34 41 1 D EA
�______ _. _.. . _.- - --- .�.. _--- 9 _ --- . � _-------- ---- - - . ___- _._ - - __. _ ._ _ _ _ _.. _ __
'f i 9 3441.17fl3 TY 3 Si nal Fp�ndation 34 41 10 EA
- - - ---- -- � _ .. _ g _ _--- - - - ---- - - - - ... � ..�._ _ ._ _ - -
120 3449.1704 iY 4 Signai Foundatlon 3�4 41 10 EA
. ..... _ ...__ ---_- _____..._. _ -.__� _ �._.__ . ..._._. ..._ _-- _--�..._.._ _ _ _ - - _
��� 3441.1707 FurnishllnstalE Signal - 5crew in Base 34 �4� 1Q �A
Foundation _
122 3�41.1713 Signal Cabinet �oundation - 352i � �,_ 34 41 90 �A _
123 � 3441.17�5 Signal Cabinet �oundation 352i 8� BBIi `T . 34 41 10 �__ _ �A _
_ __ _ _ _T _ . _ _ .._.��� �_ - - --__
324 3441.1725 Fumishllnstall ATC Signaf Controller 34 41 10 EA
_.. ,.. __ . _ , � _ _�_. . _ _ _ _._ . _._ _ �_ ���_ _ __ __.. _ _ _._ . _ __ -_- _---___.�
125 34a1.�74f Furnishllnstafl 325i Controller Cabinet 34 41 10 �
_ _ ._ ___ .. _ _ ... _ ____V__ ___ ___ . . . .�__ _ _.T_. - --__ _ � . _._. � __
126 3441.9772 �'urnishllnstall 240-480 Volt Singl� P�ase
Transockat Metered Pedestal
-� _ _. ___ _ _. ... ---- ..___ -�_____��_ __ _ _�_ __- _.---._.... .. __._.
127 3441.4001 Furnishllnstall Alum Sign Masi Arm Mount
_ �.___.�____..._... --__ ________.___._m_ _ _______--------...._.
T28 9999.0014 �urnishllnstalt PTZ Camera
____ _ - -- --- -.. . --- --- ------- -------- ----- --- --- --- _ ._.. ..
129 9999.OQ15 Furr�ishllnstall �themet Cable (PTZ Camera)
__...__ ... _�.�--. ...... ....._. ___ _ -------- --.__ __
930 9999.Da16 Furnishllnstak! 4G DIGI Modem
� 49 20 . _._....
34 41 34
34 41 10
3441 '!0 �
3441 i0�
i,750
_ 900
100
. _1.320
365
2, 540
�.1 �2D5 ._
i15
- 4.'! 20 ...
_ _�DO
__ �Qa_
2,2D0 -
_ . 18 ....-
-5 �
8
1
2
-7 -
12
-- � - -
.� _�� _
�_ 5__r.
-- 9--
- - 3 ----
19
--
- -�- - -
Bidder's Proposa!
Unit Price Bid Valt�e
_.. ___ _ . ._ _._ ...... _..__ _.__ w.�_� ._
__ $920.OD _-- - $9 200.Oq
$2,196.5p $21,965.00
� $2,24Q.20 $2�},6�2.20
$8 756.1 Q - _ $8,'7a6,,10
-- $9,027.50 __ $27,082.50
$3.45 $2,01$.2S
_ . _ -�- --- , _ _ _ . ._ _ ___ _
$2.87 $2,855.fi5
_--- $3�623.65 $2'l,741 _90
$3.45 $f,037.5D
_... � -$2.65 $2,385.00
�._ ..� _ �2.47 � $247.00
---- ---- _.._ . __ _ __ .__._._ ..... _._
_ _ _�2.b3 -- ---- --$3,339.60
$2.99 $1,091.35
� �_ $3.7�# �-- � $2,QOD.9D
r..__-- - - - -- - --.._ ._..
_--- _ -- -$5,75 __- - _ $14,605AD
$2.24 $257.60
� �$1.90 --� -- $7,828.00
_ _ _._ _ _ $1.55 � - --- $620.Ofl
__ -- _ $2.24 - --$224.00
_.�_ $1.90 � $4,180.Q0
-- -$1 242.00 , $22,356_00
_ _ _$1y092.50 --__-$5,4fi2_50
__ __._$9 595.60 _ _$96,764.80
_. $7�769.�4Q _ $7,769.40
__$40,964_90 __ . $21�928_2D
$8,075.30 $8,075.30
u�� $2,272.40 �_� $27,268.80
---- - - - -- --.. . . _.__ -
$3,27�}.05 $6,s4s.1a
--- - -_ __..__ _ _ _ __ . _.
__ . $419.75 _ . . . $3�777,75
$'[,407,6Q $7,038.00
_._ __.� _._....--- .. .. ......... ._. .-.
_ $4,295.25 _..._..__$38,657.25.
$fi,145.50 $18,436.84
� $90$,50 _ __$9 993.50
_ _ $3 367.20 � __ $3 367.2D
. _!�mm_$5130_15� __�$5.730.15
3
EA 2
..__- - - -- --- -- -- -
�A g
�. -_ _ __--
EA 3
. EA ._ _ _ 375
_. __.....__ - -._ _--__
EA 3
_ $18,794.45�____. $56,3$3.3
$7,820.00 $15,G40.00
---- ------ ------._.. ... .- ---- ---
$�4�4_00._ _..... $5,796_0�
$5,917.9d $17,753.70
- -- - -- -- --._......_. ._. .. - --
-- $?-30 _ _ $862._50
$2,393.80 -� $6,949.40
C1TY OF PQRT WOATH
STANDARD CDNSTRUCTION SPECfPiCATIOPi bOCUMHNTS
Form Revised 2a120120 00 41 00 Bid Pooposal Workbpok-qAAendum #2.zls
0o az n3
BID PROPOSAL
Page4 of4
SECTION QO 42 43
PROP�SALFORM
un�rT ��ic� �i�
�id�er�'s �A��li�ati�n
Project item Informatiort IIidder's Proposal
Bidlist Item Specification Unit of Bid
No. DesCription gection No. Measure Quantity �nit Price Bid Value
- --- __.__ _ � _ __ __ _ _._ _ ..._ ��. _ _ _ __ __�. � ._ - - -„
� 131 2605.301't 2" COI�[D7 PVC SCH 40 (T) ^ _ 26 05 33 - _ LF _ _ 1,8DD ___ _ _ $2Q.70 _ _ $37,260.Oa
._-- ---- ----- _....�_ �___.__ �
132 2605.3012 2" CONDT pVC SCH 40 (B)� -- --� 26 Q5 33 _- ,_ LF 2�OD0 __.__ __ $?$.75 �_$57,5Q4�0�
_ _. _. - ---- -
i 33 3441.15d2 Ground Box Type_B, wlApron _--- —� _-- - 3�F 49 1 a__. _... __EA 12_ _. -- --$1,035.00 ____�92,420.00
__ _
'i 34 3441.9645 Futnishlln5tall 7ype 33A Arm 34 41 20 EA 27 $4'i 9.75 $11,333.25
____ �_.____ _..._._ . ...---_. _._..._-__.__ �_._ ___.... __ _ __ __ _______. _� _.____ ---- _.._ .
135 3441.9 772 Furnishl(nstall 240-48fl Volt Single Phase 34 41 20 � ,�
7ransocket Metered Pedestal $7 820_00 _ ___$7,8Z0_D0
_. __.. -_�_ � _ __ _,_._.
_._ � _ .__ _ ` _. _ _ _ _�.___._ . � . _. . _ _. __.
136 3441.3302 Rdvvy Illum Fou�ldation TY 3 34 41 20 �A 19 __ _ $2,029.75 � $38 565.25
_ ._--_____—___��_. __..__ _._ ___..._. ___—__W�___ _.___ �._----- -
137 3441.3352 Furnishllnstall Rdway 111um TY 18 Pole 3441 2D EA �i9 $2,293.10 $43,568.90
_ _ _ . . _. _ . _ _ . _. _ � _ __ _ ____, _ _._.. _ ____---- -- _ .�____. �____. � _ �_____._ _ _._.__ _.. _ . _.,.. _� _._. _ ---.. _ _ � __, _ . �� _ .� __.�
138 3441.3404 2-2-2-�# Quadplex AEum Elec Conc�ucEor 34 41 20 �F 3,730. __ .__ ., _. �_ $3.45 __ ^$12 8�8_50
_ _ ._ . ._ _ _ _.__ _ _� _ �. ___...._. .._..... -�. _ - _ �... _ ___. � _.. --- -- -- -- -_._ _ .___ . . _. . _
139 9999.0013 Furnishllnstall LED Lighting Fixture __ 34 41 20 E4 27 $638�25 ____$17 232.75
-- .... . ..
Su�-Total Unit lll $9U1,224.45
R�d Summary
Sub-Tatal Unit 1 $80�804.i5
Sub-Total Unit 11 $2,229,133.53
Sub-Total Unit Ilt $907,224.,45
'�'ota[ Bid (Unit I+ Uoit lI + fJnit IEI) $3,271, 4 62.73
ENIi OF SEC"I`IpIY
Cl7'X Ok' FORT WORTH
STANbARD EqNSTRUCI'[ON SPBCIFICATIOAI UOCLSMENTS
Form ]Levised 20120120 00 GI 00 8id Propasak Work6aok-Addendum #2.xls
Q04313
BID eOND
Page 1 of 2
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
That we, Reiiable Paving, Inc. , known as
"Bidder" herein and SureTec fnsurance Company a corparate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are held and frmly hound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "Ciry" herein, in the penal surn
of fve percent (5%) of Bidder's maximum bid price, in lawful money of the Unifed Sfakes, to be paid in Fort Worth,
Tarrant Counfy, Texas for ihe payment of which sum well and truly to be made, we bind oursel�es, our heirs,
executors, adm�nistrators, successors and assigns, jointly and se�erally, firmEy by these presents.
WHEREAS, the Principa� has submitted a bid or proposal fo perform Work for the following }�roject
designated as Kroger Drive Phase 2
(From Ray White to Park Vista Circle)
NOW, THEREFORE, the condi#ion af this obligation is such that if the City shafl award
the Contract for the foregoing project to #he Principal, and the Principa! shall sa#isfy all requirern�nts and conditions
rec�uired for #he execution of the Contracf and shall enter into the Contract in wrifing with the City in accordance wi#h
fhe terms of such sam�, then this obligation shall be and become nulf and void. If, however, the �'rincipal fails to
execute such Contract in accordance with the terms of same or fails ta satisfy all requirements and conditions required
for the execution of t�e Contract, this bond shall hecome the property of the City, without recourse of the Principal
andlor Surety, not to exceed the penalty hereof, and shai! be used to compensate City for the difference between
Princ3pal's total bid amount and the next seEected bidder's total bid amount.
PROVIDED FURTHER, that if any legal action be filed on fhis Bond, venue shall !ie in Tarrant County,
Texas or ihe United States District Courf for the Northern District ef Texas, Fort Worth Division.
IN WITNESS WHEREOF, fhe Principal and the Surety ha�e SIGNED and SEALED this i�strument by
duly authorized agents and officers on this the 17ti� day of December , 202Q.
ATTEST�
r
Witness as to Principal
CITY OF FORT WORTH
STANDARD COMSTRl1GTION SPECIFICATEDN �OCUMENTS
Form Revised 20771109
1�RI�iCIPAL:
Reliable Paving, inc.
BY: - ' „ .
ignakure
_ _. � - -- �
Name and Title
UO 41 4U Bid Proposal Wor&book
00 A3 i3
BID BOND
Page 2 of 2
Address: 1903 North Peyco Drive
Arlingion, TX 76001
SURETY:
SureTec Insuranc� Com an
�Y:
Si nature
5ophinie Hunter, Attorney-In-Fact
Name ancf Title
Adciress: 9737 Great �lills Trail, 5ui#e 320
Austin. TX 78759
Witness as to Surety Telephone Number: 2'l4-989-D000
Attach Power of Attomey (Surety) for Attorney-in-Fact
�Note: If signed by an officer of the Surety Company, fhere must be on fiEe a certified extract from the by laws
showing that this person has authority to sign such obligation. If Surety's physical address is different from
its mailing address, botf� must be provided. The date of the bond shall not be prior fo the date the Contract
is awarded.
END QF SECTION
aTv o� �oar waarH
57AN�ARD CONSTRUCTION SPECIFfCATION DOCLiMEN7S
Form Revised 20f71109 00 41 DO Bid Proposal Workbaok
�,p� �: 4221097
����y���� �����zr�x��� t�'�������y
��� ��rr��.�; ��vv�� �r �����t�v��
K�taw Al! l�e�t l�y Tfiese f'reserrds, i'hat �Llf�E't'.EC TNSURANCE C(JMl'�iNY (ihe "�ompany„), a corparation du[y arganized arrci
existing under ihe Iaws of th� S�ate of T'exas, and �avina its prirteipal offce in Huuston, Harris County, Texas, �io�s by fhese presenf,s
�nake, cc�z�stift�te and a�a�ainf
Don E, Gornell, Ricardo J. Reyna, Sophinie Hunter, Rabbi Morales, Kelly A. Westbroak, Tina Mc�wan, Joshua Saunders, Tonie Petranek
its true �nci .lawfttl Attort�ey-.in-fxet, �v€tlt fuli power and at�tliority herehy can#'erred ic� its natr�c, place anc{ stead, to execute, a�ki3owlecige
anr] d�liver ai1�r a��ci afl bor�ds, r�ccsDiiizances, undert��in�s ar otlaer it�strutne��ts or �o�ttacts of suretyship to inCiude �=aivers to the
coz7ditioi�s of contracts anci conse��ts af surety. fox, �az•nvidi.n� #1�e b�nd pcnalty daes not �xceed
Five Million and 001'[O6 bollars ($S,OOO,Op0.00)
�nd ta hit�d ti�e Co�npany thereby as fully t�nd to t1�;e s�t�rne extent as iFsuch l�and war� si�necf by #he Preside��t, sealeci with the eorpor�te
se�l nf YI�� CoiY�pany actd duly� atCesCed by its Secretary, hereby ratil;yiiig ar�cl c€�E��rming ali tl��t th� sa.ic� Atic�.rn.ey-in-Faci m�y do i� the
�re�nises. 5�id a�a}�vintment is m�c�� �rnder ancf 6y authority oi the �ollavrin� resolutions of the 13c���•ci of I]a�•ecto��s af tFae 5ure'l:ee
ii�sura��e G�r�tpany:
C3e at Resotved. tttiat tl�e Presider�t, airy Vice-Pr�sident, ar�y l�csist�ant Vice-I'residcnt, a��y Sacretaey ar ar�y AsSistani SecreE��ry shaEl be and is
4�ercby vested �uitla fuil pawer ane� ar�tk�c�ritp to �p�ioint �ny uLt� or more suetabie persaits 1s Attor��ey(s}-iaz-i'aci to re�rese�aG s�ad act f�r and oc�
behatfo9� tl�e Coin�any subj�et tn ttte fnlEcssving pc��visinns:
r�tlarney-in-Furt r��ay he �iten fulf pa�ver anci aulhorily for anc� in. ct�e ��ame c�f ac�d of`]zel�alf c�ftl�e Cn�npa�y, to e�eeute, acknowEedge and
cieli.e�ec�> azay and al! l�.c�nds, recogniaances, co�jtracts, agre�menCs nr inde.n�nity ar�ti otl��r cond'€ti�nal ar obligatary underta�ings anci �ns� anc� att
notices a��cl cias;umei�f� car�celiri� or t�r�ninating ih� Camp�ny's li�bility tl�ere��i�der, �td ��y s�cl� i�siru��er�ts so ex�cuted by a€�y such
Attorney-in-f act sE:all be bindin� u�a« ti�e Ctsm�any� as if si�ned �y tP�e I'resfciet�t 1nd sealetE and effectec] hy ti�e Goi°�oeat� Secretar}�.
8e it Resolvect, N��t the sign�€t7re of any au[]�o�•ized c�t�ieer an� se�1 <��°the Corn�any heG-eic�f�re Un c�:reai�er affixed to any �ower of a.k€r�G•�3ey nr
ae�y cereieicflte relatin� tlaereic� l�y fAcsiinile, and tu►y po��er �f. a[tnrne� n� curtifcat., hcarin� f�esirr�i[e signacuee or �acsimite sea( shal! be vali�l
anct bi[7�1.ing upt�� che C:t�r��an�� �vit[� respeGt to any bond t�r uncle�ca[�ing ta ��hiLh it is xtt�cl�ed. (.�cio�te.d a! a rrresting hetd on 1CY�' �f ��ril,
1999_)
1`r� Wa�rress ii�iae�eaf, SUIZE"I'EC IN�UR�NCE CC3MP.A�V"� has c�use�i �hese �z•eser�ts tn be si�ned by its Pres�dent, an.d its c.a.rparate seai
ta be hereto af.�ixed #ftis zam �[�y r�� APriI [�.�. za�o .
State af T�xas ss:
Count� vt'Harris
_ �,�� "..._ �CIR�TI�C IN�U]RANC�.E �ti�V1i�ANY
��l_ �`� � r.. �;� �l �3': ��������y4�
�i+ t-�- ��'45-_:i - -
��J� aif� �" 7 i �':
} , �,• M.�chaet C. l{�iinig: Pres�dc�! }
y{r� /���_ .f
J :} � A ' �
}_ii 1 .� w .1J �.' _
�� �_ � �
On tliis zam day of .4nri� A.LI. zozo b�fora ma p.ersonally �a�r;e li�.ict�ael �'.. I�eirr�.9�, ta �ne knc�wn, wht,, t�ei��g l�� nle du[y sruorr�. rlid de�ose nr�d sxy>
that h� re�sides En I-iauston, T'exns, ttxat l�e is Yres�dent of �LJRETEC IN�U.f3ANC� C'03�4PAP�Y, the ev�n}�ar�y describe� in �nd whicl� cxecuterJ #hc abc�ve
'[nstru�t�e�it; that lie kno�:s� Ylte seal �f sai� Can�}�auy; th�t Yl�e scal �fGxed ta said instru�nent is such cor�orate sea[; that it was so affix�d by ord�r of thi
F3o1rd of Directors of said Cornpany; and tlint he signed his n4me thereto by li[c� oeder.
JF`4yW},.,�;{'4t ��IYFri�l���}.+
+F 4 " YYM�iY r�AX�. •FHiW �� F�
a.a
���i,�,�,, L".,�irn�.F�u�rff*11,��;l4•�
¢r+fi�x�f.� �i�� ���r� irx �s�usr��,
,-w a . t..�--f�r+.�
� ��, �_ ..,�-q�~..~-�
I _ k �,.,6«^"
� '1'�nyal ��eed, Natati-} r'ai1a14e �...._
My CCJii'EIi115SE�011 E3i�31f'i,5 t�f3TG}1 3O, ��}�3
I, M. Rre��t �3e�sty, Assi:st:3r�t 5ec��eta�•y of �C►R�TEC IiVSURh4�C� C(7IVIP�2+1Y, dc� ircreby ecriify Ytt�t the abn�e and ���•e�uin� is a Crue and cocrect co{�y
c�1�a Pnvw�r nf.Aitornc�<; exec�ztec� by said Cuin�,in}, �vhich is stitf in fuil fore� and eFf�cl; and fut'Elte�'�no��e, tl�� resalutinns of the Huard rtf l3irectors, set
c�€st in the I'�scec offtito�-ney a�•e in f�ll fo��c,�c; ana effccl.
�iven under �ny hand at�d the seal of said (:ar��pany at l•Io�zston, `i'exas this 97t!'i_ d�y ut' De mber 2�, A.I�.
.
�f� ���� � ��- ��-� � � -r� -
� � �� ;� � �_ d � � -
�---- �-- . ------
T�1. �CP,3it I�'YL'�l}'. tlki��l�n��S`e�i��i:i�-��
Any instrument iasued !n excess of th� pena[ty stated ab�ve is Yoi�lly vaFd and wit�rout any 4a9idity. 4221097
Fdr verificatipn of the ��thority of this pnwer yau �nay �att {713} �12-fl800 any busin�ss day betw��n 8::30 am and 5:00 pm CSi.
�u�°���� I�sa�r�ar�ce Gom�a�y
i��o�r�n�� n�o����
�tatu�ory �omplain� No�i�elFiling ofi C�aims
To obtain information or make a complair�t: You may call the Surety's toff free teiephone number for information or to make
a complain# orfile a claim at: 'f-866-732-0099. You may also write to the Surety at:
SureTec fnsurance Company
9737 Great Hills Trail, Suite 32d
Austin, iX 78759
You may contact the 7exas Department of Insurance to obtain information on companies, coverage, rights or corr�plaints
at 1-800-252- 3439. Yau may write the Texas Department of Insurance at:
PO Box 149i 04
Austin, TX 78714-9104
Fax#: 512-490-1007
Web: http:llwww.tdi.texas.qo�
Email: ConsurrierPro#ection@tdi.texas.gov
F'R�MIUM OR CLAIMS DISAUTES: Shouid you ha�e a dispute concerr�ing your premium or about a claim, you should
contact the Surety first. ff the dispute is not resol�ed, you may contact tne Texas Department af Insurance.
Texas Rider 8/2019
00 43 37
VENppR COMPLIAIVCE TQ STATE LAW
Page i of 1
s�crio� ao �.3 37
VENf�OR COMPLIANCE TO STAi� LAW NON RESIDENT BIDDER
Texas Government Cade Chapter 2252 was adopted for the award of contracts to nonresident biciders. ihis law
pro�ides tF�at, in ordsr #o be awa�ded a contract as low bidder, nonr�sident bidders (out-of state contractors
wMose carporate offices or principal place of business are OlAfSiCIE the State of Texas} bid projects for
constructian, impro�ements, supplies or ser�ices in Texas at an amount fower than the lowest Texas resident
bidder by the same arrtount that a Texas resident bidder would be required tv und�rbid a nonresident bidder in
order to obtain a comparable contract in the Staie which the nonres�der�t's principal p�ace of business is located_
The appropriate bianks ir� Section A must be filled out by alf nonresidenf bidders ir� order for your bid to meet
5�ecifications. The faiiure af nonresident bidcfers to do so will at�tomatically disqualify that bidder. Resident
bidders must check the b�x in Sectinn B.
A. Nanresident bidcfers in �he Sta�e of , our principal pEace of husiness,
are required to be percent low�r ihan resident bidders by State Law. A copy af the
statute is attached.
Nonresident bidders in #he State af , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent corr�pany or major+ty owner is
in #he State of Texas. 0
�IDD�Ft:
Reliable Pa�ing, Inc.
1903 N Peyco
Arfington, iexas 76009
By: Charles M Long
t_ „ ` _
ignature}
Title: President
Date: �l/a7 � Zt G_ �
- � _ - - ----
END �F SECTION
CITY OF FORT WORTH
SFANDARD COI�ESTRUCTION SP�CIFECATION DOCUMENTS
Form Rev�sed 20�[ 10827
00 41 OU Bid Proposa! Workbook-Addendum #2.x]s
004511-I
B1DD�I2S PREQC7ALIFICATION5
1 sECTroN oo a� � �
2 BIDDERS PREQUALIFICATIONS
Page 1 of 3
4 1. Summary. All contractors are required io be prequalified by the City prior io submitting
5 bids. To be eligihle to bid the contractor must submit Section 00 45 12, Prequalification
b Statement for the work type(s} listed with their Bid. Any contractor or subcontractor who is
7 not prequalified for the work type{s} listed must submit Seciion 00 45 13, Bidder
8 Prequalifcation Applzcation in accordance with the requirements below.
9
I O The prequalification process will establish a bid limit based on a technical evaIuation and
11 financial analysis af the contractor. The information must be subrnitted seven (7) days prior
12 to the date of the opening of bids. For example, a contractor wishing to submit bids on
13 projects to be opened on the 7th of April r�ust file ihe information by the 31 st day of March
14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's
15 Prequali�cation Application, the following must accompany the submission.
16 a. A comp7ete set of audited or reviewed financial statements.
17 {1) Classified Balance Sheet
18 (2) Incorne Staternent
19 (3) Statement of Casli Flows
20 (4) Statement of Retained Earnings
21 (5) Notes to the Financial Statements, if any
22 b. A certified cQpy of the firm's organizationai documents (Corporate Charter, Articles
23 of Incoiporation, Articles of Organization, Certificate of Formation, LLC
24 Regulations, Certificate of Limited Partnership Agreement).
25 c. A completed Bidder Prequali�cation Application.
26 (1) The firrrt's Texas Taxpayer Iaentification Number as issued by the Texas
27 Comptroller of Puhlic AccounCs. To obtain a Texas Taxpayer ldentification
28 number visit the Texas Comptrpller of Public Accaut�ts online at the
29 following web address www.window.state.�.us/taxpermid and fill out the
30 application to appiy for your Texas tax ID.
31 (2) The firm's e-mail address and fax number.
32 (3) The firm's D[JNS nurnber as issued by Dun & Bradstreet. This number
33 is used by the CiEy for required reporting on Federal Aid projects. The Di]NS
34 number may be obtained at www.dnb.com.
35 d. Resumes reflecting the construction experience af the principles oithe firm #'or firms
36 sub�nitting their initial prequalif�cation. These restunes should include the size and
37 scope of the work per%rmed.
38 e. Other infarmation as requested by the City.
39
40 2. Prequalificaiion Requireknents
41 a. Frnaneial Stateme�ats. Financial statement submission must be provided in
42 accordance with the following:
43 (1) The City requires that ihe original Financiai Statement or a certified copy
44 Ue submitted for consideration.
GiTY OF FQRT WORTA Kroger Drive �hase Ii
STANbARD COAi5TRL7CTTON SPEC[FICATION DOCUMENTS City Project No. 101015
Revised 7uly I, 20l 1
0045 11 -2
BIUDERS PItEQUALIFICATIONS
Page 2 of 3
I (2) To be saiisfactory, the financial statements must be auciited or reviewed
2 by an independent, certiiied �uhlic accounting firm registered and in
3 good standing in any state. Current Texas statues also require that
4 accounting firms perForming audits or reviews on business entities within
5 the State of Texas be properly iicensed or registered with the Texas State
6 Board of �ublic Accountancy.
7 (3) The accounting frm should state in the audit report or review whether
8 the contractor is an individua(, corporation, or Iimited liability company.
9 (4) Financial Statements must be presented in U.S. dollars at the current rate
i4 of exchat�ge of the Baiance Sheet date.
f 1 {5) The City will not recognize any certified publfc accountant as
12 independent who is nat, in fact, independent.
13 (6) The accountant's opinion on the iinanc�al statements of the contracting
14 company shauld state that the audit or review has been conducted in
1S accordance with auditing standards gencra)ly accepted in the United
16 States of Atnerica. This must be stated in ihe accounting firm's opinion.
17 It should: {1) express an unqualified opinian, ar (2) express a qualiiied
1 S opinion on the statements taken as a whole.
19 {7j The City reserves the right to require a new statement at any time.
20 {8) The imancial statement must be prepared as of the last day of any month,
21 not more than one year old and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph 1.
23 {9) The City will determine a contractor's biddit�g capacity for the purpases
24 of awarding contracts. Bidding capacity is deterxnined by multiplying the
25 pasitive net working capital {working capital = current assets — current
26 liabilities) by a factor of 10. On1y those statements reflecting a positive
27 net working capital position will be considered satisfactory for
28 prequalifcation purposes.
29 {10} In the case that a bidding date falls within the timc a ncw financial
30 statement is being prepared, the previous statement shall be r�pdated with
31 proper verificakion.
32 b. Bidder Prequalif cation Application. A Bidder Prequali�catior� Application must be
33 submitted along with audited or reviewed financial statements by firms wishing to be
34 eligible to bid on all classes of construction and maintenance projects. Incomplete
35 Applications will be rejected.
35 (1) In those schedules where there is nothing to report, the notat�on of
37 "None" or "N/A" shauld be inserted.
38 (2) A minimum of five {S) references of related work mus# be provided.
39 (3) Submission of an equipmcnt schedule which indicates equipment under
40 the control of the Contractor and which is related to the type of wark for
41 which the Contactor is seeking prequalification. The schedule must
42 inefude the manufacturer, rnodel and general coxninnon deseription af
43 each piece of equipmenk. Abbreviations or means of describing
44 equipment other than provided abovc will not be accepted.
45
46 3. Eligibility to Bid
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may reject, suspend, or modify any prequalifieation for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issu� a letter as to the status of the prequalification approval.
CITY DF FDRT WORTH Kroger Drive Phase Ii
STANDARD CONSTRUCTION SPECiFTCATTQN DOCUMENTS City Froject No. L 01015
Revised 7uly 1, 2U I 1
0o as u - 3
BIDDGRS PREQUALIPICATIONS
Pagc 3 of 3
1 d. If a contractor has a valid prequali�cation letter, the contractor will be eligible to bid
2 the prequalified work types until the expiration date stated in the letter.
3
4
S END OF SECTION
CITX QF FORT WORTH Kroger Drivc Phasc TC
5TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 Ol5
Rcviscd luly l, 2Q11
00 45 12
BI� FOFti1A
Page 1 of t
s�crio� oo �� �x
PREQUALIFICATI�N STAT�MENT
Each Bidder #or a City procurement is required ta complete the infprrr�ation below by identifying the prequalified
c�r�tractors andlor subcontractors whom they intend �o utifize for ti�e major work type{s} listed.
Major Work Type Contrac#orlSubcontractor Cornpany Name Prequaiification
Expiration Date
Concrete Paving
Cvnstr�actionlReconstruction F�eliabEe Pa�ing, Enc 2/1/2021
(LESS THAN 15,Oa0 sq�aare
yards)
Asphalt Pa�ing
Cflnstructior�lReconstruction Reliable Paving, Inc 2/1/2021
(GR�AT�R THAN 15,pOQ
square yards)
RoacEway and Ped�strian gean Eiectric 3/12/2021
Lighting
Water Distribution, Urban and
Renewal, 12-inch diameter and Tejas Commerciaf Constructian $139/2029
smaller
The undersigned her�by certifies that the contractars andlqr subcontractors described in the table abave are
currently prequalified for the work iypes listed.
BIDDER:
Refiat�le Pa�ing, Inc.
19�3 N Peyco
Arlington, Texas 76Q01
By: Charles M Long
, _
� �, ---��--- - - - - _
(Si�nature}
Title: President
i
Date: o� r>, Zo2-r
CITY OF �'OI�T WORTFi
STANDAR� CONSiRUCTlON SPECEFEGATION �OCUMENTS
Forrn Revised 20120720
�iV� D� S�CT'IOW
OD q1 00 Bid Proposai Warkbonlc-Addendum #2.xls
���.� ��E`�,��
�y �Ci11 �I C�)►[�IIi�Y� k3
BIDDER PREQUALIFICATION APPLICATIQN
Date of Balance Sheet
Name under which you wish to qualify
Post Office Box
Mark only one:
Individual
Limited Partnership
General Partnership
Corporatiot�
Limited Liability Company
City
State Zip Code
Street Address (requued) City Staie Zip Code
( ) ( i
Telephone Fax Email
Texas Taxpayer ldenti�cation No.
Federal Employers Identiiication No.
DiJN5 No. (if applicable)
MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO:
CITY OF FORT WORTH TEXAS
200 TEXAS STREET
FORT WORTH, TEXAS 7b102-63ll
AND MARK TH� ENVELOPE: "BIDD�R PREQUALTF'TCATION APPLICATION"
Kroger Drive Phase II
Ciry Project No. LO1015
DD 45 ] 3
BIDDER AREQUALIFICATION APPLICATION
Page 2 of 8
SUSINESS CLASSIFICATION
The following should be cornpleied in order that �ve may properly classify your firm:
{Check the block(s} which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is
checked)
� Has fewer than 100 employees
and/or
� Has less than $6,000,000.00 in annual �ross receipts
OR
� Does not meet the criteria for being designated a small business as provided in 5ection
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in deter�nining eligibility to
become prequalified.
MAJOR WORK CATEGORIES
Water Department
Augur Boring - 24-inch diar�eter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneiing — 36-Inches — 60 —inches, and 350 LF or Iess
Tunneling - 36-Inches — 60 —inches, and greater than 350 LF
Tunneling — 66" and gi-eater, 350 LF and greater
Tunneling — 66" and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch d[atneter ar�d srnaller
Water Distribution, Urban and Renewal, 8-inch diameter anc� sznaller
Water Distribution, Development, 12-inch diameier and smaller
Water Distribution, Urban and RenewaI, 12-inch diameter and smaller
�i47ater Transmission, Development, 24-inehes and st�c�aller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inehes and smaller
Water Transmission, Urban/Renewal, 42-inehes and stx►aIler
Water Transmission, Development, Ail Sizes
Water Transmission, UrUan/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
5ewer Bypass Pumping, 18-inches — 3G-inches
5ewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, � 2-inches and smaller
CCTV, 18-inches and smaller
CCTV, 24-inches and sma�ler
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTION SPECQ'ICATION DOCUMENTS City Praject No. Id1015
Revised March 9, 2020
00 45 l3
BIDDER PREQUALIFICATION APPLICATION
Page 3 of 8
MAJOR WORK CATEGORIES, CONTINUED
5ewer CIPP, 12-inches and smaller
Sewer C7PP, 24-inch�s and smaller
Sewer CIPP, 42-inches and smaller
Sewer CIPP, All Sizes
Sewer Collection System, Development, S-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inches and smaller
Sewer Collection System, DeveZopm�ni, 12-inches and smaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargemex�t 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
Sewer CIeaning , 24-inches ana srnaller
Sewer Cleaning , 42anches and smaller
Sewer Cleaning , AlI Sizes
Sewer Cleaning, 8-inckzes and smaller
Sewver Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-i�nches or less
Sewer Siphons AIl Sizes
Transportation Public Works
Asphalt Paving Construction/Reconstruction {LESS THAN 15,d00 square yaxds}
Asphalt Pavi�g Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Mainienance {UNDER $I,aao,OQO)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete I'aving Construction/Reconstruction {LESS THAN 15,000 square yards)
Conerete Paving Construction/Reconstruciion {15,000 square yards and GREATER}
Roadway and I'edestrian Lighting
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTION SPECiFIC`ATION DQCUMENTS Ciry Pro1ect No. 101015
Revised March 9, 2020
00 45 13
STDDFR PREQUALIFICATION APPLICATIQN
Page 4 of &
List equiprnent you do not own but which is available by renting
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How �nany years has your organization been in business as a general contractor under your present
narne?
List previous business names:
3. How many years of experience in construction work has yaur organization
had:
(a) As a General Contractor: {b) As a Sub-Cotttzactar:
4. *What projects has your organization completed in Texas and eIsewhere?
CLASS LOCATION NAME AND DETAILED
CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO
AMOUNT WORK COM�LETED STATE WHOM YOU REFER
*If requalifying oniy show work performed since last statement.
S.Have you ever failed to complete any work awarded to you?_
Ii so, where and why?
6. Has any officer or owner of your organization ever been an o�ficer of another organization that failed ta
complete a contract?
Ii so, state the name of Che individual, other organization and reason.
7. Has any officer or owner of your organization ever failed to carnplete a contract executed in his/her
name?
If so, state the name of the individual, name of owner and reason.
CITY OF FORT WpRTH Kroger Drive Phase II
S`['ANDAR� CONSTRUCTION SPECIFICATION BOCUM�NTS City Project No. 1�1015
Revised March 9, 2020
OD 45 13
BTDDER PREQUALiFICAT[ON APPLICATIO�I
Page 5 of S
S. In w�at other lines of business are yau financially interested?,
9. Have you ever performed any work for the City?
If so, when and to wl�om do you refer?
10. State names and detailed addresses of all producez•s from whonrz you have purchased pz•incipaI
materials during the Iast three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give the names of any affiliates ox relakives cuz-rently debarred by the City. Indicate your relationship
to this person or firm.
12. What is the construction experience of the principal individuals in your organization?
PRESENT MAGNITUDE
POSITION OR YEARS OF AND TYFE OF IN WHAT
NAME OFPICE EXPERIENCE WORK CAPACITY
13. If any owner, officer, director, or stockholder of your frm is an employee of the City, or shares the
same household with a City employee, please iist the name of the City employee and the relationship. In
addition, Iist any City employee who is the spouse, chiId, or parent of an owner, officer, stockholder, or
director who does not live in the same household but who receiv�s care and assistance from ihat person as
a direct result of a documented medical co�dition. This includes foster chiidren or those related by
adoption or marriage.
CITY OF FORT WORTI-I Kroger Drive Phase II
STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS City Project No. 101015
Revised March 9, 2020
OD 45 l3
BIDDER PREQl1ALlFICATION APPLTCA�'ION
Page 6 of S
CORPORATION BLOCK PARTNERSH�P BLOCK
If a corporaEion: If a partnership:
Date of Incarporation State of Or�anization
Charter/File No. Date of organization
President Is partnership general, iimited, or registered limited
liability parrnership?
Vice Presidents
k'ile Na (if Limited
Partnership)
General Partners/Officers
Secretary Limit�d Partners {if applicable}
Treasurer
LIMITED LIASILITY COMPANY SLOCK
If a corporation:
State of Incorporation
Date of organization
File No. Individuals authorized to sign for Partnership
�fficers or Managers {with titles, if any)
Excepi for limited partners, the individUals listed in the blocks above are presamed to have full
signature authority for your firm uniess otherwise advised. Should you wish to grant signa[ure
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes, parinership agreement, power of attorney or other Iegal documentativn which
grants this authority.
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTZON SPECTFiCATiON DOCUMENTS City Project No. 101015
Revised March 9, 2020
00 45 I3
BIi7DER PTtEQUALIFICAT�ON APPLTCATION
Page 7 af 8
14. Equipment
TOTAL
BALANCESHEET
ITEM QUANTiTY ITEM DESCRIPTION VALUE
1
2
3
4
5
6
7
$
9
za
il
12
13
14
15
16
17
1$
19
2Q
2l
z�
23
24
25
26
27
28
29
30
Various-
TOTAL
5i�nilar types of equipment �nay be lumped together. If your firm has more than 30 types of equiprnent,
you may show these 30 types and show the remainder as °various". The City, by allowing you to show
only 30 types of equipment, reserves the right to request a complete, detailed list of all your equiprnent.
'The equipment list is a representation of equipment under the controi of the firm and which is related to
the iype of work for which the �rm is seeking yualification. In the description inclu�e, the manufacturer,
model, and general comman description of each.
C1TY OF FORT WORTH Kroger Drive Phase II
STANDARD COI�iSTRUCT[ON 5PECIPICATIQN DOCUMENTS City Project No. Ip1p15
Revised March 9, 2p2p
00 45 13
BIDDER PREQUALiFICATIpI+I AAPLICATION
Page S oi8
BIDDER PREQUALIFICATION AFFYDAVIT
STATE OF
COUNTY OF
The undersigncd hereby deciares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statetneni is %r th� express purpose of
inducing the pariy to whom it is subtnitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompa�yi�g this report as we11 as any depository, vendor or any other
agency herein named is hereby authorized to supply each party with any information, while this statement
is in force, necessary io verify said statement.
, being duly sworn, deposes and says that
he/she is the of , the entity
described in and which executed ihe foregoing statement that he/she is famiiiar with the books of the said
entity showing its f�nancial condition; that the foregoing fnancial statement tai�en from the books of the
said entity as of the date thereoi and that the answers to the questions of the foregoing Bidder
Prequalification Application are correct and true as o� the date of this affidavit.
Firm Name:
Signature:
5worn to before me this
day of ,
Notary Public
Notary Public must not be an offcer, director, or stQckholder or relative thereof.
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Project No. ] O10 [ 5
Revised March 9, 2020
00 45 26 - 3
CONTRACTOR CQMPLIANCE W1TH 1rVQRKEl2'S CQMPBI�ESATTON LAW
Page 1 of I
z
3
4
5
S
7
8
9
10
1l
12
13
14
15
i6
17
18
19
24
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
34
SECTION 00 4� �6
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.49G(a), as amended, Contractor cartifies t1�at it
provides worker's connpensation insurance coverage for all of its employees employed on City
Projec# No. 101015. Contractor fi�rther certifies that, pursuant to Texas Labor Code, Section
4D6.096{b), as arr�ended, it will provide ia City its subcontrac#or's certifcates of compliance with
worker's corr�pensation caverage.
CONTRACT�R:
Reliable Paving, Inc
Compa.r►y
1903 N Peyco
Address
Arlington, TX. 76Q01
Crty/State/Zip
THE STATE OF TEXAS
C�UNTY �F TARRANT
By: Charles M. Lan
(Please Print)
Signat�re: �� ,
�_
Title: President
{Please Print)
r�
�
�
BEFO,RE M�, the undersigned authority, on tnis day personally appeared
�,.. .�; �_� .-� , known to me to be t�e persan w}�ose name is
subseribed to the foregoin�tru �t, ar�Q acknowledged to me that he/she executed the same as
the act and deed of ,. �_ for the purposes and
consideraLion therein �xprassed and i�z the capacity therein stated.
GIV�N UNDER MY HAND AND SEAL, OP OFFICE this r4 day of
, 2�.? �
, �;►�Y A+��i. WII,LIAHi PA�MOftE, JR.
°= 11734754
.*: I�y Notary !� �
' �^' ;�+� ` �rcplres SepfemYr�r 7� 2023
;9�.ot _
_ �
-f i �' `
� "� -"� .— �,_,
� Notar�'ublic � ar��for the State of Texas
.
END OF SECT�ON
C1TY OF FORT WOiZTH
S'iANDARD CONST3Zi1CfION SPECIFICATIOI�I 1]OCUMEi�lTS
Aeviscd July 1, 20ll
Kroger 17rive Phase IT
CiEy Project I�o. 101 D 15
00 �45 4D - 1
Niinority Business Enterprise Specifications
Page 1 of 2
1 5ECTION 00 4� 40
2 Tl MPORARI Ri VISIOIV 4fb�20�0 �CU�ID-15'
3 Minority Business Enterprise Specifcations
� APPLICATION OF PnLICV
5 if the tota[ dollar value � of the contract is greater than $50,000, then a MBE subcontracting goal is
6 applicable.
8
9 POLiCY STATEMENT
] 0 It is the palicy of the City of Fort Worth to ensure the full and equitable participation by Minority
i I Business Enterprises (MBE) in the procurement of all goods and services. Ai1 requirements and
12 regulations stated in il�e Ciiy's current Business Diversity Enterprise Ordinance apply to thisbid.
13
14
15
16
17
1S
19
20
D�SEpROJECT GOALS
The City's MBE goal on this project is 17 % of the total bid value of the
caniract (Base bid applies to Parks and Community Services).
Natc: If both MBE �SBE subcontracting goals are establi5�ed for this project, then an Offeror
must submit both a MBE Utilization Form and a SSE UtiIization Form to be deemed responsive.
21 COMPLIANCE TQ BID SPECIEI�ATLQN�
22 On City contracts $50,000 ar mare where a MBE subcontracting goal is applied, �fferors are required to
23 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the fol�owing:
2a 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
25 2. Meet or exceed the above statecE MBE goal through MBE Joint Venture participation, or
26 3. Good Faith Effort documentation, or;
27 4. Prime Waiver documentation.
28
29 SUBMITTAL OF REUUIRED DOCUMENTAT�ON
30 The applicahle documents must be received by the assigned City of Fort Worth Project Manager or
31 Department Designee, within ihe foilowing times ailocated, in order for tlie entire bid to be considered
32 respansive to the specifications. The Offeror shail EMAiL the MBE documientation to tk�e assigned City
33 of Fort Worth Project Manager or Departfnent Designee. A faxed copY wiil not he accepted.
34
35
l. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business
goal is met or exceeded: day after the bid opening date, exclusive af the bid opening
date.
2. Good Faiti� Effort and received na later than 2:00 p.m., on the secand City business
Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid. opening
artici ation is �ess than stated oal: date.
3. Good Faith Effart a�d received no later than 2:00 p.m., on tne seconc� City business
Subcontractor Ut�lization Form, if no day after the bid opening date, exclusive of the bid opening
MBE artici ation: date.
4. Prime Contractor Waiver Form, receivcd no later than 2:OQ p.rr�., on the second City business
if you will perform alI day after the bid opening date, exclusive of the bid openrng
contractin /su lier work: date.
CITY OF FORT WOitTH Kroger f]rive Plzase II
STAid�ARD CONSTRUCTION SPECiFiCATION DOCUMENTS City Project No. ] Ol 015
Temporarily Revised April 6, 2420 due to COVIDL9 Emergettcy
D045Q0-2
Minority Business Enterprise Specifications
Page 2 of 2
1
2
3
�4
5
6
7
8
9
10
11
5. Joint Vent�re Form, if goal is met received no later than Z:00 p.m., on the second City business
or exceeded. day after the bid apening date, exclusive of the bid apening
date.
FAILURE TO COMPLY WITH THE CYTY'S BUSINESS DIVERSITY ENTERPRI5E ORDINANC�
WILL RESULT IN THE BID BE1NG CONSIDERED NON-RESONSiVE TO SFECIFICATIONS.
FAI�.URE TO SUBMIT THE REQUIRED M�E DOCUMENTATION WILL RESULT IN THE BID
BEYNG CONSIDERED NON-RESPONSIVE. A SECOND F'AILiIRE WILL RESULT IN THE OFFEROR
BEING DISQUAL�FiED FOR A PERIOD OF ONE YEAR. THREE FAiLURES IN A FiVE YEAR
�ERIOD WILL RESULT iN A DiSQUALIFICAiTON PERiOD OF THREE YEARS.
Any Questions, Pl�ase Contact The BDE Offce at (S17) 392-2674.
END OF SECTION
CIT'Y OP FORT WORTT�I
STANI3ARD CONSTRUCTION SPECIFICATION DOC[]M�IVTS
Temporari�yRevised April 6, 2024 due to COVIDI9 �mergettcy
Kroger brive Pliase [I
CityProjectNo. [0]O15
0o s2 a3 - �
Agreement
Pagc t of 5
SECTiON 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on � is made by and between tne City oi Forth
Worth, a Texas home rule municipality, acting by and through its duty authorized Crty Manager,
("City"), and Reliable Paving. Tnc., authorizea to do business in Texas, acCing by and through its
duly authorized representative, {"Contractor"). �
City and Contractor, in consideration of the mut�iai covenants hereinafter set forth, agree as
follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein,
Article 2. PROJECT
The project for which the Work nnder the Contract Documents may be the whole ar only a part is
generally described as follows:
Kroger Drive Phase II (From Ray White to Park Vista Circle)
Cit,��jectNumber 101015
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accardance with the Con�ract
Documents an amount, in current funds, Three million, two-hundred eleven tho�sand, one-
hundred sixtv-two and 73/100 DolIars ($3.211, I 62.73).
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work wili be compiete for Final Acceptance within 270 days after the date when the
Contract Time commences to run, as �provided in Paragraph 2.03 of the GeneraI Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General
Conditions.
4.2 Liqu�dated Damages
ContracCor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final AccepYance of the Work and City �vill suffer financial loss if the Work is
not completed within the time(s) specif�ed in Paragraph 4.1 above. The Contractor also
recogniz�s the delays, expense and dif�tculties involved in proving in a legal proceeding,
the actual loss suffered by the City if the Work is not completed on trme. Accordingly,
instead of requiring any such proof, Contractor agrees that as Iiquidated damages for
delay (but not as a penalty), Contractor shail pay City One-thousand two-hundred and
f� 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 AccepCance.
Article �. CONTRACT DOCUMENTS
5.1 CONTENTS;
A. The Contract Dacuments which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
CiTY OF FORT WORTH Kroger Drive Pliase li
STANDARD CONSTRUCTION SPECIFICATIOIV DOCUMENT3 City ProjectNo. 10l015
Revised 09l46/2D19
005243-2
Agreement
Page 2 of 5
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1 } Proposal Form
2) Vet�dor Compliance to State Law Non-Resident Bidder
3) Prequalification State�nent
4) State and Federal docur►�ents (project specifc)
b. Current Prevailing Wage Raie Ta6le
c. insurance ACORD Form(s)
d. Payrt�ent Bonc!
e. Performance Bond
f. Maintenance Bond
g. Pawer af Attorney for tne Bonds
h. Worker's Compensation Affidavit
i, MBE and/or S6E Utilizat�an Form
3. GeneraI Conditions.
4. 5upplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment
or, if not attached, as incorporated by reference and described in the Table of
Contents of the Project's Contract Documents.
6. Drawings.
7, Addenda.
S. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
c!. Letter of FinaE Acceptance.
Article 6. INDEMNIFICATION
1.2 Con�ractor cpvenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
daims arising out of, or alleged ta arise out of, the work and services to be performed
by the contractor, its of�cers, agents, employees, subcontractors, licenses or invitees
under this contraet. This indemnification provision is speci�cally intended to operate
and be effective even if it is alle ed or roven that all or same of the dama es bein
sought were caused, in whole or in part, bY an,y act, omission or ne��nce of the city.
This indemnity �rovisian is intended to f�clude, rvithout limitation, indemnity for
costs, cxpenses and legal fees incurred by the city in defending against such claixns and
causes oi acteons.
Ci7'1' OF FORT WORTH Kroger Drive Pl�ase II
STANDARD CONSTRUCTION SPECIFICAT[DN DOCUM�NTS City Project No. 101 Ol5
Revised 09/06/2019
005243-3
Agreeinent
Page 3 of5
b.2 Contractor covenants and agrees to ir�demnify and hold harmless, at its own expense,
the city, its afficers, servants and em�loyees, from and against any and all loss, dannage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its offcers, agents, emplopees,
subcontractors, licensees or invitees under this contract. This indemnification
provision _is s�ecifically intended ta operate attd be effective even if it is alle�ed or
Aroven that all or some of the damages bein� sought were caused, in whole„or„in part,
by any act, ornission or negli�ence of the citv.
Article 7. MISCELLANEOUS
7. � Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions wrll
have the rneanings indicated rn the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Cantract DocumenEs 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 legal
r�presentatives to the other party hereto, in respect to all covenants, a�reements and
obligations contained in the Contract Documents.
7.4 Severability.
Any provrsion or part of the Contract Documents heId to be unconstittitional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon CITY ar�d
CONTRACTQR.
7.5 Governing Law and Venue.
This Agreement, �ncluding all of the Co�ntract Docurnents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, ar the United States District Cout-t for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by sorneone other
than the duly authorized signatory of the Contractor.
7J Prohibition On Contracts With Companies Boycotting Israel.
Contractor acknowiedges that in accordance with Chapter 2270 of the Texas Government
Code, the City is prohihited frorr� entering into a contraet with a company for goods or
services unless the contract contains a written verificanon from the cotnpat�y that it: {t )
does not boycott israel; and {2) �vill not boycott Israel during the term af the contract.
CITY OF FQRT WQRTH Kroger Drive Phase II
STANDARb CONSTRUCTION SP�CiF[CATTON DOCUIVIENTS Ciry Projeck No. 101615
Revised 09/DG/2019
0o sz a3 - a
Agreemenk
Page 4 of 5
The terms "boycotC Israel" and "company" shatl have the meanit�gs ascribed to thase terms
in Section 808.001 of the Texas Government Code. By signing this contYact, Contractor
certifies that Contractor's sYgnatu�-e provirles written verification to the City that
Contractor: (I) does not boycott Israel; and (2) wilC not boycott Israed during the terrn of
the cont�act.
7.8 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its err�ployees who
perform work under this Agreement, including completing the Emp�oyment Eligibility
Verification Form (i-9). Upon request by City, Contractor shall provide City with copies of
al! I-9 forms and. supporting eligibi�ity documentatian for each empIoyee who perfortns
wdrk under this Agreement. Contractor shalf adhere to a11 Federal and State laws as well as
establish appropriate procedures and conYrols so that no services will be pet-formed by any
Contractor employee who is not legally eiigible to perfortn such services.
CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS
FROM ANY PENALTIES, LIABIL�TiES, OR LOSSES DUE TO VIOLATiONS OF
THiS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES,
SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to
Contractor, shall have the right to immediately terminate this Agreenrient for violations of
this provision by Contractor.
7.9 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Cantractox
and there are r�o third-party beneficiaries.
7.10 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct aciion against the Engineer, its officers, employees, and
sUbcontractors, for any claim arising aut of, in connection with, or resulting from the
engineering services performed. Only the City will be the beneficiary of any unc�ertaking by
the Engineer. The presence or dut�es of the E�gineer's personnel at a constniction site,
whether as on-site representatives or othe�-wise, do not make the Et�gineer or its personnel
in any way responsible for those duiies tnat belong to the City and/or the Ciiy's constt�xctian
contractors or other entities, and do not relieve the construction contractors or any other
entity of their abligations, duties, and responsibilities, including, but not iirnited to, all
construction methods, means, techniques, sequences, and procedures necessary for
coordinating and compieting al1 portions of the constructian work in accordance witl� the
Contract Documex�ts and any health or safety precautions required by such construction
worlc. The Engineer and its personne� have no authority to exercise any controI over any
construction contractor or other entity or their employees in connection with their v�+ork or
any heaIth or safety precautions.
SIGNATURE PAGE TO FOLLOW
CITY OF FOR� WOR'f'H Kroger Drive Pl�ase II
STANI]ART] CONSTRUCTION SPECIFICATION DpCUivTEiVTS City Project No. l O101 S
Revised 09106l2019
0�5243-5
Agreemenl
Page S pf S
IN WITNESS WHEREOF, City artd Contc'actoi' have eacl� executed this Agteetnent to be
effective as of tl�e date subscribed by Che City's des7g�ated Assistant City Manager ("�ffective
Date").
Contracto�•;
B�: Reliable Paving, inc.
,r �
�ignaEure
.'��� .�.�s r�i t�..�, �.
{Printed Name)
�CU�1�6r-� i
Tztle
City of Fort Worth
By; .
� ��
y
Dana But•g��do �
Assistant City anager
I r
; t—�� r` ZQ �;
Date
Attest:
� gas N P�y�o _
Address
Arlingtan, Texas 7600�
Czty/State/Zip
Date
CI'i'Y OF FORT WOR'PH
S'iANDARD COi�[STRUCT[OiV SYBCIFICATIO]V DOCUMENTS
Revised 09l06/2D19
�� �.
(Seal)
� �
� ��� �
�'�' .��"�°'� _
�; ��
�' � �,,� �
� `'�.
oi� ,y�9'���+'F�!:
M&C: �ZI �' �I�� �=��ti.�W:��":��
Date: 12.i?�?,�1
Form 1295No.: �o�.i��a�q7.A
Cnntract Compliance Manager:
By signing, I acicnawledge that I am the person
responsible for the monitoring anc!
adminzstration af this contract, including
ensttring aIl performance and reporCing
3•eq�rirements.
��.��.�,.,
Chad Alien, P.�., �G.�.�If
Senios• �x•oject Mana.ger
Apprav�d as to Foi7n and Legality:
�
Dauglas W. Blacic
Assistank City Attoi�ney
AP� R�VAL�R�ECOM�I�
, J� �, .
' �_ f � �__�1 ,_
�
1�Villiatn dohnson, Dir tor ��
Transportation & Pu lic Worl�s 1�e�arcmenr
�'��y�+p�tr ye �d�'�se I
Ciry project 1fTv. 101�0 5
Bond #4439530
00 6I l3 - i
PEitFORMANCE BON�
Page 1 oF2
I
2
3
4
5
6
7
8
9
10
E1
I2
13
14
15
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTiON 00 61 13
PERFORMANCE BOND
§
§ �NOW ALL BY THESE PRESENTS:
§
That we, Relia 1 P i Inc., known as "Principal" herein and
SureTec Insurance Company , a corporate surety(sureties, if more than
one) duly authorized ta do business in the State of Texas, (cnown as "Surety" herein (wktether one
ar more), are held and firmly bound unto the Ciry of Fort Worth, a municipal corporation creaced
pursuant to Che laws of Texas, known as "City" herein, in the penal sum of, Three miliion. two-
hundred eleven thousand Qne-hundred sixry-two and 73/t 00 Dollars ($3.2i 1,,1_F_,2.73), lawful
money af the Uni#ed States, to be paid in Fnrt Worth, Tarrant Cour�ty, Texas for the payrnent of
which sum well and truly to be macie, we bind ourselves, our heirs, execuCors, administrators,
successors and assigns, jnintly and severally, firmly by these presents.
i 6 WHEREAS, the PrincipaI has entered into a certain written contract with the City
17 awarded the ZA� day of�p�`�j,r , 20�, which Contract is hereby referred to and
1 S made a�art hereoi for all purposes as if ful ly set forth herein, to furnish a�l cnaterials, equipment
19 labor and other accessories defined by law, in the prosecution of the Work, including any Change
20 Orders, as provided for in said Cantract designated as Kro�er Drive Phase II (From Ray White
2] ta Park Vista Circle), City Praject 101U��.
22 I�TOW, THEREFORE, ti�e condition ofthis abligation is such that if the said Principal
23 shall faithfulty perfortn it obligations under tha Contract and shall in a11 respects �uly and
2�4 faithfally per%rm the Work, including Change Orders, under the Contract, according to the plans,
25 specifcatians, and contracC documents therein referred to, and as well during any period af
25 extensiort of the Contract that rriay be granted on the part of the City, then this obligation shalt be
27 and become null and void, otherwise to remain in ful! force and effect.
28
29
PROViUE� FURTNER, that ifany legal actian be fled on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern Dish-ict af Texas, Fort
30 Worth Division.
CiiY OF FORi WORTH Krnger �rive P1�ase il
STANDARO CONSTRUC 1'IdN SPEC(FICAT�OiV DOCUMENTS City Prpject No, I p 1015
Revised July 1, 2011
0061 13-2
PERFORiNANCE BONp
Page 2 of 2
1 This bond is rnade and executed in compliance with the pravisions of Chapter 2253 of ti�e
2 Texas Government Code, as atnended, and a!! iiabi�ities on this bond shall be determined in
3 accordar+ce with the pro�isions of said statue.
4 IN WiTNESS WHEREOF, the Principal and the Stu'ety have SIGNED and SEALED
5 this instrument by duiy authorized agents and officers on this the gth day of
b March � �p 21 .
7
s
io
lI
12
13
i4
IS
1G
17
18
i9
1p
21
22
23
24
ZS
26
27
2$
29
30
31
32
3�
34
35
36
37
38
39
4D
41
42
43
44
45
PRiNCf FA L:
Reliable Paving, Inc.
BY: _..,�� fi�_ �.r, —
Signature
ATTEST:
' �c.�
(Principal) Secre i
��
Witness as to Principal
. ,
� �� `�� ° _
� ���v- -�
Witness as tv Surety
�iL4Rl.�� � , �.S?nsL — �R.F�A��a?
Narne and Title �
Address: � 903 N P@ CO
Ar ington, Texas 76001
SURETY:
SureTec Insurance Company
�Y:
Si nature �
Sophinie Hunter, Attorney-In-Fact
Name and Title
Address: 9737 Great Hi�ls Trail, Suite 32a
Austin, TX 78759
Telephone Number: 2i4-989-0000
�`Note: If sigited by an officer of the Surety Company, there m�st be on file a certified extract
froro t3te by-laws showing Ehat this person has authority to sign such obligation. If
Sutety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contraet is awarded.
Cli'Y OF FQR7 WpRTH Kroger Drivc Phase II
STANDARD CONSTRUCTfpN SPECfFfCAT�ON D4CUNlBNTS City ProjectNo. IO101S
Revised 7uly 1, 2D1 I
�
�
2
3
4
5
6
7
8
9
i0
lt
12
13
14
15
16
THE STATE QF TEXAS
COUi�[TY O� TARRANT
SECTIOI�i 00 6� 14
PAYMENT BOND
Bond #4439530
0�61 lA-I
PAYMENT BOND
Fage I of 2
§
§ K1�DW ALL BY THESE PRESENTS:
�
That we, Reliable ,,,,,Pa}+,�ng. Inc., known as "Frincipal" iterein, and
SureTec Insurance Company , a corporate surety
(sureties), duly authorized ta do business in the State of Texas, known as "Surety" herein
(whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the
penal sum pf Three million. two-hundred e[even thousand. one� hundred sixty-lwo and 73/10Q
Dollars {$3,211.I62.73), lawful money of ti�e United States, to be paid in Fort Worth, Tarrant
County, Texas, for the payment of which sum wel� and truly be rnade, we bind ourselves, aur
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by Chese
presents:
17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
18 ,��day of ___��('�,�r► , 20�, which Contract is �iereby referred to and
19 tnade a part hereof for all Purposes as if fully set forth herein, to furnish aiI tnaterials, equipment,
20 labar and other accessories as dc#ined by law, in the prosecution of the Work as provided for in
21 said Contract and designated as iCroger Drive Phase iI (Frami Ray White to Par[� Vista
22 Circle), City Project No. 101015.
23 �+IOW, THEREFORE, THE CONDITION OF TH15 OBLiGATION is such that if
24 Arineipal shall pay aIl monies owing to any (and all) payment bond beneficiary (as defined sn
25 Chapter 2253 oi the Texas Go�err�ment Code, as amended) in the prosecution of the Work under
26 the Contract, then ehis obfigation shalt be and become null and void; otherwise to remain in full
27 force and effect.
28 This bond is made and executed in compiiance with the provisions of Chapter 2253 of the
29 Texas Government Code, as amended, and all liabiiities on this bonci shali be determined in
30 accordance with the provisions of said statute.
�
CtTY OF FORT WpRTii Kroger Drive Phase 11
STANDARD CONSTRUCf'IDI�E SPEC[FICATi�N DOCUMENTS Ciry Project Na. i 0101 S
Revised ]uly l, 2011
oar,i ia-x
PAYh�4ENT BOtVD
Page 2 of 2
I IN WiTNESS WHEREO�, the Princip�i and Surety �ave each SIGN�D and SEALED
2 this instrurnent by duly authorized agents and officers on this the gth day of
3 March y 2D 21
4
ATTEST:
� �
(Pr�ncipal} Secre
���
Witness as to Principal
PR[NCIPAL:
Reliable Paving, Inc.
BY: .-�
Signature
Ct��rt� !"t • b.�anr� - ��33toSN�'
Name and Title
Address:
1903 N eyco
Arlin_givn, Texas�76001
SURETY:
SureTec Insurance Com an
ATTEST:
. .� . -
(Surety) Secretary
. . ` � '��,
-� - --
Witness as to Surety
5
6
7
8
9
l0
�
i2
BY: • -
Signat�re �
Sophinie Hunter, Attorncy-In-Fact
Name and Title
Address: 9737 Great Hills Trail, Suite 320
Austin, TX 78759
Telephone Number: 214-989�U000
Naie: If signed by an officer of the Surety, there must be an file a certified extract from the
bylaws showing t�at this person has auchoriry to sign such abligation. If Surety's phystcal
a�dress is diffcrent from its mai�ing address, both must be provided.
The date of the bo�d shall not be priar ta the date the Contract is awarded.
END OF SECT[ON
CiTY OF FORT WORTH . Krogcr Drivc Piiasc it
STANDARD CONSTRUCTIDN SPEC[FICA'f'[ON DOCUMENTS Ciry Project No. 14�015
Revised luly I, 2011
Bond #4439530
00 61 19 - 1
i�tAtiVTENANCC 80IVD
Page � of 3
�
z
3
4
5
s
7
8
9
10
11
12
l3
14
IS
16
SECTiON OU 61 l9
MA[NTENANCE BOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUI�TY OF TARRA1�iT §
That we Relia 1 P i Inc., known as "Princi�al" hecein a�d
SureTec Insura�cc Company , a corporate surety (5uretics, if more than
one) duly authorized to do business in the State of Texas, known as "Surety" hereir� (w�sether one
or more), are held and firmly bound unto the City of Fort Worth, a munici�al corporation created
}�ursuant to the laws of the State of Texas, known as "City" herein, in the sum of Three miilion.
two-h�n�r�d eleven thousand, one-hundred cixty-two and 73/100 Dallars ($3,21 i 162,73), lawfuI
money of [he United States, to be paid in Fort Vi1or[h, Tarrant Caunty, Texas, for payment of
which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointfy and severaliy, frmly by these presents.
17 WHEREAS, the Principal has enterad into a certain written contract with the City awarded
18 the� day of �.A.i�i� , 20�, which Contract is hereby
i 9 referre� to and a made part hereof for all purposes as if fully set farth �erein, to furnish all
20 materials, equipment labor and other accessories as defned by Eaw, in the prosecutian of the
21 Work, including any Wor�C resulting from a duIy authorized Change Order (collectively herein,
22 the "Work") as provided for in said contract and designated as Krager Drive Phase Ii (From
23 Ray Wi�ite to Parlc Vista Circle) City Projeet Number 1QiD1�.
24
2S
26
27
28
29
30
3I
32
33
WHEREAS, Principa! binds itself to use such mate�iais and to so cansiruct the Work in
accordance with the ptans, specifications and Contract Documents that the Work is and will
remain free from defects in materiais or workmanship for and during the periad of two (2} years
after the date of Final Acceptance oithe Work by the Ciry ("Mainienance Period"); and
WHEREAS, Pr�ncipal binds itself to repair ar reconstruct the Work in whole or in part
upon receivin� natice from the City of tHe need therefor at any time within the Maintenance
Feriod.
CITY OF FORT WQRi'H Krager Drive Phase il
STANDARD CONSTRUCTfON SP�CiFICATfQN DOGLfMEi�ET5 Ciry Praject No. IUi01S
Revised 3uly l, Z4! I
• 00 6l 19 - 2
MAIiVTENAiVCE BOiVD
Page 2 nf 3
I NOW THEREFORE, the condition of this obligation is such that if Principal shall
2 remedy any defective Work, for which timely notice was provided by City, to a completian
3 satisfaetory to the City, t�en this obiigation shall become null and vaid; otherwise to remain in
4 fult force and ef€ect.
5
6 PROVIDED, HOWEVER, if Principal shall fai� so to repair ar reconstruct any timely
7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to
S be repaired and/or reconstructed with ali associated costs thereof being borne by the �'rincipal and
9 the Surety under this Maintenance bond; and
t0
I 1 PROVIDED FURTHER, Chat if any lega! action be filed on this Bond, �venue shali lie in
12 Tarrant County, Texas or the United Staies District Court for the Northern �istrict af Texas, Fart
I3 Worth Dir+ision; and
i4
15 PROV[DED RURTHER, that this obligation shali be continuous in nature and
16 successive recoveries may be had hereon far successive breaches.
i7
38
14
CITY OF FORT WORTH Krager Drive Phase [I
STANAARI] CAiVSTRUCTfQN SPECIF[CATION DOCUMENTS City Project iVo. I O1015
Revised July I, 24i I
OD 61 19 - 3
MAIiV7'ENANCE BOTVI]
Page 3 of 3
2
3
4
5
6
7
$
9
10
li
!2
13
14
15
16
»
ts
19
20
21
zz
23
24
25
26
27
28
29
30
3i
32
33
34
35
36
37
38
39
ao
41
IN W�TI�lESS WHEREOF, the Arincipal and the Surety have each SiGNED and SEAL�D this
instntment by duly authorized agents and officers on this the 8� day of
M1�'Ch r 2a21
PRINC[PAL:
Reliable Pa�inq, tnc.
BY: -
Signature
ATTEST:
_ �
(Principal) Secre � �
� ���
Wilness as to Principaf
ATTEST:
C��►� n' - � — �cus►��ti�-
Name and Title
Address: 19Q3 N PeyCo
�Arlington, iexas 760�1�
SURETY:
SureTec Insurance Campany
BY: �. - �... - i
Sig atur�
Sophinie Hunter, Atto�-ney-In-Fafit
Name and Title �
,
� .,
(Surety) Sec�tary
, '. � � �
Witness as to Surety
Address• 9�37 Grcat Hills Traii, Suite 320
Austin, TX 78759
Telepl,one Number: 214-989-0000
*Note: if signed by an of�cer of the Surety Campany, there must be on file a certified excract
from the by-laws showing that this person has authority to sign such obtigation. �f
Surety's physical address is aifferent from its mailing address, both must be provided.
The date of the bond shall not be prior ta the clate the Contract is awarded.
CiTV OF FOR"F WOIt'i'H
STANDARD COAI3TRUCTION SP6C[F�GATiON DOCUMEAt'i5
Revised July !, 2AI I
Kroger Brive Phasc If
City Projcet No. 101015
rQ� �: 4221097
�����"���� �r��u�y������ �'�r��������
L��l��� ��w�z� �� �.��xar��v��r
Ifiao►v AIC Nle�t bj� Tli�e Prescrrts, "l�hat �U[ZE"C'�.0 TNSURANC� C�MI'ANY {the "Go��lpany,>), a corporat�on d��ly ar�;aR�ized and
existi���. u.ndar the laws of ll�e StaCe af Texas, and hay.inb rts princip;�l caffice in k3c�.ustr�fi, Harris Corin�y, 7'ex�s, daes by th.ese presents
make, conscitute a.itd a�spaint
�on E. Cornell, Ricardo J. Reyna, Saphinie Munter, Robbi Morales, Kelly A. Westbrook, 7ina McEwan, Joshua Saunders, Tonie Pe#raroek
its true ant{ tawful Attorney-in-fact, wit�k full power and �utliority hereby conferred in aks na�ne, p1�ce anc� stead, #o execu#e, ack�ioEvled�e
at�d deliver any and. �t1 bpnds, reca�i�izat�ces, ttndei'tat.ings �r other i��strume��ts or contracts ot s�iretyship ko iaclude waivers to the
�otzdiCious of eont��acts �nc� canse��rs oFsurety fc�r, providing the bt�nd penaity daes rxot �xceed
Twenty Five Million and 001'f00 Dollars ($25,OOO,Q00.00)
a��d Co bind tii� L:o�r�pany thereby as fully and. to tlte sa�ne �:�E���t as if s��ch bond v�ere signeci by the President, sealed witf� the corporate
seal of the Carnpat�y at�d d€aly aitesEed by its SeeCetary, h�reby raEifyiitg �nd can:Fr�nin� all that tl�e said Attorney-in-�aet rnay da in tile
�rem'ises. S�id a��ointmer�t is m�de �ndar and by autharity of the foJ.ior�vin� resnlutions of the �3oard of [iirectors aC the 5ure�'ec
i��suranc:e Cor��pan}:
I3e it Resof.ved, t(iat tiae I'3•c�si�ierit, �n�� t�ice-Pi•esideni, a«y Assi:+tt�r�E Vice-�'resident, ang Secretary ar �ny Assis�tant 5ecE-etary shalt be and is
heE•eby vestccl �virh futl po�ve�- ttctd at€t(�oriis� to �p�ainf �ny nne or more s�►itable �erso��s as Att�rney(s)-in-I'ae# to rc���esent aiid ac:t f�r �rrd o��
behalf oi tt�e Cotn�any subj;;.ef to tt�e fpi(osving proviseons:
�11t��r-ney-in-Fact n�ay he �.ir�n ftil[. pe�wcr �tnci authority for a�d ii2 iE3e natne of anc� t�f treitatf c�f'th� Ca�n�an.y, tQ exeeute, aekna�sled�e a«d
cje[i�e��a a��� t�nc� alE bonds, rccc�gns�.anec:s, s:oa�tea�.Es, agr��ments o�• iudemnity and odiei� cactciitionai �r o.blig7tor�• ��nderCakings a��cl any �nd a€1
r�o€i�es arid c�acE�menfs can�eling or terminxrii<<� tl�e Car�pany's 1[�[�it€ty thereuader, ai�d any sucf� �i�stcuFnents sp executed hy a�ly sucF►
AECarne3�-i�t-F��t sE��ll be binding upoit the Com�any ss if si�ned ��' the �'resic�enE 1nd sealec� ancl effectecl b3� tl�e Gs�r�t�rate Secr�tary.
�te it Res�lvecl, t[��tt tkle sigiiacure oFany nuthai`izecl nfficer ancl seal of [��e C�mpa��y heE•et�fore or liereaf%er flftixeci Co r�n;� po��•er of aiC�a�•ney or
any certificafe reiatin� theretc� i�y facsimile, and t�ny po�veG• oiattoE•nev nr cer[i�cate bcarii;g facsinzi[e signut«re ar fz�csimi[e sea.l shall be valic�
and bindin� u�on the Gam�aan�� with respect to an�= bond or unde�-t�[[:ing to �..vhic.h it is �ttached. (dd��tPd c�t a nzeetirag h�ld on 20't' of �f�Yr.'I.
i4�,9.J
I� Witrret� T�laerea_;f; SUIZ�;"t`EC' INSUIi�iI�rC� �<�tVfPANY h�s ea�zse�i EIaese presents Co be si,�ned ia.y zts Presiclent, an.d its eo:rporate seal
ta b� here[a at��ed tk�is z5+n �tfl� O� January �,_()_ zoz� _
state [�f T�xas ss:
Cauncy nf I�areis
� �•�... SUItFTEC I:ItiiS[7R��.�'C'f�' !'�M�'AIYi'
�g���...'!'+ + [p � �� �# o—'
r � ' �' � t �' {lr_'� IJ��i �_.___� � ��_�—+� �Y
��21i� ' +� ; .
��_= . - ___
u= +�+� � - ; y`,'! �ichacl G. lCt}ir�ti�, �'fes�cC��l )
���;�t_ ���� r �° �f� } �
r`�
O3i �I71S 251h day oif JanuaiY A.i3. 2oz1 be�Ferr� me person�ll�y came ivlicf�ael C. Keii�ig, ec� �n� icnr�+}n, who, [�i�r� l�y �E�ie clu(y xruorrt, did dc�pose n€ad s�y>
fihac he resid�s 'rn I-l�ustoiti, Tex�.S, iha� Ix� is 1'�•estden.Y ofSiJ[t.[;1'F;C IN�U:E�fiNC'� COMPAPVY, the e��ngany c�escri€�e� in �nd v��hich exe�:uted the ahovs
inskrume�3t; that i�e k�iows tlie seal of sairE �ompa��y; that the se11 �zi#ixed la said i�tstru3nent is suc[Z corporate seal; th�t i€ was s� affixed by order of the
Bnard of Dire�tors c�f sai�i Gorrip�n}; ai�d tliat hc: signcd his nanle thcreto by li[ce flrder.
�:�{'';s�,� Tl�i+�Yl� SN���
3Y' S,
* �+ _ �iq�M�i p11�Y:. �iMIE Iw ��GM
� 4;t,....,},+.r� �".Umm, �r�.Yrwa �JY'll���
�`;� �: "�'i hi+�CRry 1f1 i12�571�11
�'� �r� �
', `� .� _—��"`�
�. � � �� �? __�
'1'anya S�eed� NUthl"5' I�d11J�3�
My cammission eap�res March 30, �023
i, li�i. Rrent lieflty, Assist�n[ :Secretar;� af SUIZ�TG� IhiSi]ftAivC� C(3M.i'ANY, cio E�er�Fiy c�:rtify rl�nt the.a6c�ve aad it�rc��in� is s true and carreci coPY
o!'a t'�dver of Attnrncy, exec�3tet� tsy said CoEnp�n��, u�ttich is sCill in Eul1 force a��d zfT'ect; and t`unh�:-,r�r:, tt�� reso3utions ofthe E3oard af I3irectors, set
o��t iti tt�e I'odver af Attorney ace in fi�ll force �nd et€ect.
G�ven under in�� hand ai�d. the seai Qf said Ci�n�p��iy at Iiouston, 1"exas tl�is � 8th day at' rch _ 2� 021 , A.D.
k 'y � .' i
���r .� � ,' r��---
� -. � �__+�� . ----
��I. a�i"� }� i�i:8�15'. r'�4515E€�F1�`�c�et�t;;
Any instrument is�ued tn excess oi the pe�alty siat�d above is fafatly vaid and witF�nuf any �ral��EiEy, 4221097
For verificatimn of the auihority af this povuer you rnay call (713) 892-0800 any busine�s day E�ef�nreen 8:3� a�m and 5:Q0 pm CST.
���e�ec I���ra��� �om�aa�y
IIV�PORiAiVT NOiIC�
Sfafuto�y �empl�int Rloiicel�iling o�Ciaim�
To obtain i�formation ar make a complaint: You may call the 5urety's toll free teiephone number for infarmaiion or to rr�ake
a complaint or file a claim at: 1-866-732-0099. Yau may also write to the Surety at:
SureTec Insurance Company
9737 Great Hills Trail, Suite 32a
Austin, TX 78759
You may contact tl�e Texas Department of Insurance to obtain infarmation on companies, coverage, rights or complaints
at 1-800-252- 3439. You may write the Texas Department af insurance at:
PD Box 149104
Austin, TX 78714-9�Q4
Fax#: 512-A�90-1007
Web: http:llwww.tdi.fexas.qov
Email: Cansumer�rotectian@tdi.texas.gov
PREMIUM OR CLAIMS DlSPUTES: Should you ha�e a cEispute concernir�g yaur premium or about a claim, you should
contact the Surety first. !f the dispute is not resolved, you may contact the Texas Department of Insurance.
Texas Rider $12019
������� 0�������� �������
���� �o�� ����� co�-r�i�� i��o����� �ov��A�� i�v�o��,�r�o�
�o��� M������ �����
The obligations of �I�e Surety and Principa! under the Bond ar Bonds to which this Rider is
annexed are subject to the following limitations and conditions, �o wit: that, it is a condition
precedent to their liability hereunder that the contractual obligation (the contract or
subcontract, as the case may be, being referred to in this Rider as the "Contract") between
the Principal and the Obligee underlying this Bond includes �or shalf �e considered amended
to includ�) a Force Majeure exclusion holding that the Principal and its Sureties shall not be
held iiable und�r this Bond or under the Contract for any impacts, delays, defau�ts, or
damages related to Principal's work arising from, or related to epidemics, pandemics,
m�dical emergencies, supply line interruptions, or natural disasters impacting the work
required by the Contract, regardless of where such even�s occur, acts of God, terrorism,
wa�-, acts of government or administratEve suspension, limitation, or s�ut-dowrt, ar the
direct or indirect consequences or aftermath of any of the foregoing, and the Contract
further pro�ides that the Principai shall be entitled �ko an extensior� of the Contract Time and
an equitable adjustment of the Contract Price, as a result of any of the exclusions
heretofore cited. In the event the provisions for force majeure, time extensions, or
equitable adjustmer�t for tim� and money are more �Favorabie to Principal En the Contract,
than in this Rider, the more favorable shall apply.
Revised 3-2009
ST�1I)A�D �E�TE,R..�L� ��l�DgTI�I�S
OF '�'� �O�TSTR�JCT��I�T C�loT7�1��C'�['
CITY OF FORT WORTH
STANpARDCONSTRUCTION 3PEC[F[CATION DDCUMENTS
Revision: M� 9,2020
STANI]ARD GENERAL CONDITIONS OF THE
CONSTRUCTION C4NTRACT
TA�LE oF co�TE�Ts
Page
Ar�icle 1— Defmitions and Tern�iuology ........................
1.01 De��ed T�rn�s_...-•---� .............�---�-�----�-••----••-
1.02 Terminology ................................................
......1
---...1
...... C
Article2— Prelunuiary Matters ......................................................................................................................... 7
2.�1 Copies af Documents ....................................................................................................................7
2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7
2.03 Starting the Work .......................................................................................................................... 8
2.04 Be�ore Starting Canstruction ........................................................................................................ 8
2.05 Preconstruction Can%rence .......................................................................................................... S
2.06 Public Meeting .............................................................................................................................. S
2.07 Initial Acceptance oiSchedules ....................................................................................................8
Article 3— Contract Documents: Intent, Amending, Reuse ........................ ........................ ...................... ...... 8
3.01 Intent .............................................................................................................................................. S
3.02 Reference Stanciards .............................................................. ......... 9
...............................................
3.03 Reporting and Resolving Discrepancies .......................................................................................9
3.04 Arnending and Supplementing Contract Documents .................................................................10
3.05 Reuse ofDocuments ......................................................... ...10
.......................................................
3.06 Electranic Data ............................................................................................................................11
Ar�icle 4— Availa.bility of Lands; Subsurface and Physical Conditians; Haza.rdous Environmental
Canditions; Reference Points...._...-�-�------�-�----------�------�-�--------��---�----------� .............................
4.01 Avai]ability ofLands-�-�---��-----------�----�-�-�--------�-�----------�------�------�-------��-------------��---�-----�-�
4.02 Subsurface and Physical Conditions ------------------------------------------------------------------------------
4.03 Drffering Subsurface or Physical Condi�ions ......................................••------.-.-•-------.......
4.44 Underground Facilities --�---------•-• .....................................................
-----�---�---------------------
4.05 Reference Pair►ts .............................................................................................................
4.06 Hazardous Environmental Condition at Site ..................................................................
...........11
�---------.11
------��--- �2
------.....12
-�-�-------13
...........14
------..... 14
Article 5— Bonds and Insurance .....................................................................................................................16
5.01 Licensed Sureties and Insurers ...................................................................................................16
5.02 Performance, Payment, and Mainienance Bonds ....................................................................... 16
5.03 Certifieates of Insurance .............................................................................................................16
5.04 Cantractor's Insurance ................................................................................................................18
5.05 Accepiance ofBonds and Insurance; Option to Replace ...........................................................19
Article 6 — Contractor's Responsibiiities ........................................................................................................19
6.01 Supervision and Super�ntendence ............................................................................................... � 9
CITY dF FORT WORTH
STAM]ARI�CONSTRUCT[ON SPBCIFICAT[DN DOCUMENTS
Revision: Mad� 9, 20n?
6.02
6.03
G.04
6.05
6.Ofi
6.07
6.08
6.09
�. zo
6.11
6.12
6.13
6.14
6.15
6.16
6.17
b. i 8
6.19
6.Za
6.21
6.22
6.23
6.24
Labor; Working Hours .........................�-�-----...--�--.......................................................................20
Services, Materials, and Equi�ment ......................................•-•---�----�---�----------...--------�------�-�---...20
ProjectScheduZe ......................................................................•--•---�----...---�-----...--�----�----�------......21
Substitutes and "Or-EquaLs" ....................................................................................................... 21
Concerning Subcontractors, Suppliers, and Others .............................................
....................... 24
WageRates .................................................................................................................................. 25
Patent Fees and Royalties ...........................................................................................................26
Pe�its and Utii�ties ....................................................................................................................27
Lawsand Regulations ................................................................................................................. 27
Taxes...........................................................................................................................................28
UseoiSite and Other Areas ....................................................................................................... 28
RecordDocurrients ...................................................................................................................... 29
Safetyand Protection ..................................................................................................................29
SafetyRepresentative .................................................................................................................. 30
Hazard Communicatian Prograrns ............................................................................................. 30
Emergencies and/nr Rectification ............................................................................................... 30
Submittals--------...-�---�------�----�-�-�------• ............................................................................................ 31
Conti�uing the Work.._..._.........----� ..............................................................................................32
Contractor's General Warrantyand Guarantee ..........................................................................32
Indemnrfrcation.................................•---�-----.....--•--....................................................................33
Delegatiion of Profcssior�al Design Services ..............................................................................34
Rightto Audit........--•---•---�---------------------�-�--------�----�-------...--------...-�-�----�-�..--------�---�......................34
Nor�c�iscriminaiion..._...-�-�---�---�-�---�------��----------------�-------------...----------•�---•----.................................35
Articie 7- Other Work at the Site ...................................................................................................................35
'�.01 Related Work at Site ................................................................................................................... 35
'1.02 Coordination ................................................................................................................................36
Article S - City's Responszbilities .......................
............................................................................................ 36
8.�1 Communications ta Contractor.......... .........................................................................................36
8A2 FLur�ish Data ...................................................................................... ....... 36
...................................
8.03 Pay When Due ............................................................................................................................ 36
8.04 Lands and Easements; Report� and Tests ...................................................................................36
8.05 Change Orders ............................................................................................................................. 36
8.06 Inspectians, Tests, and Approva�s .............................................................................................. 36
8.07 Litnitatians an City's Respons�bilities ....................................................................................... 3'1
8.08 Undisclosed Hazardous Environmental Condition ....................................................................37
�.09 Compliance with Safety Program ............................................................................................... 37
Article 9- City's Observation Status During Construction .------•--------------------------•-----................................... 37
9_O1 City's Project Manager ..............•- -�------�---�----------�----------�-�-�--------�-�---..........37
------ � --------�------------�
9.02 Visits to Site ..............�-----.._..--•-------.............................................................................................37
9.03 Authorized Variations in Work--------------------�------�-��--�-�----..._......................................................38
9.04� Rejecting Defective V�ork --------------•-•.........................................................................................38
9.05 Deternvnations far WarkP�rfarmed----------------------------•-.------•-.--................................................38
9.Qb DecisiQns an Requirements of ContractDacuments and Acceptabiliry of Work ..................... 38
C1TY OF FORT WORTEI
STANDARDCONSTRUCT[ON SPECIFICATION DOCLTMENTS
Revision: Mad� 9, 2�Z0
Article 10 - Changes in the Work; Clai�ns; Extra Work ................................................................................ 38
lO.QI Authorized Changes in the Work ...............................................................................................3$
10.02 Unauthorized Changes in the Work ...........................................................................................39
10.43 Execution of Change Orders .......................................................................................................39
10.04 Extra Work .................................................................................................................................. 39
�.0. �5 Notification to Surety ...... ............ ............. ........ ............ ........ ............ . .................. ... ............. . .... . .. 39
lO.Ob ContractClaims Process ........................................................................................�------�-----��------40
Article 11 -- Cost of the Wor[c; Aliowances; Unit Price Work; Plans Quantity Measurement ......................41
11.01 Cost of the Work ......................................................................................................................... 41
11.02 Allowances .................................................................................................................. ...........43
11.43 Unit Price Work ..........................................................................................................................44
11.04 Plar� Quantity Measurement ......................................................................................................45
Article 12 - Change of Cantract Price; Change of Cont�act Time ................. ................................................ 46
12.�1 Change of ContractPricc........----�..------�---�•--------•�-�----�-�---------------------------�----�------�---�----�--...........46
12.02 Change of ContractTime--• .........................................................................................................47
12.03 Delays.----....-�----...-�---------------�----•-�-----•--•-•-•--•-----.....---..................................................................47
Article 13 --- Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48
13.01 Notice of Defects ........................................................................................................................4$
13.02 Access to Work ........................................................................................................................... 48
13.03 Tests and InspectiorFs ..................................................................................................................48
13.04 Uncovering Work ........................................................................................................................49
13.05 City May Stop fihe Wark...-�-�-�----�------�-�-�- �-----�----�-�-��-----�--�----......49
13.06 Carrection ar Removal of Defective Work ................................................................................50
13.a7 Carrection Period .....................................�---�------�-�-�--�--------------�--------------�------�--------�------............50
13.08 Acceptance ofDefective Work ............................................................................�-�-�----�-�---------..51
13.09 Ciky May CorrectDefecti�e Wark--------�----------•-•-�----•--------�-•-•-------------••---.................................51
Article 14 - Payments to Contractor and Cornpletion ....................................................................................52
14.01 Scheduie Qf Values ...................................................................................................................... 52
1�.02 Progress Payments .................................................. ..52
..................................................................
14.03 Contractor's Warranty of Title ................................................................................................... 54
14. {?4 P artial Utilization .. .. .. .. ..... . ... .. ... .. . .. .. .... .. .. ... ...... .. ... .. ... . .. ... .. ... ... ... .. .. .... .. .. . .. ..... .... .. .. ... . .... . .. . .. .. ... 55
14.05 Final Ynspection ........................................................................................................................... 55
14.0� Final Acceptance ......................................................................................................................... 55
14.07 Final Payment .............................................................................................................................. 56
14.48 Final Completion Delayed andPartial Retainage Release ........................................................56
14.09 Waiver of Clauns ........................................................................................................................ 57
Article 15 - Suspension ofi Work and Tertnination --------------•-.------..-------.-.-.------.-.-.-.-----------.-.-•----------.--------...57
15.01 Ciky May Suspend Work----------------------------- ---.------57
�----------��----�-�--------�---�------�----��----�----------�------�-
15.02 City May Terniulate forCause-�------------�-�-�----------�------�---� .......................�----�--------�-�------�-�---------58
15.03 City May Tertriinate For Convenience ---------------------------------------------------------------------------------------60
Article16 - Dispute Resolution ...................................................................................................................... 61
16.01 Methods anc� Procedures .............................................................................................................61
CiTY DF FQi2T WOI2TH
STArIDARDCONSTItpCTIpN SPECiFICATION DOCUMENTS
Revision: Madi 9, 2020
Article17 — Miscellaneous .............................................................................................................................. 62
17.01 Giving Notice .............................................................................................................................. 62
17.02 Computation of Times .................................................................. .................. 62
............................
17.03 Cumulative Remedies ................................................................................................................. 62
17.04 Survival of Obligations ............................................................................................................... 63
17.Q5 Headings ......................................................................................................................................63
CIT'Y OF FORT WORTH
STANDARDCOHSTRUCTiON SPECfFTCATTON DOCUMEttiTS
Revision: 11�adi 9, 2020
00 �z oo - �
GENERAL OONDIFION S
Page 1 of 63
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terrn,s
A. Whereverused in these General Conditians or in other Contract Docutnents, the terms listed below
have the meanings indicated which are applicable to both the singular and plural thereof, and
words denating gender shal� in�clude ihe nnasculine, �ezxv.nu�e and neuter. Said ternis are generally
capitalized or written in italics, but not always. When used in a context consistent with the
defit�ition of a listed-defined term, the term shall have a meaning as defned below whether
capitalized or italicized or otherwise. In addition to tern�s specifically defined, terms with initial
capital Ietters m the Contract Documents include references to identified articles and paragraphs,
and the titles o� ather doc�nents or forn�s.
1. Adclenda—Written or graphic instrun�ents issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the propased Contraci Documents.
2. Agreernent—The written inst�-ument which is evidence of the agreement between City and
Contractor covering the Wark.
3. Application fo� Payment The farrn acceptable t0 Cl� WillCil 15 to be used by Can�ractor
during the course of the Work in requesting progress or fmal payments and which is to be
accompanied by such supporting documentaiion as is required by the Contract Documents.
4. Asbestos—Any material tlnat contains z�nare than ane percent as6estos and is friable oar is
releasing asbestos iibez-s into t�e air a6ove cuz-rent actioz� le�els established by the United States
Occupational Safety and Health Aciininistratian.
5. Award — Authorization by ihe City Council for the City to enter into an Agreement.
6. Bid—The offer or proposal of a Bidder subinitted on the prescribed form setiing fortl� the
prices for the Work ta be performed.
7. Bidder The individual or entity who subrni�s a Bid directly to City.
$. Bidding Docume�ets—Tne Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements—The advertise�nent or inv�tation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Busines.s Day — A busmess day is defined as a day fhat the City conducts normal busmess,
generally Monday through Friday, except for federal or state holidays observed by the City.
11. CalendarDay -- A day consisting of 24 hours mea�ured fro�n midnight to the ne� micl�ight.
CTTY OF FORi' WORTH
STA�VDARDCONSTRUCT[ON SPECIFTCATION DOCi1MENTS
Revision: Mad� 9, 2020
007200-1
GEIVERAL COND ITION S
Page 2 of 63
12. Change Order—A document, which is prepared and approved by the Ciry, which is signed
by Contractor and Ciry and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or afiter the Effective Date
of the Agreement.
13. City— The City of Fort Worth, Texas, a home-rute municipal corporation, authorized and
chartered under the Texas State Statutes, acting by its governing body through its City
Manager, his designee, or agents authorized under his behalf, eac1� of rnrhich is required by
Charter to perform specific duties with responsibility for fmal enforcement of ihe contracts
invo�ving the City of Fort Worth is by Charter vested in the City Manager and is the entity
witla whom Contractor has entered into the Agreernent and for whom the Wark is to be
performed.
14. City Aitorney — The officially appointed Ciry Attorney o� the City of Fort Worth, Texas, or
his duly aut.�orized representative.
15. Cfty Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
16. City Manager — The offcially appoiated and authorizcd City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
17. Contract Claim A demand or assertion by Ciry or Contractox seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with z•espect to the terms of the
Contract. A demand for money or servic�s by a third party �s not a Contract Claim.
18. Contract—The entire and integrated written documeni between the City and Contractor
conc�rning the Work. The Contract contains the Agreement and a11 Contract Docu�nents and
supersedes prior negotiations, representa�ions, or agreements, whether written or oral.
19. Contract Documents—Those items so designated in the Agreement. All items listed ir� the
Agreement are Coniract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings af subsurface and physical conditions are not Contract Documents.
20. Contract Price The moneys payable by City to Contractor for eornpletion of the Work �n
accordance wrth the Contract Documents as stated in the Agreement (subject to the provisions
ofParagraph 11.03 in the case ofUnit Price Work).
21. Cont�act Time The number of days or tne dates stated in the Agreement to: (i) achieve
Milestones, if any and (u�} complete the Work so that it is ready for Finai Acceptance.
22. Contractor The individuai or entity wiih whom City has entered mto the A�reement.
23. Cost of the Work—See Paragraph 11.01 ofthese General Condrtions for definition.
C�7'Y DF FORT WORTH
STANDARDCONSTRUCTION SPECTFiCATIpN DOCUMENTS
Revision: Mxch 9, 2(1110
oo�zoo-i
GENERAL CANDITION S
Page 3 of 63
24. Damage Claims — A demand for money ar services arising from the Project or Site frorr� a
third party, City or Contractor exclusive of a Contract Clairn.
25. Day or day— A day, unless othe�wise defin�d, shall mean a Calendar Day.
26. Director of Aviation — The officially appointed Director of the Aviation Department of ihe
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
27. Director of Parks and Community Services — The officially appointed Director of the Parlcs
and Comtnunity Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
28. Director of Planncng and Development — T`lie officialiy appointed Director of the Planning
and Development Departznent of tl�e City of Fort Worth, Texas, ar his duly appomted
representative, assistant, or agents.
29. Director of Ti�anspartation Public Wo�ks — The officially appointed Director of the
Transportation Public Works Department of the City of Fort Worfh, Texas, or his duly
appointed repres�ntative, assistant, or agents.
30. Director of Water Depart�nent — The officially appoitited Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
31. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, �xtent, and charactier of the Work to be performedby Contractor.
Submittals are not Drawings as so defined.
32. EffectiveDate of theAgreement—The date indicated in the Agreemeni on which it beco�rtes
effective, 6ut if no such date is indicated, it means the date on which the Agreement is signed
and de3ivered by the last of the iwo parties to sign and deliver.
33. Engineer—The licensed professional engineer or engineering f�rm registered in the State of
Texas performing professional services for the City.
34. Extra Work — Additional work made necessary by changes or alterations of ihe Contract
Documents or of quantities or for other reasons far which no prices are provided �n the Contract
Documents. Extra work shall be part of the Work.
35. F'ield Order—A writien order issued by City which requires changes in the Waxl� but which
does not invoive a change in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Fieid Order Allowances incorporated inta the Contract by fi�nded
work type ai the time of award.
3G. Final Acceptance — The written natice given by the City to the Contractor that the Work
specified in the Contract Docurnents has b�en cornpleted to the satisfaetion of the City.
Cl"I'Y OF FORT WORTH
STANT3AR�CflNSTRUCTfON SPEC[F[CATiON i�OCUTv[ENTS
Revisiou: Madi 4, 2dQ0
007200-I
GENERAL COiVDITION 5
Page 4 of 63
37. Final Inspectian — Inspection carried out by the City ta verify that the CO11kY'�GtO�' has
compteted the Work, and each and every part or appurtenance thereof, fully, entireIy, ar�d rn
conformance with the Contract Documents.
38. GeneralReqiairements—Sections ofDivision 1 of the ContractDocuments.
39. Haaardous Envi�-onmental Condiiion The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other rnaterials in such quantities or
c�rcumstances that rnay present a substantial danger to persons or property exposed thereto.
40. Hazardous Waste—Hazarcious waste is deimed as any solid waste listed as �azardous or
possesses one or more hazardous characteristics as de�ned in the federal waste regulations,
as amended from time to time.
41. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governrnental bodies, agencies, authorities, and eourts having
,�urisdiction.
42. Liens Charges, security interests, or encurnbrances upon Project fixnds, real properiy, or
personal property.
43. Major 1`tem— An Item of work included in the Contract Documents that has a total cost equal
to or greater than 5% of �he original Cantract Price or $25,000 whichever is iess.
44-. Milestone—A principal event specified in tl�e Contract Documen�ts relaCiu�g to an intermediate
Confract Time prior to Final Acceptance of the Work.
45. Notice of Awa�d The written notice by City to the Successful Bidder stating thai upon
timely compliance by the Successfizl Sidder with the conditions precedent listed ther�in, City
will sign and deiiver the Agree�nent.
46. Naiice to Proceed A written notice giver� by City to Contractor fixing the date on which the
Contract Time wilt cornmence to r�ui and on which Contractor shall start to perform the Work
specified in Contract Documents.
47. PCBs—Polychiorinated biphenyls.
48. Petf-oleu�Pet�oleum, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees Fai�renheit and 14.7 pounds per square
inch absolute), such as oi� petroleum, fuel oi� oil sludge, oil refuse, gasoline, kerosene, and
ail m�ed with other non-Hazardous Waste and crude oils.
49. Plans - See defuution of Drawings.
CITY OF FORT WOR`E'H
3TANDARDCpNSTRUCTIDN SPEC[FICATION DOCLTMENTS
Revision: Madi 9, 2fY�0
ao �z ao - i
GENERAL CANDITION S
Page 5 of 63
50. Project Schedule—A schedu[e, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the acti�ities comprising
the Contractor's plan io accomplish the Work witl�in the Contract Time.
51. Project—The Work to be periarmed under the Caniract Documents_
52. Project Manager—The authorized representative of the City who will be assigned to the
Site.
S3. Public Meeting — An anrfounced meeting conducted by t�ie City to facilitate public
participation and fo assist the public in gaining an informed view of ihe Project.
54. Radioactive Material—Source, special nuc�ear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.
55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at b:00 p.m., Monday
thru Friday (exc�uding legal holidays).
56. Samples Physical examples of maierials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of �he Work will be judged.
57. Schedule of Submittals—A schedule, prepared and mairitair�ed by Contractor, of requrr�d
submittals and the time requirements to support sc�ieduled performance of reIated construction
activikie5.
58. Schedule of Palues A schedule, prepared and maintained by Contracior, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
59. Site—Lands or areas indicated in tk�e Contract Documents as being furnished by City upan
which the Work is to be performed, inc luding rights-of way, permits, and easements for access
thereto, and such other lands ftzrnished by City which are designated for the use of Contractor.
60. Specifacations That part of the Contract Documents consisting of written requirernents for
materials, �quYpment, systems, standarci� and wnrkmanship as applied to the Work, and certain
adu�it�istrati�e requirements and procedural matters applicable thereto. Specifications may be
specifically made a part of t.�e Contract Documents by attachment or, if not attached, tnay be
incorporated by reference as indicated in the Table of Contents (Di�ision 00 00 00) of each
Project.
61. Subcontractor—An individual or eniiiy having a direct contract with Contractor or with any
other 5ubcontractor for ihe performance of a part of the Work at the Site.
CITY OF FaRT WORTH
STANDARDCONSTRUCTION SPECIFICAT[dN DOCUMENTS
Revision: 117�di 9, 2020
00720D-1
GENERALfAN�ITION S
Page 6 of 63
62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by Contractor
to iilustrate some por�ion of the Work.
63. Successful Bidde�=The Bidder submitting the lowest and most respansive Bid to whorn City
makes an Award.
64. Supe�intendent— The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act far the Contractor.
65. Supplementary Conditions—That part a-f tkze Contract Documents which amends or
supplements these General Conditions.
66. Supplie� A manufacturer, fabricator, supplier, distributor, materialman, or vendar having a
direct cor�tract w�h Contractor or with any Subcontractor to fitnzish materials or equipment
to �e incorporated in the Work by Contractor or Subcont�-actor.
67. Underground Facilitie.s—All underground pipelines, conduits, ducts, cables, wires,
�nanholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements
coniaining such facilities, iticluding buE not lirniied to, those that convey electriciry, gases,
steann, liquid petroleum products, telephone or other communications, cable television,
water, wastewater, stor�n water, other liquids or chernicals, or traffic or other control systerns.
68 UnitPrice Work—See Paragraph ll.03 of these General Conditions for defr�ition.
69. Weekerad Wo�king Hours — Hours beginning at 9:00 a.m. and ending at 5:04 p.rrL, Saturday,
Sunday or legal holiday, as approved in advance by tl�e City.
70. Woriz—The entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result of perforniing or
providing all labor, services, and documentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporatu�g all
xnaterials and equipment irito such construction, all as required by the Contract Documents.
71. Working Dcry — A worl�g day is defined as a day, not including Saturdays, Sundays, or legal
holida.ys authorized by the Ciry for contract purposes, in which weather or other conditions
not under the cantrol of #he Contractor will permit the per%rmance of the principal unit o£
wark underway for a continuous periad of npt less than 7 hours between 7 a.rn. and 6 p.m.
] .02 Terjninology
A. The words and tei-tns discussed in Paragraph 1.02.B through E are not deiined but, when used in
the Bidding Requirernents or Contract Documents, have the indicated meaning.
B. Intent of Ceriain Terms o�-Adjectives:
GTTY OF FORT WORTH
STANDARDCONSTRUCTION SPEC[FICATION DOCUMENTS
Revision: Madi 9, 2020
oo�zoo-i
GENERAL CONDITION 5
Page 7 of 63
1. The Cantract Docurnents include the terms "as allowed," "as approved," "as ardered," "as
directed" or terms of like effeck or impart to authorize an exercise of judgrnent by City. In
addition, thc adjecti�ves "r�asonable," "suitable," "acceptable," "prnper," "satisfactory," or
adjectives of like effect or irnport are used to deseribe an actian or detern�inatinn of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work far com�liance with the information in the
Contraci Docu�ments and with the design concepi af the Project as a fianctioning whde as
show� or ir�dicated in the Contract Docu�r�aen�s (unless there is a specif'zc statement indicating
otherwise}.
C. Defective:
1. The word "defective," when modifying the word "Work," refers to Wark that is
unsatisfactory, fauhy, or deficient in that it:
a. does not confor-m to the Contract Documents; or
b. does not meet the requi�ements of any applicable inspection, reference standard, test, or
approva� refei-red to in the Contract Documents; ar
c. has been darnaged prior ta City's wri�en acceptance.
D. Furnish, Install, Pet,fotm, Provide:
1. The word "Furnish" ar the ward "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or �asage thereof, shall mean
fi�rnishing and ineorparating in the Work including ail necessary labor, maierials, equipment,
and everything necessary to perforn3 the Work indicated, unless specif'ically litnited in the
context used.
E. Unless st.ated otherwise in the Contract Documents, words or phrases that have a well known
technical or cnnstruction ind�stry or trade meaning are usec� in the Contract Documents in
accordance with such recognized meaning.
ARTICLE � — PRELIMINARY MATTERS
2.01 Copies of Documents
City shaIl furnish to Contractor onc (1) original cxecutcd copy and ane (1) eiectronic copy af the
Contract Documents, and four (4) additional copies of the Drawings. Additional Cb�10S will be
furriished upon request at the cost of reproduction.
2.Q2 Commencementof Contrc�ctTime; Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Noiice to
Proceed may be given no earlier than 14 days after the Effective Date of the Agreement,
unless agreed to by both parties in writing.
CITY OF FOAT WORTH
STAM]ARTICONSTRUCT[ON SPECIFICAT[ON DOCCJMEI�ITS
Revision: Ma� 9,202(1
oo�zoo-�
GEN�RALCONDITiONS
Page S of 63
2.fl3 Sta�-ting the Work
Contractor shalt start to perform the Work on the date when the Cantract Time cornmences to run.
No Work shall be done at the Site prior to the date on which ihe Cantract Time comm�nces to run.
2.04 Before Stayiing Construction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Preconstruction Co�aference
Before any Work at the Site is started, the Contractor shali attend a Preconstruction Conference as
spec�ed � the Contract Documents.
2.06 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractot•
attending the Public Meeiuig as scheduled by the Ciry.
2.07 In itial Acceptance of Schedules
No progress payment shal� be made to Contractor until acceptable schedutes are submrtted to City �
accardance with the Schedute Specification as pro�ided in the Contract Documents_
ARTICLE 3— CONTRACT DOCUMENTS: Il�iTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Documents are corr�p�ementary; vvhat rs required by one is as bindmg as if required
by aIl.
B. It �s the intent of the Contract Documents to descri�be a functional�y complete project (or part
thereo� to be constructed in accordance with the Contract Docutnents. Any labor, docutnentation,
services, materials, or equipment that reasonably may be inferred from the Contract Documents
or from prevailing custo�n or trade usage as bemg required to produce the indicated result wiil be
provided whether or not speci#ica�ly called for, at no additional cost to City.
C. Clarifications and interpretations of the Contract Documents shall be issued by City.
D_ The Specifications �nay vary in form, format and style. Some Spec�cation sections may be written
in varying degr�es af strearnlined or declaraiiv� style and some sections may be relatively
narrative by cornparison Otnission of such words and phrases as "the Cantractor shalt," "in
COi1fQIiTilly W1�i1," "aS SilOW11," OI' "a5 S�l0C1f�C�" are ll1te11i1prial in streamlined sections.
O�itted words and phrases shall be supplied by inference. Similar types ofprov�srons may appear
in various parts of a section or articles with� a part depending on the format of t�e
CITY OF POItT WORTFi
$TAIVDARDCONSTRUCT[ON SPECTFICAT[ON DOCLTIVIENTS
Revision: Mad� 9, 2020
oo�zoo-�
GENERAL CDNdITION S
Page 9 of 63
section. The Contractor shall not take advantage of any variation of form, format or style in
making Contract Claims.
E. The cross referencing ai specifcation sections under the subparagraph heading "Relat�d
Sections include but are not necessarily lirnited to:" and elsewhere within each Sp�cification
section is pro�crided as an aid and con�enience to the Contractar. The Contractor shall not reiy on
the cross referencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 Refe�ence Staradards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specificatians, rr�anuals, or codes of any technical society, organization,
or association, or to Law� or Regulations, wk�ether such reference be specific or by implication,
shaIl mean the standard, specification, m.anuai, code, or Laws or Regulations in effect at the
iime of opening of Bids (or on the Effective Date o� the Agreerzaent if there were no Bids),
except as may be otherwi�e specifcally stated in the Contract Docuzne�nts.
2. Na provisinn of any such standard, s�ecification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsybilities of City, Contractor, or any
of their subcontractors, consultants, agents, or employees, from those set forth in the Contract
Documents. No such provision or instruction shall be effecti�e to assign to City, ar any of it�
afficers, d�rectors, me�ni�ers, partners, e�nployees, agent�, consultants, or subcontractors, any
duty or authority io super�ise or direct the performance of the Work or any duty or authoarity
to undertake respons�ility inconsisient with the provisions of the Contract Docurnents.
3.43 Reporting and ResolvingDisc�epancies
A. Reporting Discrepancies:
1. Coniractor's Revie� of Contt-aci Docunzents Before Starting WoYk: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figure� thereiir� against all applicable field measurements and
conditions. Contractor shall pramptly report in writing to City any conflic�, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge af, and shalE obtain a
written interpretation or clar�cation fronn City before proceeding with any Work affected
thereby.
2. Cont�-actor's Review of Cont�act Documents During Performnnce of � Work: If, during the
performar�ce of the Work, Contractor discovers any COnfliCi, error, arnbiguity, or cliscrepancy
within the Cant�act Docutnents, or between the Contract Documents and (a) any applicable
Law or Regulation ,(b) any standard, specificatinn, rnanual, or cnde, nr (c} any instruction of
any Supplier, ther� Contractor shall promptly r�port it to City in writin�_ Contractor shall not
proceed with the Work affected thereby (except in an emergency as required by Para�t'aph
CPTY�FFORT WORTH
STANDARDC0135TRUCT[ON SPECIFICATFON DOCU�vIENTS
Rc,-vision: M� 9, 20Z0
0072p0-1
GENERAL CO�fDITION S
P age 10 of 63
b.17.A) un�il an am�ndment or supplement to the Contract Documents has been issued by
one of th� m�thods indreated in Paragraph 3.04.
3. Coniractor shall not be liable to City for faih�re to report any conflict, error, ambiguity, ar
discrepancy in the Cont�act Documents unless Contractor had actual knowledge thereof.
B. ResolvingDiscrepancies:
1. Except as may be atherwise speci#ically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy �etween the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier {whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions sha�l govern over scaled d'unensions, Plans shall
govem over Specificatians, Supple�xi.er�tary Con.ditions shall govern over General Condi�ions
and Specifications, and quantitzes shown on the Plans shall govern over those shown in the
proposal.
3.04 Arnending and Supplementing ContractDocurnents
A. The Contract Docurnenis may be amended �o provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Change Order.
B. The requirements of the Contract Docurnents may be supplemented, a�d nninor variations and
deviations m the War1c not �vaiving a change in Contract Price or Contract Time, may be
authorized, by one or rnare af the follow�g ways:
1. A Field Order;
2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or
3. City's written intexpretation or clarification.
3_OS Reuse ofDocuments
A. Con�ractor and any Subcontractor or SuppIier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereo� prepared by or bearing the seal of Engineer,
including electronic media editions; or
2. reuse any such Drawings, ,Specifications, other documents, or copies thereof on e�tensions of
the Project or any other pz-oject witkzout written consent o�Ciry and specifzc written verification
or adaptation by Engineer.
CiTYOF �ORT WDRTH
STANDARDCONSTRUCTION SPECIF[CATIQN DOCLTMENTS
Revision: Madi 9, 2020
Q072QU-1
GENERAL CONDITION S
P age I 1 of 63
B. The prohibitions of this Paragrapl� 3.�5 will survive fmal payment, or ten��ination of the
Contract. Nothing h�rein shall preclude Contractor from retaining cqpies of the Contract
Documents for recard purposes.
3.0{ Electroraic Data
A. Unless otherwise stated in the Supplementary Conditrons, the data fiu-��ished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited ta the
printed copies inciuded in the Contract Documents {also known as hard copies} and other
Specifications referenced and located on ihe City's on-line electronic document management and
colla�oration system site. Files in electronic media format of text, data, graphics, or other types
are furnis�ed only for the convenience af the receiving party. Any conclusion or information
obtained or deriNed fro�n such electronic files will be at the user's sole risk. �fthere is a discrepancy
between the electron�c files and the hard copies, the hard copies go�ern.
B_ When transferring documents in electronic media format, the transferring parry makes no
representations as to long terrn compatr�ility, usability, or r�adability of documents resulting from
the us� of software application packages, operatieig systems, or computer hardware �.iifering from
those used by the data's creator.
ARTICLE 4— AVA�LAB�LYTY OF LANDS; SUBSURFACE AND PHY5ICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITYONS; REFERENCE POINTS
4.O1 �4vailability ofLands
A. City shall furnish the Site. City shall natify Contractor of any encumbrances or restrictions not of
general application bui specif'ically related to use of the 5ite with which Contractor must comply
in �erforming the Work. City will obtain in a iimely manner and pay for easements for permanent
structures or permanent changes in ex�sting facilities.
I. The City has obtained or anticipates acquisition of andlor access to right-of-way, and/or
�asements. Any autstandieig right-of-way and/or easements are anticipated to be acqu�ed in
accordance with the schedule set forth in the Supplementary Canditians. The Project Schedule
submitted by the Con�ractor in accordance with the Contract Documents must consider any
outstanding right-o� vvay, and/or easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding remaval or relocation of utiiities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule subrnitted
by the Cantractor in accordance with the Contract Documents must consider any o�tstancting
utilities or obstructions io be removed, adjusted, and/or relocated by others.
B. Upon reasonable written request, Ciiy shall furnish Contractar wit�i a current statement of record
legal title and legal descxiption of the lands upo� which the Work is to be perforrned.
CTTY pF FORT WORTH
STANDARDCONSTRUCTION SPECIFICATION DDCUMENTS
Re�isiou: M�dt 9, 2020
oo�aoo-i
GENERAL CONDITION S
Page I 2 of 63
C. Cantractor shall pravide for all additional lands and access thereto that may be required for
construction facilikies or storage of materials and equipment,
4.02 Subsu�face ancl Physical Canditions
A. Reports andD�awings: Tlze Supplementary Conditions identify:
1. those reports known to City of expiorations and tests af subsurface conditions at or
contiguous to ihe Site; and
2. ihose drawings knowri to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Limited Reliance by Cont�actor on Teehnical Data Authorized: Contractor nnay rely upon the
accuracy of the "�echnical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "tecl�nical data" is ic#.entified in the Supplementary
Conditions. Contractor may not make any Cantract Claim against City, or any af their officers,
directors, �nernbers, partners, employees, agents, consultants, or subcontractors with respect to:
1. tiie completeness of such reports and drawings for Contractor's purposes, includin�, but nat
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be emp�oyed by Contractor, and safety precautions and programs incident
ihereto; or
2. other data, interpretations, opinior�s, and infarmation contained in such reports or shown or
indicated in such drawings; or
3. any Cantractor int�rpr�tanon of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions, or information.
4.03 Differing Subsu�-fdce o�Physical Conditions
A. Noiice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed eit�ier:
1, is of such a nature as to establish that any "technical data" on which Contractor is entitZed to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differs rnaterially from that shown or indicated in the Contract Documer�ts; or
4. is of an unusual nature, and di�ifers materially from conditions ordinarily encouniered and
generally recognized as inherent in work of the character provided for in the Contract
Documen�s;
CiTY OF FORT WOATIT
STANDARI]CONSTRUCT�ON SPECTFTCATiO�V DpCi7MENTS
Revision: Ma[i� 9, 2U20
00 �z oo - �
GENERAL CDNDITI4N S
Page 13 of b3
then Contractor shall, promptly after becoming aware ihereof and before further disturbing the
subsurface or physical conditions or penForn�ing any Work in connection therewith (except in an
emerge�ncy as required by Paragraph 6.17.A), notify Ci�y in writin.g about such condition.
B. Possil�le Price and Time Adjustrnents
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor knew of the existence of such conditions at the time Contractor tnade a�na1
commitment to City with respect to Contract Price and Con�ract Time by the submission of a
Bid or becoming bo�.uld under a negotiated contract; or
2. the existence of such condi�ion could reasonably have been discovered or revealed as a resu�t
of the examination of the Con�-act Documents or the Site; or
3. Cantractor failed to gi�ve the r�vritten no�ice as required by Paragraph 4.03.A.
4.04 UndergroundFacilities
A. Shown or Indicated: The �nfornnation and data shown ox indicated in the Contract Documen,ts
wiih respectta exist�g Underground Facilities at or contiguo�s to tl�e Site is basedon mformation
and daia f�unished ta Cify or Engi�leer by the owners oi such Underground Facilities,
inchxcling Ci#y, or by others. Unless �t is otherwise expressly provided in the Supplementary
Conditions:
1. City and Engineer shal� nat be respons�le for the accuracy or completeness of any such
info�nation or data pro�ided by others; and
2. the cost of all oi the iollowing wiIl be included in the Contract Price, and Cantractor shall
have full responslbility for:
a. reviewing and checking all such informatian and data;
b. locating all Underground Facilities shown or indicated ic� the Cont�act Documents;
c. coordinatiar� and adjustment af the Wark with the awners of such Undergraund
Facilities, includitig City, duriri� construction; and
d. the safety and protection af a11 such Underground Facilities and repairing any daanage
thereto resultir�g from the Work.
B. NotShown orindicated:
L If an Underground Facility which canflicts with the Work is uncovered or revealed at or
contiguaus to the Site which was not shown or indicated, or not showz� or indicated with
reasonab�e accuracy in �e Contract Documents, Contractar shall, prornptly ai'ter becoming
aware thereof and before furrher dis#t�'bing conditions affected thereby or perfortning any
CTTY OF FORT WORTH
5TANI}ARDCOI�iSTRUCT[ON SPECIF[CATiON DOCUMENTS
Revision: Madi 4, 2D2D
00 �z oo - i
GENERALCONDITIpN S
Page 14 of 63
Work in connection iherewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Faciliry and give notice io that owner and to City.
City will review the discovered Underground Facility and detern�in� the extent, if any, to
which a change may be required in the Contract Documents to reflect and document the
conseyuences of the existence or location of the Underground Faci�ity_ Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. Ii City concludes that a change in the Contract Documents is required, a Change Order may
be issued to reflect and document such consequences.
3. Veri�cation of exrsting utilities, structures, and service lines shall include nat�cation of alI
utility companies a minimum of 48 hours in advance of const�►zctian including �xploratory
excavation if necessary.
�.OS Ref'erence Points
A. City shall provide engineering surveys to estabiish reference points for construction, which in
City's judgrnent are necessary to enable Contractor to proceed with the Work. Ciky w�ll provide
construction stakes or otlier customary method of marking to establis� line and grades for roadway
and utility construction, cent�rlines and benchmarks iar bridgework. Contractor shall protect and
preserve the establish�d ref�r�nce points and property monuments, and shall make no changes oe
relocations. Contractor shall report to City whenever any reference pomt or property rnonument is
lost or destroyed or requires relocation because of necessary changes in grades or Zocations. The
City shall be responsible far the replacement or re�ocation of referer�ce points or property
monuments not carelessly or willfizlly destroyed by �ie Con�ractor. Th� Contractor shall notify
City in advance and with sufficient ti�ne to a�void deIays.
B. Whenever, in the opinion of the Ciry, any reference point or monument has been carelessly or
willfu)ly destroyed, disturbed, vr removed by tl�e Con�ractor or any of his employees, the furtl cost
forreplacing such poirmts plus 25% will be charged against the Contractor, and the full amount will
be deducted from payment due the Contractor.
4.06 Hazcc�dous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known
to City relating to Hazardous Environmental Conditians that have been identified at t�e Site.
B. Limited Reliance by Cont�acto� on Technical Data Authorized: Contractor rnay rely upon the
accuracy of the "technicaI data" contained in such reports and drawings, but such reports and
cirawings are not Contract Documents. Such "technical data" is identif'ied in the Supplementary
Conditions. Contractor may not make any Contract Claim aga�nst City, or any of their offcers,
directors, mernbers, partners, ernployees, agents, consultants, or subcantractors with respect to:
1. the co�npleteness of such reporis and drawings far Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH
STANDARDCONSTRUCTION SPECIFICATIQN bOCUM�NTS
Revision: Mad� 9, 2(ilQ
oo�zoo-i
C,ENERAL CONDITION 5
Page ISof63
constr�iction to be ernployed by Contractor and safety precautions and programs incident
thereio;ar
2. nther data, interpretations, opinions and infarn�ation contained in such reports or shown or
indicafed in such drawings; or
any Cantractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions ar in�ormation.
C. Contractor shall not be respor�sible for any Hazardous Environmenta� Condition uncavered or
revealed at the Site which was not shown or indicated in Drawmgs or Specifications or identified
in the Contract Doc�unents to be withm the scope of the Work. Contractor shall be responsible for
a Hazardous Environmenta� Condition createc� with any materials brought to the Site by
Coniractor, Subcontractors, Suppliers, or anyone else far whom Contractor is responsble.
D. If Contractor encaunters a Hazardous Environmental Condition or ii Contractor or anyone for
who� Contractor is responsible creates a Hazardous Enviro�nmental Condition, Contractor shall
iin�nediately: (i) secure ar otherwise isolate such condition; (u) stop all Work in cannection 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 confrrrn such notice �n writing). City may
consider the necessity to retain a qua.lified expert ta evaluate such candition or take corrcctivc
action, if any.
E. Contractor shail not be required to resume Wor� in connection with such condition or in any
affected area until after City has obtained any required perrnits related thereto and delivered written
natice to Contractor: (i} specifying that such condition and any a�fected area is or has been
rendered suitable for the resurraption of Wor�; or (i�i) specifying any special canditions under which
suc� Work may be resumed.
F. If after receip� af such written notice Contractor does not agree to resume such Work based on a
reasnnable belief it is unsafe, or does not agree to resume such Work under such special conditions,
th�n City may arder the portion of the Work that i� in the area affected by such condition to be
deleted from the Work. City tnay have such deleted portion of the Work performed by City's own
forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contracta�- shall indemn� and hold
harrrcless City, fYom and against all clai�n,s, costs, losses, and damages (includi�g but not limited
to all fees and charges of engineers, architects, attor�aeys, and otherprofessionals and all cout-t
or arbitraiion ar other dispute resolution costs) arising out of' oY relating to a Hazardous
Environmental Condition created by Contrcacto�orbyanyoneforwhomContractorisresponsible.
Nothing in this Pa�agraph 4.06.G shall obligate Cont�actor ta indemraify any individual or entity
from and cagainst the consequences of thcai individual's or entity's own neglige�ce.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do nat apply �o a Hazardous Environmental
Condition uncovered or revealed at the Site.
crry o� xox�r wo�rxr
STANDARDCONSTRUCTiON SPECiFiCATION DpCUMENTS
Re�ision: M�ch 9,2020
oo�aoa-�
GENERAL CONDITIOi� S
Page ] 6 of 63
ARTICLE �— B ONDS AND IN5URANCE
S.Oi Licensed Sureties and.Insu�ers
All bonds and insurance required by the Contract Docurnents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
ir� the State of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety and insurance compar�ies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.�2 Performance, Payment, andMaintenanceBonds
A. Contractor shall fitri�ish performance and payment bonds, iu accordance with Texas Government
Code Chapter 2253 or successor statute, each in an amoixrzt equal to the Contract Price as
security for the faithful performance and payment of all of Contracior's obligations urider the
Contract Documents.
B. Contractor shall fiirtvsh maintenance boncls in an amount equal to the Contract Price as security
to protect the City against any defects in any portian of the Work described 'm the Coniract
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 preserlbed by the Contract Documents except as provided otherwise
by Laws or Regulations, and si�all be executed by such sure�ies as are named in the list of
"Companies Holding Certificates af Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in C�-cu�a.r 570 (amended} by the Financial
Management S�rvice, SureEy Bond Branch, U.S. Department of the Treasury_ All bonds signed by
an agent or attorney-in-fact rnust be accnrnpanied by a s�al�d and dated power of attorney cvhich
shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. Ifthe surety on any bond furnished by Contractor is declared bankr�xpt or becomes insoIvent or its
right to do business is ternvnated 'm the State of Texas or it ceases to meet the require�nents of
Para�-aph 5.02.C, Contractor shall promptly notify Ciry and shall, within 30 days after the event
giving rise to such notification, provide anot.�ier bond and surety, both of which shall comply with
the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certificates oflnsurance
Contractor shall deliver to City, wiih copies to each additional insured and loss payee identified in the
S�ppleraentazy Conditions, certificates oi insurance (other evidence af insurance requested by City or
any other additional insured} in at least the 1��iniillum amotult as specified iei the Supplementary
Conditions which Contractor is requir-ed to p��rchase and maintain.
1. The certificate af insurance shall document the City, and all identified entities named in the
Supplernentary Conditions as "Additianal Insur�d" on all liability policies.
CITYOPFORT WORTH
STA�ARDCONSTRUCTiON SPECiFiCATION DOCUMENTS
Revision: Matdi 9,202A
007200-1
GENERAL CONDITION 5
Page 17 of 63
2. The Cor�tractor's general Iiability insurance shall incluc�e a, `�er project" or `�er locatian",
endorsernent, which shall be ident�ed in the certificate af insurance provided to the City.
3. The certificate shall be signeci by an agent authorized io bind coverage on behalf of the it�sured,
be comp�ete in its entirety, and show complete insurance carrier names as listed in the current
A.M. Best Property & Casualty Guicle
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' carnpensatior�, all insurers rnust have a minirnum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent fmancial
strength and sol�ency to the satisfaction of Risk Management. If ihe rating is below thai
required, written approval of City is required.
S. All applicable policies shall mclude a Waiver of �ubrogation (Rights of Recovery) in favar
of the City. In addition, the Contractor agrees to waive all rights of subroga#ion against the
Engineer (if applicablc), and cach additinnal insurcd identified in the Supplerncntary
Conditions
6. Faiture of the City to demand such certif'icates or other e�idence of full compliance with the
insurance requirements or faihu-e af the City to identify a deficiency from evidence t�at is
provided shall not be construed as a waiver of Contractor's obligation io maintain such lines
of insuran.ce caverage.
7. If insurance policies are not wri�en for specified coverage limits, an Umbrella or Excess
Liaf�ility insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
S. Unless otlierwise stated, all required insurance shall be written on the "occurrence basis". If
co�erage is underwritten on a claims-z�nade basis, the xetroactive date sl�all be coincident with
or prior to the date of ihe effective date of the agreement and the certificate of insurance shall
state that the co�erage is clauns-made and the reiroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3} years following Final
Acceptance pro�ided under the Contract Docu�nents or for the warranty periad, whichever is
longer. An a�runual certi�cate of insurance submit#ed to the City shall evidence such
insurance coverage.
9. Palicies shall have no exclusinns by endorsements, which, neither nullify ar amend, the
requir�d lin�s of covera�e, nor decrease the limits of said coverage unless such �ndors�ments
are approved in writing by the City. In th� ev�nt a CantracC has been bid or executed and the
exclusions are deterrr�ined to be unacceptahle or the Ciry desires additional insurance coverage,
and flie City desires the contractnr/engineer to obtain �uch coverage, the coniract price shall
be adjusted by the cost of the prernium for such additional coverage plus 1�%.
10. Any self-insured retention {SIR}, in excess of $25,000.00, affecting requi�-ed insurance
coverage shall be approved by the Ciry in regards to asset value and siockholders' equiry. In
CITY OF FORT WORTH
STANDARDCOlVSTRUCTI4N 3PECiFTCATION DOC[JMENTS
Revision: Madi 9, 202Q
00 7z oo - �
GEN�RAL CON�ITION 5
Page 1 S of 63
�ieu of traditional insurance, alternative coverage maintained tl�t�oug�i insurance pools or risk
retention groups, must also be approved by City.
11. Any deduchbie in excess of $5,000.00, for any poficy that does not provide coverage on a
f�-st-dollar basis, m�st be acceptable to and approved by the City.
12. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed necessary
and prudent by the City based upon changcs in statutory law, court decision or the claims
history of the mdustry as well as of the contracting party to th� City. The Ciry shall be requu-ed
io provide prior not�ce of 9Q days, and the insurance adjustm�nts shall be incorporated into the
'�1V�ork by Change Order.
13. Ciry shall be entitled, upon written requesi and without e�ense, to receive co�ies of policies
and endorsernents thereto and may malce any reasonable requests for deletion or revision or
modifications oF particular palicy terrns, conditions, liinitarions, or exchasions necessary to
conform the policy and endorsements �o the requirements of the Contract. DeZet�ons, revisions,
ar modifieations shall not be requ�-ed where policy provisions are established by law or
regulations binding upon either party ar the underwxrter on any such policies.
14. Ciry shall not be responsible for the direct payment of insurance premiuul costs for
Contractor's insurance.
5.04 Cantractor s InsuYance
A. Workers Ca�npensation and Enzployers' Liability. Contractor shall purchase and maintair� such
insuranc� cov�rage with limits cansistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Cn. �06, as amended), and �ninimu�m lirnrts for Employers'
Liability as is apprapriate for the Wark being performed and as will provide pratection from claitns
set forth below which �nay arise nut of or resu�t irom Contractor's performarzce of the Work and
Contractor's other obligations under the Contract Documents, whethex it is to be performed by
Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of
tnem to perfarm any of �ie Work, or by anyone far whose acts any of them may be liable:
1. cl�ims under workers' compensation, disability benefits, and oth�r sirnilar employee beneiit
acts;
2. clauns for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
B. Commercical Ge�aeral Liabilzty. Coverage shall include but nat be limited to covering liability
{bodily injury or property damage) arising from: premises/operations, independent contractors,
products/cornpleted operations, personal injury, and liability under an it�sured contract. Insurance
shall be provzded on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. Tk�i� insurance shall apply as primary insurance witl� respect to any other
CTI'Y OF FORT WORTfI
STANDARDCONSTRUCT[ON SPECTFTCAT[OIV i)OCUMENTS
Revision: Ma� 9, 2020
007200-1
GENERAL CDNDITION S
Page 19 of 63
insurance or self-insurance prograrns affnrded to �he City. The Cnrnrr�ercial General Liability
policy, shall have no exclusrans by endor�ements that would alter of n�illify premises/operatians,
products/completed operations, contractual, personal injury, or advertising injury, which are
norrnally contained with the policy, unless the Ciry approves such exclusions in writing.
For construction projects t�at present a substantial completed operation exposure, the City may
require the contractar to mainta.in completed operations coverage %r a minimum of no less than
three (3} years following the eompletion of the project (if ident�ed in the Supplementary
Conditions}.
C. Automobile Liability. A commercial business auto policy sha11 pravide coverage on "any auto",
defined as autos owned, hired and non-owned and pravide i�demnity for claitns for datnages
6ecause bodily injury or death of any person and or property damage arisir�g out of the wark,
rr�aintenance or use of any motor �ehicle 6y the Contractor, any Subcontractor or SuppIier, or by
anyone direcily or indirectly employed by any of them to perform ar�y of the Work, or by anyone
for whose acts any of them may be liable.
D. Railroad PYotective Liability. If any of tl�e work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall camply with the requirements identiiied in the
Suppiementary Conditions.
E. Notification of Policy Cuncellation: Contractor shall imrriediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall siop work until replacernent insurance has
been proc�tred. There shall be no time credit for days not worked pursuant to this section.
5.05 Acceptance ofBondsandln,surance; Option to Replace
If City has any objection to the eo�erage affnrded by or other provisions of the bonds or insurance
required to b� purchased and mainfained by the Cnntractor in accordance wiih Article 5 on the basis
of non-conformance with the Contract Documents, the City shall sa notify the Contractor in writmg
within 14 Busrness Days afterreceipt of the certificates (or other evidence requested). Contractor sha11
provide to the City such additianal information in respect of insurance provided as the City may
reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required
by the Contract Documents, the City shall notify the Contractor in writing of such faiiure priar to the
start of the Work, or of such failure to maintain prior to any change in the required coverage.
ARTICLE 6 — CONTRACTOR'S RESPONSIBIL�TIES
6.01 Supe�vision canc�Superintendence
A. Contractor shall supervise, inspect, and direct the Worlc competently and effciently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents. Contractor shalE be so[ely responsible for the
means, methods, techniques, sequences, and procedures of consf�-uction.
CiTY OF FORT WORTH
STANDARDCONSTRUCTION SPEC[P[CATION DOCiJMENTS
Revision: Matd� 9, 2020
QO7200-I
GENERAL CONDITION 5
Page 20 of 63
B. At all times during the progress of the Work, Contractor shall assign a com�etent, E11�115�1-
speaking, Superintendent who shall not be replaced without written natice ta City. The
Superintendent w�ill be Contraetor's representative at the Site and shall have authority to act on
behalf o£ Contractor. AIl communication given to or received from ihe Superintendent shall be
binding an Contractor.
C. Contractor shall nottf'y the City 24 hours prior to rnoving areas during the sequence of construction.
6.02 Labor; WorkingHours
A. Contractor shall provide campetent, suitably qualified personnel to perform cortstruction as
required by the Confract Documents. Contrac�or shali at a11 times rnaintain good discipline and
order at the Site.
B. Except as otherwise required far the safety or protection of persons ar the Work or properry at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the 5ite shalI be performed during Regular Working Hours. Contractor wi11 not pern�it the
perfortnance of Work beyond Regular Warking Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably wiihheld}. Written request (by letter or
electronic communication} to perform Work:
1. %r beyond Regular Working Hours request must be made by noon at least two (2) Business
D ays prior
2. for Weekend Working Hours request must be rna d� by noon of the preceding Thiusday
3. for legal hofidays request must be made by noon two Business Days priar to th� legal
hofiday.
6.Q3 Services, Mcaterials, anca'Equipment
A. Unless otherwis� spec�ed in the Contract Docurnenis, Contractor shali provide and assume full
responsibility for all services, rnateriaLs, equipment, labor, transportation, constz-uction equipment
and m�ehinery, tools, appliances, fitel, power, light, heat, telephone, water, sanitary �acilities,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contractor requrred testing, start-up, and camplctian of the Work.
B. All materials and equipment incarporated. into the Work sha1l be as specified or, if' not spec�ed,
shalI be of good quality and new, except as otherwise provided in the Contract Documen#s. A11
speciai warranties and guarantees required by the Speci�cations shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
reyuired tests) as to the source, kind, and quai�ty of materiais and equipment.
CITY OF FpRT WQRTH
STANDARDCONSTRUCTEON SAECIFICATION DOCLTMENTS
ite�ision: Mad� 9, 2020
00 �z oo - i
��rv�Ra�. coNo�TioN s
Pa�e 2l of b3
C. All materials and equipment to be incorporated inta the Work shal� be stored, applied, installed,
connected, erected, pratected, used, cleaned, and canditioned in accordance with instructions af
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All items of standard equi�ment to be incorporated into the Work shall be the iatest model at the
time of bid, uniess otherwise specified.
6.04 ProjectSchedule
A. Contractor shall adhere to the Project Schedule estab�ished in accordance wiih Paragraph 2.07
and the General Requirements as it may he adjusted fram time to time as provided below.
�. Contractor shall subz�nat to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements} propased. adjusiments in the Project Schedule that will not result
in chang�g the Confiract Time. Such adjustments will comply with any pro�isions ot the
General Requirements applicable thereto.
2. Contractor shall submit to City a manthty Projecf Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification O1 32 16.
3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requi�ements of Article 12. Adjustments in Contract Time
may only be made by a Change Order.
6.05 Su�stitutes and "Or-Equals"
A. Whenever an item of material or equipment �s specif'ied oz- described in the Contract Documents
by using the name of a praprietary item or ihe name of a pa�ticular Supplier, the specification or
description is intended to establish the type, fiinction, appearance, and quaiity required. Un�ess the
specification or descriptio�n contains or is foltawed by words reading that no l�e, equiva�ent, or
"or-equal" item or no substitution is per�itted, other items o� ma�erial or equip�x�erzt of other
Suppliers may be submitted to Cicy for review under the circnrnstances described below.
1. "Or-Equal"Items: If in City's sole drscretion an item of material or equipment proposed by
Cantractor is fi.uic�ionally equal to that named and suffciently similar so that no change in
related Work will be required, it may be considered by City as an "or-�equal" item, in which
casereview and approval of the proposed item may, in City's sole di�cretion, be accomplished
without compliance with some or all of the requirements for approval of proposed substit�te
items. For the p�uposes of this Paragraph S.OS.A.1, a proposed item of material ar equipment
will be considered functionally equal to an item so narned if:
a, the City determines that:
1) it is at least equal in materials of construction, qualiry, durability, appearance,
strength, and design characteristics;
CITY OF FQRT WflRTH
STANDARDCONSTRUCTION SPECIFTCATION DOCUMENTS
Revision: Madi 9, 2(YZO
oo�zoo-i
GENERAL C4N�ITION S
Page 22 of b3
2) it wi�l reLiably perform at least equal(y well the function and ach�eve th� results
imposed by the desi�n concept of tl�e comp�eted Project as a fiznctioning who1�; and
3) it k�as a proven record of per�ornaance and availability of responsive service; and
b. Contractnr certifes that, if approved and incorporated inta the Work:
1) there will be no increase in cost to the Ciry or increase in Contract Time; and
2) it will conform substantially to the detailed requirements of the itezn named iri the
Contract Documents.
2. Su�istitute ]te3ns:
a. Yf in City's sole discretion an item of material or equipment proposed by Contractor c�oes
not qualify as an "or-equa�" item under Paragraph 6.OS.A.1, it may be su�mitted as a
proposed substitute rtem.
b. Contractor shall submit sufficient information as �rovided below to allow City to determine
if the item of rnaterial ar equipment proposed is essentially equivalent to that named and
an acceptable substitute therefor. Requests for review of praposed substitute items o�F
rnaterial or eq�upment wi11 not be accepted by City fram anyone other than Cantractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Coniractor seeks to fi�rni5h or use. The application shall
comply with 5ection O1 25 00 and:
1) shall certify that the proposed substitute iterx� wiIl:
a) perform adequately th� functions and achieve the results called %r by the general
design;
b} be sitnilar in substance to that specified;
c) be suited io the same use as that specified; and
2) wil( 5take:
a) the extent, if any, to which the use of the proposed substitute item wil� prejudice
Contractor's achievement of frnal corr�pletion on trine;
b) whether use of the proposed substitute item in the Wark wi11 require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
CITY OF FORT WORTH
STANDARDCONSTRUCTTON SPEC[FICAT[ON DOCUMENTS
Revision: Ma� 9, 2020
oo�zoo-i
GENERAL CDNDITION S
Page 23 oi'S3
c) whether incarparation ar vse af the proposed substitute ite�n in connection with
the Work is subject ta pay�nent of any license fee or royalty; and
3) will identify:
a} all �ariations oi the proposed substitute itern frorn that speci�ed;
b) available engineering, sales, maintenance, repair, and replacement services; and
�) shall contain an itemized estirnate of all costs or credits that will result directly or
indireckly from use of such substitute item, �cluding costs of redesign and Damag�
Claims of ather contractors affected by any resulting change.
B. Substitute ConstructionMethods vrProcedures: If a specific means, method, technique, sequence,
or procedure of construction is e�ressly required by the Contract Documents, Contractor may
furnish ar utilize a su6stitute means, method, techriique, sequence, or procedure of canstructian
appro�ed by Ciry. Contractor shall subrnit sufficient information to allow City, in City's sole
discretion, to determine that the substitute praposed is equivalent to ihat expressly called for by
the Contract Docurnents. Contractor shall make written application ta City for review in the sarne
manner as #hose provided in Paragaph 6.OS.A.2.
C. City's Evaluation: City vvill be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant ta Paragraphs 6.OS.A and 6.OS.B. City may require Contractor
to furnish additional data about the proposed substitute. City will be the sole judge of acceptabiliry.
No "or�equal" or substitute wiil be ordered, instailed or utilized until City's review is complete,
which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal
for an "or-equal." City will advise Contractor in writing of its detertnuiation.
D. Special Guarantee: C�ty may require Cantractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contracto� shall
indemnify and hold hcarmless City and anyone directly or indirectly entployed by them,frorrt and
against cany cand all cicaims, danzage.s, lc�sse.s and expenses (including cattorncys fe�s) arising out of
the use of substituted materials or equipment.
E. City's CostReiinbursement: City will record City's costs in evaluating a substitute praposed or
sub�nitted by Contractor pursuant to Paragraphs 6.OS.A.2 and C.OS.B. Whether or not City
approves a substitute so proposed or subrnitted by Contractor, Contractor may be required to
reimburse City for e�aluating each such proposed substitute. Contractor may also be requit-ed to
reir�nburse City for the charges for making changes �n the Contract Docurnents (or in the provisions
of any other direct contract with City} resulting from ihe acceptance of each proposed substit�te.
F. Contractor's Experase: Contractor shall provide all data in suppart of any propased substitute or
"or-equal" at Contractor's expense.
CC['Y OF FORT WDRTH
STANDARDCONSTRUCT[ON SPEC[F1CAT[�N i�OCUMENTS
Re�ision: Mm� 4, 2U20
oo�zao-�
GENERAL CONDITION S
Page 24 of 63
G. City SubstituteReimbursement:Costs (savings or charges) atkrii�utable to acceptance of a substitute
sha�l be incorporated to the Contract by Chang� Order.
H. Tifne Extensions: Na additional ti�ne will be granted for substitutions.
6.06 Concerning Subcontractors, Suppliers, and Othet-s
A. Contractor shall perform with his own organization, work of a vah�e nat less than 35% of the
value enr�braced on the Contract, unless othenvise approved by the City_
B. Contractor sha�l not employ any Subcontractor, SuppIier, or other mdividual or entity, whether
initrally or as a replacement, against whom City may have reasonable objection. Coniractor shalI
not be required to �mploy any Subcontractor, Supplier, or other individual or entity to fiu-nish or
perfartn any of the Work against whom Contractor k�as reasonabie objectior� (excluding those
acceptable to City as �ndicated in Paragraph 6.06.C).
C. The City may from time to time require the use nf certain �ubcontractors, S�pp�ers, or other
individuals or entities on the project, and will pravide such requirements in tl�e Supplementary
Conditions.
D. Minority Business EnteYprise Compliance: It is City policy to ensure the ful� and equitable
participation by Minority Business Enterprises {MBE} in the procurement of goods and services
an a contractual basis. I� the Contract DocUments provide for a MBE goal, Contractor is required
to cornply with the intent of the City's MBE Ordinance (as amended) by the following:
1. Contractor shall, upan request by City, provide cornplete and accurate irzforrnation regarding
actual wark perforrned by a MBE on the Contract and pay�nent therefor.
2. Contractor will not make additions, deletions, or substitutions of acc�pted MBE without
writien consent af the City. Any unjustified change or deletion shall be a rnaterial breacl� of
Contract and may result in debarment in accordance with the procedures outlined in the
Ord'mance.
3. Contractor shall, upon requestby City, allow an audit ancUor examination of any books, records,
or files in the possession of the Contractor that will substantiate the actual work perform�d by
an MBE. Material misrepresentation of any nature will be grounds for termination of the
Contract in accordance with Paragraph 15.02.A. Any such misre�resentation may be grounds
for disquali#icatioa� o� Contractor to bid on fut�are contracts with the City for a pariod of
not less than three years.
E. Contractor shall b� fully responsible to City %r all acts and omissions of the Su�contractors,
Suppliers, and other individuals or entities pex�az-mi�g or furnishing any of the Work just as
Contractor is respons�ble far Contractor's own acts and omissions. Nothing in the Contract
Documents:
CITY OF FORT WORTH
STANDARDCONSTRUCTI4N SPECiFiCATION i]OCUMBT�iTS
Revision: Mad� 9, 2020
00 �� oo - �
GENERAL CONDITION S
Page 25 of b3
1. shall create for the benefit af any such Subcontractor, Supplier, or other indi�idual or entity
any contractual re�ationship between City and any such Subcontractor, Supplier or other
indi�idua l or entity; nor
2. shall create any obligation on the part of City to pay or to see ta the payrnent of any moneys
due any such Subcontractor, �upplier, or other individua 1 or entity except as may otherwi�e be
required by Laws and Regulations.
F. Contractor shall be salely responsi6le %r schedu�ing and coordinating the Work of Subcontractors,
Suppliers, and other mdividua �S or entities per%rnling or fiirnishmg any oi the Work under a direct
or indirect cantract with Contractor.
G. All Subcontractors, Suppliers, and such otl�er indi�iduals or entities �erforming or furnishing any
of the Work shall communicate with City through Cantractor.
H. All Work performed for Cont�actor by a Subcontractor or Suppiier will be pursuant to an
appropriate agreement between Contractar and the Subcontractor or Suppl�er which specifically
biinds ihe Subcontractor oz- Supplier to the applacable terrns and conditions of the Contract
Documents £ox- the ben,efit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply wiih all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates detern�ined by the City Council of the Ciry of Fort Worth ta be the prevailing wage rates in
accarda�nce with Chapter 2258. Such prevailing wage rates are inctudecl. in these Contract
Dac�unents.
B. Penalty fo� Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
sha11, upon demand made by the Ciry, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates stipuYate d
in these contract c�ocurraents. This penalty shall be retamed by the Ciry io offset its ad�ninistrative
costs, pursuant to Texas Governrner�t Code 2258.023.
C. Corrcplaints of Violations and City Determination of Good Cause. On receipt of inforz�ation,
including a cornplaint hy a worker, concerning an alleged vialation of 2258.023, Texas
Govei-nment Code, by a Contractor or Subcor�tr-actor, the City shal! make an initial
deter�zunation, before the 3l st day after the date the City receives the information, as to whether
goad cause exist� to beiieve that the violation occurz-ed. The Ciiy shall notify i�. writing the
Contractor or Subcontractor and any af%ctedworkerot its �itial detern�nation. Upon the City's
determination that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, the City shall reta.in the fuIl amoun�s claimed hy the claimant or claimants as the
difference betweenwages paid and wages due under the prevailing wage rates, such amo�ints being
subt�-acted from successive progress payments pending a final detern�ination of the vio(ation.
CIT Y dF FORT WORTH
STAN�ARACONSTRUCTfON SPEC�FICATION DOC[JTvTENTB
Revisian: Mad; 9, 2020
oo�zoo-i
GENERAL CONDITION S
Page 26 of 63
D_ Arbitration Required if Vialation Not Resolved. An �ssue xelating to an alleged vioIa.iion of Section
2258.023, Texas Government Code, including a penalty owed to the Ciry or an affected worker,
shalt be submitted to binding arbitration in accardance with the Texas General Arbitration Act
(Article 224 et seq., Revised Statutes} if the Contractor or Subcontractor and any affectedworker
does not resolve the issue by agreementbefore the 15th day afterthe date the City makes its initial
determination pursuant to Paragraph C abave. If the persons requ,ired to arbitrate under this
section do not agree on an arbitrator before thc 1 ith day after the date tha� arbitratior� is required,
a district court shall ap�oint an arbitrator an the petition of any of the persons. The City is �not a
parry uz the arbitration. The decision and award of the arbitrator is fmal and binding on all parties
and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractar shall, for a period of three {3)
years following the date of acceptance of the work, maintain records that show (i� the name and
occupation of eack� worker employed by ihe Contractor in the construction of the Work provided
for ir� this Contraci; and (ii� the actual per diem wages paid to each worker. The records sha11 be
open at all reasonable hours for inspeciion by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payrnent or payro�l period, whicYzever is less, tne
Contractor sha11 submit an af�idavit stating tha� the Contractor has complied with the requirements
of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Coniractor shali post prevailing wage rates in a conspicuous p1a ce at
all times.
H. Subcontractor Compliance. Tl�e Contractor shall include in its subcontracts and/or shall
atrierwise require all of its Su�contractors to comply with Paragraphs A through G above.
6.08 PatentFees and Royalties
A. Contractor shall pay all �icense fees and royalties and assutne all costs iricident to the Use in the
performance of the I�ork or the incorporation in the Work of any inventiQn, design, process,
product, vr device which is the subject of patent rights ar copyrights held by other�. If a particular
invention, design, process, product, or device �s specified in the Contract Documents far us� in the
perforn�ance of the Work and if, to the actual knowledge of City, its use is subject to patent rights
or copyrighis calling for the payment of any license fee or royalty to others, the e�stence af such
rights shall be disclosed by City m the Contract Documents. Failure of tne City to disclose such
information does not relieve the Coniractor from its oi�ligations to pay for the use of said fees or
royalties to others.
B. To tdte fullest extentperrnitted by Laws and Regulations, Contractor shall indemnify and hold
ha�mless City, from and against all claims, costs, losses, and clamages (ineluding but not limited
to all fees and chcarges of engineers, carchiiecis, attorneys, and otherp�ofessionals and all cou�t
or a�bitration o� other dispute resolution costs} arising out of oY r-elating to any infringemeni of
patent rights or copyrights incident% the use in the peYformance of the Work o� resultingfram
crry oF Foxr woxTt�
STAIYDARDCQNSTRUCTIOA� SPECiFiCATipN pOCiJN{F,NTS
Revision: Mad� 9, 2020
oo�zao-i
GENERAL CANDITION 5
P age 27 of 63
the incorporation in the Work of any inventian, design, process, product, ar device notspecified
in the ContractDocuments.
6.09 Permats and Utilities
A_ Contractor obtained permits and licenses. Cantractor shali obCain and pay for all construction
pernlits and licenses except those provided for in the Supplementary Conditions or Contract
Docurnents. City sha11 assisi Contractor, when necessary, in obtaining such permits and licenses.
Contractor snall pay all governmenial charges and inspection fees necessary for ihe prosecution of
the Wor� which are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Daie of the Agreement, except for permits provided by the City as specified ir� 6.09.B.
City shall pay all charges of utility owners for eonnections for pro�iding permanent service to tk�e
Woxk.
B. City obtainedpermits and licenses. Ciry will obtain andpay for all perniits and l�censes asprnvided
for in the Supplernentary Conditions or Con�-act Documents. It wi11 be the Contractor's
respons�bility ta carry out the provisions of the pern�it. If tl�e Contractor inikiates changes to th�
Contract and �li� City approves the changes, the Contractor i� responsible for obtaining clearances
and coordinating with the apprnpriate regulatory agency. The City will not reirnburse the
Contractor for any cost associated �vith these requirerrfents of any City acquired permit. The
�ollo�ring are permits the City r�vi11 obtai� if required:
1. Texas Department of Transportation Per�xaits
2. U. S. Army Corps of Engineers P ermits
3. Texas Cotntni.ssion on Environmental Quality Pertnits
4. Railroad Company Pernnits
C. Outstanding permits and licenses. The City anticipaies acquisi�ion af andlor access ta pernuts
and licenses. Any outstancling perrnits and licenses are anticipated to be acquu•ed in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding pertnits
and licenses.
6.10 Laws and Regulations
A. Contractor shall gi�ve all natiees required by and shall cornply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly requ�-ed by
applicable Laws and Regulations, the City shall nflt be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B_ If Contractor perforn�s any Work knowing or having reason to know that it is contrary to Laws or
Regulations, Contractor shall bear a1] claims, costs, losses, and damages (including but not limited
to all fees and charges af �ngine�rs, architects, attorneys, and other pro�Fessionals and a11
CTTY OF FORT WORTH
STATIDARDCONSTRUCTION SPEC1FiCATION DOCUMENTS
Revisipn: M� 9, 2020
00 7z oo - i
GENERAL CONDITION S
Page 28 of 63
court or arbitration or other dispute reso[ution costs) arismg out of or relating to such Work.
However, it sha11 not be Contractor's responsibility to make certain that the Spec�cations and
Drawings are in accardance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.02.
C. Cha�ges in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or tirne of performance o� the Work may be the subjeci of an adjusiment in Contract Price
or Coniract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as atnended), the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance of this
contract by i�suing to his supplier an exernpiion certificate in lieu of the tax, said exernption
certifcate to corr�ply with State Cozmptroller's Ruling .007. Any such exemption certificate issued
to the Contractor ir� lieu of the tax shau be subject to and sha�l comply with the provision of Staie
Comptroller's Ruling .011, and any other applica�le rulings pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax pern�its and inforination may be obtained from:
1. Comptroiler of Pu�lic Accounts
Sales Tax Division
Capitol Station
Austin, TX 7$711; or
2. htt���.'www.win�iow.statt.tx.u�itaxinfo/taxforin�/93-for�.html
6.12 Use of Site and Othe�-Areas
A. Limitation on Use of Siteand 4th�Arec�s:
1. Contractor shall confine construction equiptnent, the storage of materials and equipment, and
the operaiions of workers to the Site and other areas permitied by Laws and Regulations, and
shall not zulreasonably encumber the Site and other areas with construction �quipment or other
materials or equipment. Con�ractor shall assume full responsi`bitity for any damage to any such
land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting
from the performance of the Work.
2. At any time when, in the judgtnent of the City, the Contractor has obstructed or cZosed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for pro�aer execution of the Work, the City may require the Contractor to fnish the
section on which operations are in progress before work is cornmenced on any additional
area of the Site.
CITY OF FORT WORTH
STAiVbAADCONSTRUCTfON 3P�C[�fCATC0IV bOCUMF.NT5
Revision: Maid19, 20a0
0072fl6-1
GENERAL CANDITION 5
Page 29 of 63
3. Should any Damage Claim be made by any such owner or occupan� because of the performance
of the Work, Contracior sha[1 prompt�r atte�pt to resolve the Darnage Claim.
4. Pursuant to Paragraph 6.21, ContractoYshall indemnifyand hold harmless City, from and
against all clairns, costs, Ioss�s, and damag�s arising out of or Yelating to ccny claim or ac�'on,
legal or equiiable, brought by any such owner or occupant against City.
B. Remaval of Debris Dut-ing Performance of the Work.• During the progress of the Work
Cantractor shall keep the Site and other areas free from accumulations of waste materials, rubbish,
and other debris. Rernoval and disposal of such waste rnateriaLs, rubbish, and other debris shall
conform to applicable Laws and Regul,ations.
C. Site Maintenance Cleaning: 24 hours after writt�n notice is given to the Contractor that the
clean-up on the job site is proceeding rn a manner unsatisfactory to the City, if the Contractor fails
to correct the unsatisfactary procedure, the Ciry may take such direc� action as the City deems
appropriate to carrect the clean-up deficiencies cited to the Contractar in the written notice
{by letter or electronic comrnunicatian), and the costs of such dYrect action, pius 25 % af such
costs, shall be deducted from the monies due ar to become due to the Contractor_
D. Final Site Cleaning: Prior to F�al Acceptance of the Work Coniractor shall clean ihe Site and
t�e Work and make it ready for utilization by City or adjaceni property owner. At the completion
of the Work Con�-actor shall rema�e from the Site all too3s, appliance�, canstruction equipment
and machinery, and surplus materials and shall restare to original coz�dition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not Ioad nor permit any �art of any str-ucture to be loaded
in any manner tY�at will endanger the structure, nor sha�l Contractor subject any part of the Woric
or adjacent property to stresse� or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe place at the Site ar in a place designated by the Contractor and
a�proved 6y the Ciry, one (1) record copy of all Drawrngs, Specifieations, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications � good order and annotated to
s�ow changes made during consiruction. These record documents together with all approved
Samples and a counterpart of all accepted Subtnittals will be a�ailable to City for rcference. Up�
completion of the Work, these record docu�nents, any operation and rnaintenance �nanuals, and
Sub�nitta�s will be delivered to City prior to Final Inspection. Contractor shall inchzde accurate
Zocations for buried and imbedded items.
6.14 Safety and Protection
A. Contractar shall be solely responsible for inuitiating, maintaining and supervising all safety
pr�cautions and prograrns in connection witn the Work. Such responsability does not relieve
Subcon�ractars af �he� respons�bility for the safery of persons or property in the performance of
their v�rork, nor for compliance with applicable sa%ty Laws and Regulations. Contractor shall
C1Tl' OF �'ORT WORTH
STANDARDCONSTRUCT[ON SPECIFICATION DdCUMENTS
Revision: Madi 9, 2020
oo�zoo-�
GENERAL CONDITION S
Page 30 of 63
take al� necessary precautions for the safery of, and shall provide the necessary protection ta
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to b� incorporated therein, whether in storage on
or off the Site; and
3. other property at tk�e Srte ox adjacent thereto, inc�uding trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground �'acilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with a11 applicable Laws and Regulations relatmg to the safety of
persons or property, or to the �rotection of persons or property from damage, inj�y, or loss; and
sha�l erect and maintain all necessary safeguards for such safety and protection. Contracfior shall
notify owners of adjaceni properry and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with thcm ir� the protection,
removal, reiocation, and replacement of their property.
C. Contraetor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractar shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's ernpfoyees and representatives must comply while at the Site.
E. A�1 damage, mjury, ar loss to any property referred to in Paragraph 6.14.A2 or 6.14.A.3 caused,
directly or indnectly, in whole or in part, by Contractor, any Subcontractor, Suppfier, or any other
individual or eniity directly or indireetly e�nployed by any ofthern to perform any of the Work, or
anyone for whose acts any of them may be liable, shall be remedied by Cont�actor.
F. Contractor's du#ies and responsibilities for safety and for protectian of the Work shall continue
�ntil such time as alI the Work is cozx�pleted and City has accepted the Work.
6.15 Safety Rep�esentative
Cantractor shall inform City in writing of Contractor's designated safety representative at the �ite.
6.16 HazaYd CornmunicationP�-ograms
Cantractor shall be responsible for coordinating any exchange of rraaterial safety data sheets or other
hazard communication information required to be made available to or exchanged between or among
emplayers in accordance with Laws or Regulations.
6.17 Eme�genciesand/orRectificutiQn
A. In emergencies affeciing the safety or proiection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written notice if Contractor believes that any sign�cant
CITY OF FOR"P WORTH
STANDARDCOIVSTRUCTION SPECIFICATION DDCUMENTS
Revision: Madi 9, 2020
00 �z oa - i
GEiVERALCON�ITI�N 5
Page 31 of 63
changes in the Work or variatrons from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in the Cantract Documents is xequired
because of the action taken by Contractor in response to such an emergency, a Change Order may
be issued.
B. Shouid the Contractor fari to respond to a request from the City to rectify any discrepancies,
ornissions, ar correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or chan�es are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fiilfi�l this wi-itten request, or does not show just cause for not tal�g the proper action,
withi� 24 hours, tl�e Ciry may take such remedial aciian with City �ozces or by contract. The City
shall deduct an amount equal to the eniire costs for such remedial action, plus 25%, fram any
funds due or become due the Contractor on the Project.
6.1 S 5ubmittals
A. Contractor shall submit required Submittals to City for review and acceptance in accordan�e
with the accepted Schedule of SubmittaLs (as required by Paragraph 2.07). Each subznittal will be
identified as City may require.
1. Submit number of copies speci�ed in t1�e General Requirements.
2. Datashown on the Subrni�tals will be complete with respectto quantitie�, dimensions, specified
per�ormance and design criteria, materials, and sitriilar data to show City the setvices,
materiaLs, and equi�ment Cantractor proposes ta provide and io enable City to review the
in�ormation for the limited putposes required by Paragraph b.18.C.
3. Subm�tal� submi�ted as herein provided by Cantractar and re�iewed by City far
conformance with the design concept shall be executed in confornury with the Contract
Documents unless otherwise requi�-ed by Ciry.
4. When Submittals are subrnit�ed for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor fram requirements shown on the Drawings and
Specificatior�s.
5. For-Information-Only submi�ials upon which the City is not expected to coz�duct review or
take responsive action may be so ideniified in the Cont�aet Documents.
6. Subrnit required �umber of �amples specified in the Spec�cations.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Para�raph 6.I8.C.
crrY oF FouT wou�
3TA1VI]ARDCdNSTRUCTTON SPECIPICATiON DQCUMEI�iTS
Revision: M�di 9, 2020
oo�zoo-E
GENERALCqNDITION S
Page 32 of b3
B. Where a Snbmittal is required by the Contract Documents or the �chedule of Submittais, any
reiated Work performed prior to City's review and acceptance oi the pertinent submittal wil� be
at the sole expense and responsibility of Cantractor.
C. City 's Review:
1. Ciry wilI provide timely review of required Submirttals in accordance with the Schedule of
SubmiEtals acceptable to City. Ciry's review and acceptance will be oniy to determime if the
iterns covered by the subrnittals wiIl, after installation or incorporation in the Wor�, conform
to the infornlatian given in the ContractDocuments andbe compatible with the design concept
of the completcd Projact as a functionmg whole as �dicated by the Contract Documents.
2. Ciry's re�iew and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of consttuction is specifical�y and expressly caIled for by the Contract
Documents) or to saferyprecautions ar prograt�-is incident thereto. The review and acceptance
of a separate item as such will not indicate approval of the assernbly in which the item
functions.
3. City's review and acceptance shall not reIieve Con�ractor frorr� responsibility for any
variation from the requirements oi �he Contract DocLuxaents unless Contracior has complied
with the requirements of Section 01 33 �0 and City has given written acceptance of each
such varia.rion by sp�cific vvritter� notation thereai �corporated in or accoxnpanying the
Submittal. Ciiy's review and accepta�ce shall not refieve Contractor frozx�; z-esponsfbility for
cornplying with the requirements of the Cont�act Documents.
6.19 Continuingthe Work
Except as otherwise provided, Contractor shall ca�ry on the Work and adhere to the Project Schedule
during all disputes or disagreernents wrth City. No Work shali be de2ayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree m
wr�ting.
6.20 Contractor's Gene�-aI Warranty and Guarantee
A. Contractor warrants and guarantees to Ciry that all Work will be in accordance with the Contract
Documents and will not be defective. City and rts officers, dir�ctors, members, partners,
employees, agents, consultants, and s�bcontractors shall be entitled to rely on r�presentation of
Contractor's warranty and �,uarantee.
B. Caniractor's warranty and guarantee hereunder excludes defects or damage caused by:
1, abuse, mod�cation, or improper mainterzance or operation by persons other than Contractor,
Subcontractors, ,Suppliers, or ar�y other individual or entity for whom Contractor is
responsible; or
CITY OF FORT WORTH
STANDARDCONSTRUCTION SPECIFICATION DOCi3MENTS
Revision: 3VInd� 9, 2020
00 �z ao - i
GENERAL CANDITION S
Page 33 of 63
2. normal wear and tear under normal usage.
C. Cantractor's obligation to perform and complete the Work in aecordance with the Contract
Doc�unents shall be absalute. None of the following will constitute an acceptance of Work that is
not in accardan.ce with the Contract Documents or a release of Contractor's obligation to perforn�
the Work in accordance with the Contract Docum�nts:
1. observations by City;
2, recommendation or payment by Ci#y of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City ar any payment related tliereto by
City;
4. use ox occupancy of the Work or any �art thereoi by City;
5, any review and acceptance of a Submittal by City;
6. any inspection, test, ar appro�al by others; or
7. any correctian of defecti�e Work by City.
D. The Contractor shall remedy any defects ar damages in the Wark and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from t.he date of Final Accepiance of the Work unless a longer period is specified and shall fiirnis h
a good and suffcient maintenance bond, complying with the requirements of Article
5.02.B. T�e City wili give notice of observed defecis with reasonable promptness.
�.21 Inde mnificatio n
A. Contractor covenants and agrees to indemnify, hold har-rnless and defend, at its own
expense, �he City, its officers, servants and employees, from and against any and all claims
arising ou� o� or alleged to arise ouf of, the work and services to be performed by �he
Contractor, its officers, agen�s, employees, subcontractors, licenses or invitees under this
Contract. TH S INDFMNiFi AT�Q1�1 PROVISi(3N iS �PE .IF� .A .T.Y TNTFNDEI� T(1
nPERATE AND RF. FFFF. .TI ,..N �F T S A�,�,F tF,T) OR,p.�QV��L�'HAT AT.i.
O SOME OF_THE i]AMA(iES BEiNCi SO ift T .RF .AIT�FTI. TN WHO1,F, �IN
PART; SV ANY ACT. OMiSSION OR NECL.iCiEllTCE (lF THE CITY, This inclemni�y
provision is infended ta include, without limitation, indemnity for costs, exp�nses and legal
fees incurred by the City in defending against such claims and causes ofactions.
B. Contractarco�enants andagreesto indemni�'ya�d hold ha�-mless, atiis ownexpense, the City,
its o�cers, servants and employees, frorn and against any and all loss, da�nage or destruction
afproperty of the City, arising out o� or alleged to arise out of, the work and services to �
performed by the Contractar, its officers, agents, employees, subcontractars, �icensees or
invitees under this Contract. THT� TNn,�MNTFTC`ATTnN PROVT,��,N ��
CTI'Y OF FORT WORTH
STAIVDARDCONSTRUCTION SPECIF[CATION DQCLTIVIENTS
Revision: N1a� 4, 2020
DO 72 DO - I
GENERAL CONDITION S
Page 34 of 63
� \ _ \ � � _ � � � � .-- : \ � _i �_ — %_l
�_
1 1 ■ � ■ � � ►_ Il/ f_ _� �: 1/ :__ .__i_ � _ l�i�l
�_ 1 �! � � ► '� �- ' =�- = 11/----1� 1 :,
► ► ! ■
6.22 Delegation ofProfessionalDesigra Services
A. Contractor wili not be required to provide pro%ssional desi� services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such se�-vices
are required tp carryaut Conh•actor's responsibilities for construction means, methads, teck�nzques,
sequenees and procedures.
B. If professional design services or certif'ications by a design professional related to systems,
materials or equipment are specifically req�aired af Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Cor�tractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all clrawings, calcularions, specifications, certifications, and
Submittals preparedby such professional. Submittals related to the Work designed or certified by
such professiona�, if prepared by others, shall bear such professional's written approval when
submitted to City.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
ce�tifications or approvals performed by such design professionals, provided Ciiy has specified
to Contractor perforn�ance a�d design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design
drawings will be only for the Iimited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents. City's review
and acceptance of Submittals (except design calculations and desi�n drawings} will be only for
the purpose stated in Paragrap� 6.18.C.
6.23 Right to Audit
A. The Contractor agrees that the Ciry shall, uniil the expiration of three {3} years after final
payment under this Contract, have access to and the right to e��ne and photocopy any directly
pertinent books, docutnents, papers, and recards of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Cantractor facilities and shall be provided adequate and appropriate wark space
in order to conduct audits in compllance with the provisions oi this Paragaph. The City shall
give Cantractor reasonable advanc� notice of intended a�dits.
B. Contraetor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City sha11, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, docum�nts, papers, and recards of such Subcontractor, involving transactions ta
the subcontract, and fu�-ther, that City shall have access during Reg�lar Working Haurs to all
CITY QF FD12T WORTH
STANDARDCONSTRIICT[QN SPECiFICATION DOCUMENTS
Revision: Mad� 9, 2A2U
oo�2ao-i
GENERALCONDITION S
Page 35 of 63
Subcontractor facilities, and shall be pro�ided adequate and appropriate work space in order to
conduct audits in cornpliance with the pro�isions af this Paragraph. The City shall gi�e
Subcontractor reasonable advance notice of intended audits.
C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City.
The Ciry agees to reimburse Contractor for the cost of the copies as follows at the rate published
in the Texas Administrative Code in eifect as of the time copying is performed. �
b.24 Nondiscrimination
A. The City is responsible for operaticig Public Transportation �rograrns and irnplementing transit-
related projects, which are funded � part with Federal fmancial assistance awarded by the U.S.
Departrnent of Transportation and the Federal Transit Adininistration (FTA), without
discriminating against any person in the United Stafes on the basis of race,coIar, or national origin.
B. Title VI, Civil Rights Act of I964 as amended: Contractor shall cnmply vvith the requirements of
the Act and the Reg�lations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7— OTHER WORK AT THE SiTE
7.01 I2elated Work atsite
A. City may perfonn other work related ta the Project at the S�te with City's employees, ar other
C�ry contractors, or through other direct contracts therefor, or have other wark perforrned by utility
owners. I� such other work is not noted m the Contract Documents, then writien notice thereof
will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, eachutitity
owner, and City, if City is performing other work wi�h City's employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity for th� int�oduction anc� storage
of materials and equipment and the execution of such other work, and property coordinate the
Work with theirs. Contractor shall do all cutting, fittmg, and patching of the Work that may be
required to properly connect or otherwise make its several parts come together and properly
integrate with such other work. Contractor sha�l noi endanger any work of others by cutting,
excavating, ar otherwi�se altering such worlc; provi�ied, howe�er, that Co�tractor may cut or alter
others' wark with the written consent of City and the athers whose work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractoz shall ir�spect such other work and promptly report io
Ciry in w�•iting any delays, de�ects, or de�ciencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor's Work. Contractar's failure to so
report will consNkute an acceptance of such other work as fit and proper for irntegraiion with
Contractor's Work except for latent defects in the wark provided by others.
CITY OF FORT WORTH
STANDARDCONSTRUCTION SPECIF[CATION DOCLTMENTS
Revision: M�cJi 9, 2020
oo�zao-�
GENERAL CONDITION S
Page 36 of 63
7.�2 CDOYCIiYiLit�0i1
A. If City in�ends to contract with others for the performance of other work on the Project at the
Site, the followrng wi11 b� set forth in Supplementary Conditions:
1. the individua i or enrity who will have authority and respons�bility for coordination of the
activities a�nong the various contractors will be identified;
2. the specific matters to be covered by such authority and responsibility will be itemized; and
3. the extent of such authoriry and responsibilities will be pravided.
B. Unless otherwise provided in the Supplementary Conditio�s, City shall have authority for such
coordination.
ARTICLE � — CITY'S RESPONSIBILITIES
8.01 Communicaiions to Contractor
Except as otnerwise provided "m the Supplementary Conditions, City shall rssue all communications
to Cantractor.
8.02 Furnish Data
City shall t�nely furnish the data required under the Contract Documents.
8.03 Pay Whera Due
City shall make payments to Contraetor in accordance with Article 14.
8.04 Lands and Easements,- Reports and T'esis
City's duties wi�h respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragra�hs 4.01 and 4.05. Paragraph 4.02 refers ta City's
identifying and making a�aila.ble to Contractor co�ies of reports of explorations and tests of subsurface
conditions and drawings of physical conditions relating to existirig surface or subsurface structures at
or contiguous to the Site that have been utilized by City in preparreig the Coniract Dociunents.
S.OS Change D�ders
City shall execute Chan�e Qrd�rs in accordance with Paragrapk� 10.03.
8.06 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
i 3.03.
CIT'Y OF FORT WOR'I`H
STANDARDCONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revision: Zvfaci� 9, 2020
- -- -
- -- _ c�o �z oo - t
GENERAL CONDITION 5
Page 37 of 63
8.07 Limitations ora City's Responsibilities
A_ The Ciry shafl not supervise, drreet, or have control or authority o�er, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any faihare of Contractor to comply with Laws
anc� Regulations applicable to the performance of the Work. City will not be respansible for
Cantractor's failure to perform the Work in accordance with the Conlract Docurnents.
B_ City will notify the Con�ractor a�F app�icable safety plans pursuant to Para�raph 6.14.
8.�8 Undisclosed Hazardous Envitonrnental Condition
City's respons�biliiy with respect ta an undisclosed Hazardous Environmental Condition is sef forth
in Paragtaph 4.d6.
8.�9 Compliance with Safety Progr�am
While at the Site, City's employees and representati�es shall comply with the specific applicable
requi�ernents of Contractor's safery programs of which City has been informed pursuant to
P aragra�h 6.14.
ARTICLE 9— CITY'S OSSERVATION STATUS DURING CONSTRUCTION
9.01 City's ProjectManager
City will provide one or more Project Manag�r(s) during the construction period. The duties and
responsibilities and the limitations of authority of City's Project Manager during constnaction are set
forth in the Contract Documents. The City's Project Manager for this Contract is identified in the
�upplementary Conditions.
9.02 Visits to Site
A. Ciry's Project Manager will make visits to tl�e Site ai intervals appropriate to the variaus stages
of constc-uction as Ciry deems neccssary in order to obser�e the progress that ktas been made and
the quality of the various aspec�s of Contractor's executed Work. Based on infoznxation
obtained during such visits and observations, City's Project Manager will determirie, in general, i�
the Work is proceeding in accordance with the Contract Docume�ts. City's Project Managerwill
not be required ta make exhausti�e or continuous inspections on the Site to check the quality ar
quantity of the Wark. City's Pro�ect Manager's efforts will be directed taward providing City a
greater degree of confdence that the completed Work will conform generally to the Contract
Documents.
B. Ci�ty's Project Mana.ger's visits and observations are subject ta all the limitations on authority and
responsibility � the Conlract Documents including those set farth in Paragraph
S.Q7.
CITY OF FORT WORTH
STANDARDCONSTRUCT[ON SPEC[F[CATfON bOCUMFNTS
Rc�vision: Mac� 9, 2020
oo�zoo-i
GENERAL CONDITION S
Page 3$ of 63
9.03 Authorized Va�iations in Work
City's Project Manager may authorize minor variations in the Work from the requirements of the
Contract Docurnents which do not involve an adjustment in the Contract Price or the Contract Time
and are compatible with the design concept of the completed Project as a functioning whole as
indicaied by the Contract Documents. These rnay be accorr�plished by a Field Order and will be
binding on City and also on Coniractor, who shall perform the Work in�olved prornptty.
9.U4 RejectingDefective Work
City will have autnority to reject Work which City's Project Manager believes to be defectiv�, or will
not produce a completed Project that conforrns to the Contract Documents or that vcrrll prejudice the
integrity of the design concept of the completed Projeet as a funetionir�g whole as indicated by the
Contract Documents. City will have authority to conduct special inspection or testrng of the Work as
provided in ArtieIe 13, whether or not the �Nork is fabricated, installed, or cornpleied.
9.05 DeteYrrainationsforWorkPerformed
Contractor wi11 deteY��ine the actual quantities and class�caiions of Wark performed. City's Project
Manager will review with Contractor the prelinunary deternvnations pn such matters before rendering
a writien recommendation. City's written decision will be frnal (except as modified to reflect changed
factual conditions or more accurate data)_
9.Q6 Decisions on Requirements of ContractDocuments and Acceptability af Work
A. Ciry will be the initial interpreter o� the requirements of t1�e Contract Documents and judge of the
acceptability of the Work thereunder.
B. City wi1l render a writien decision on any issue referred.
C. City's wriiten decision on the issue referred will be fina] and bind�ng on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 — CHANGES IN THE WORK; CLAYMS; EXTRA WORK
10.01 Authorized Changes in th� Wo�k
A. Wi�hout invalidating the Contract and without notice to any surety, City may, at any time or from
time to time, order Extra Work. Upon notice of such Extra Work, Contractor s�iall promptly
proceed with the Work involved which will be performed under the applicable conditions of the
Contract Documents (exc�pt as otherwise specificaIly provided}. Extra Work shall be
memoria�ized by a Change Order which may or may not precede an order of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
crTv o� �oRr woxmr-r
STANiIARf)CON5T8UCTIO�f SPEC[F[CAT[ON DOCL7MENTS
Revision: Madi 9, �17?A
oo�zoo-�
G�NERAL C6NdITfON 5
Page 39 of 63
14.02 Unauthorized Changes in the Work
Contractor shall nat be e�titled to an increase in the Contract Price ar an extension of the Contract
Time with respect to any work performed that is not required by the Contract Documents as arnended,
madified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as
provided in Paragraph 6.17.
10.03 Execut�'on of Change Orders
A. City and Contractor shall execute appropriate Change Orders co�ering:
changes in the Work which are: (i� orderedby City pursuantto Paragraph 10.O1.A, (ri) reauired
because of acceptance of defective Work under Paragraph 13.08 or City's correction of.
defecti�e Work under Paragraph 13.09, or (iu) agreed to by the parties;
2. changes in the Contract Price or Cont�act Time which are a�eed to by the parties, including
any undisputed surn or axnouni of time for Work actual�y performed.
10.04 Ext�a Work
A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payrnent
ihereof, andthe City insists upon its performance, the Contractor shail proceedwith the work after
rnak�ng written request for written orders and shall keep accurate account of the act�aal reasanable
cost thereo£ Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06.
B. The Contractar shall fizn�ish the City such insfiallation records of all deviations from the original
Contract Docurnents as rnay be necessary to enable the City ta prepare �or per�nanent record a
corrected set of plans showing the actual it�stallation.
C. The compensation agreed upon for Ext.r-a Work whether or not uutiated by a Change Order shall
be a full, complete and final payment for al� costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or tulforeseen at that
tune, including without limitaiion, any cosis for delay, extended overhead, ripple or impact cost,
or any oiher effect on changed or unchan�ed work as a result of the change or Extra Work.
10.05 Notification to �5'urety
Ifthe provisions of any bond require notice to be given to a surety of any change affecting Lhe general
scope of the Work or the provisions of the Contract Documents (including, but not limited to,
Contract Price or Contract Time), the giving of any such notice wi[l 6e Contractar's responsibility.
The amount of each applicable �ond will be adjusted by the Contractor to reflect the effect of any
such change.
CTTY OP F�RT WORTFI
STANDARDCONSTRUCTION SPECiFiCAT[ON i�OCUMENTS
Revisian: Madi 9, 2020
U07200-I
GENEf2AL CONpITION S
Page 40 of 63
10.06 Contt-act Claims Process
A. City's Decision Req�cired: All Contract Claims, except those waived pursuant to Paragraph
14.09, shal� be refearred to the City for decision. A decision by City shall be required as a condition
precedent to any exercise by Con�ractor of any rights or remedies he may otherwise have under
the Contract Docu�nent� or by Laws and Regulations in respeci of such Contract Claims.
B. Notice:
1. Written notice stating the general nature of each Cont�-act C�aim shall be delivered by t�e
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Con�ract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or bcfore 4S days from the start af the event giving rise thereto (uniess the City
allows adclitional time for Contractor ta subrnit additional ox more accurate data in support of
such Contract Claim}.
3. A Contract Claim for an adjustrnent in Contract Price shall be prepar�d in accorciance with
the provisians of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions af Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
adjustrnent claimed is the entire adjustment to which the Contractor believes it is entrtled as a
resuit of said event.
6. The City shal� submit any response to the Contractor within 30 days after receipt of the
ciaimant's last submitta� (unless Contraci allows additional time}.
C. Ciiy's Actiora: City will review each Contract Claim and, within 30 days after receipt of the last
submit�al of the Contracior, if any, take one of the following actions m writing:
1. deny the Contt-act Clairn in whoIe ar � part;
2. approve the Contract Claitn; or
3. notify the Contractor that the City is unable to resolve the Coniract Claim if, in the City's
sole discretion, it would be inappropriate for the City to do so. For purposes of f�arther
resolution of the Contract Claitn, such notice shall be deemed a deniaL
CTTYOF FDRT WORTH
STANDARbCONSTRUCTION SPECIFICATION DOCCJMENTS
Revision: Ma� 9, 2020
O(� 72 00 -1
GENERAL CON61T10 N 5
Page 41 of 63
D. City's written action under Paragraph 10_06.0 will be frnal and binding, unless City or
Contractor involce the dispute resalution procedure set fbrth in Article ] 6 vvithin 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Tirzae w� be valid if not
subnr�itted in accordance with this Paragaph 1Q.06.
ARTICLE 11— COST OF THE WORK; ALLOWAI�iCE�; Uli�IT PR�CE WORK; PLANS
QUANTITY MEASUREMENT
11.41 Cost of the Work
A. Costs Included.• The ter�n Cost oFthe Work means the sum of all costs, except those excluded in
Paragraph I1.Ol.B, necessarily incurred and paid by Contractor in the proper pe�-formance of the
Work. When the value of any Work covered by a C�ange Order, the costs to be reimbursec� to
Contractor �vi1l be on�y those addi�ional or incremental costs required because of the ci�ange in the
Work. Such costs sha11 not inciude any of the costs itemized in Paragraph 11.01.B, anc� shall
include but not be limited to the following iterns:
1. Payroll costs for employees in the direct eznploy of Contractor in the perforrnance oi the
Worlc under sc�edules of job class�cations agreed �pon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Wark. Payroll costs for ernployees not ernployed fu11 time an the
Work shall be apportioned on the basis nf their tirne spent an the Work. Payroii costs shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost oi fringe bene�ts, which shall include social security
contri�butions, unernployment, excise, and payroll ta.xes, workers' compensation, �ealtti
and retirement benefts, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses ofi perForming Wark outside of Regular Working Hours, Weekend
Working Hours, or legal hofidays, shall be included in the abo�e to the extent aufhorized
by City.
2. Cost of all materials and equipment fiunished and incorporated m the Work, including co�ts
of transportation and stora�e thereof, and Suppliers' field services required 'm connection
tiherewith.
3. Rentals of a�l construction equipment and machinery, and the parts thereof whether rented
frorn Contractor or others in accordance with rental agreements approved by City, and the
costs of transpartation, loading, unloac�ing, asseznbly, disznantling, and removal thereof. A(1
such costs shall be in accordance with the terms af said rental agreenaents. Ttxe rental of any
such equipment, machinery, or parts shall cease when the use t�►ereof is no longer necessary
for the Work.
CTI'Y OF FORT WORT�3
STANDARbCON5TRUCTiON SPFCIFiCAT[ON �OCUMENTS
Revision; M2�d� 9, 202U
oo�zoo-i
G�N�RAL CDNDITION S
Page 42 of 63
4. Payments made by Contractor to Subcor�tractors for Work performed by Subcontractors. Tf
required by City, Contractor shall obta.in competitive bids from subcontractors acceptable to
City and Contractor and shali deliv�r such bids to City, who wilI then deteraxuine, which bids,
if any, wi�l be acceptable. If any subcontr-act provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall
be detei-mined in the same manner as Contractor's Cost of the Work and fee as proviided in
this P aragraph 11. O 1.
S. Costs of special consultants (incluc�ing but not limited to engineers, architeets, testing
laboratories, surveyvrs, attorneys, and accouniants) employed far services specifically relaied
to �-i� Work.
6. Su�plemental costs including the fallowing:
a. The proportion of necessary transportation, travel, and subsi�tence expenses of
Contractor's employees incurred in discharge of duties connect�d with the Work.
b_ Cost, ir�c�udrng tc-ansportation and maintenance, of all materials, suppIies, equipment,
machYnery, appliances, office, and temporary facilities at ihe Site, and hand toals not
owned by th� workers, which are consumed in the performance of the Work, and cost, less
market value, of such items used but not consumed which rernain the property of
Contractor.
c. Sales, consurner, use, and other sinvlar taxes related to the Work, and for which
Contractor is liable not co�ered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposrts lost for causes oiher than negligence of Contractor, any Subcontractor, nr
anyone directly or indirectly employed by any of them ar for whose acts any of them rnay
be liable, and royalty payz�aer�ts and fees for pernuts and licenses.
e. Losses and damages (and related expenses) caused by damage ta the Work, not
campensated by insurance or otherwlse, sustained by Contractor iri connection with the
performance of the Work, provided such losses and darzaages have resulted from causes
ather than the negligence of Contractor, any Subcontractor, or anyone directly or indirec tly
employed by any of �hern pr for whose acts any oi them may be liable. Such lnsses shall
include settlements made with the written consent and approval of City. No such losses,
damages, and e�enses shall be included iz� the Cost of the Work for the purpose of
determining Contractor's %e.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance teiephone calls, te�ephone and
cammunication services at the Siie, express and courier services, and simitar petty cash
items in connectian with the Work.
CITY OF FORT WORTH
STAN�A�ZDCONSTBUCT�ON SPEC[FICATION DOCUMENTS
Revision: Macdi 9, 7_(�ZQ
00 �z oo- �
GENERAL CONDITION S
Page 43 of 63
h. The costs of premiu�ns for all bonds and ir�surance Contractor is required by the Con�act
Documents to purchase and maintain.
B. Costs Excluded: The tern� Cost of the Work shall noi include any of the following items:
1. Payroll costs and other compensatian oi Contracior's officers, executives, principals (of
partnerships and sale proprietorships), general managers, safety managers, engineers,
architects, estir�ators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, tirc�ekeepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor's principal or branch office for general admitvstration of ihe Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.01.A.1 or specifically covered by Paragraph 11.OI.A.4, all of which are to be
considered ad�ninistrative casts covered by the Contractor's fee.
2. Expenses of Contractor's principal and branch offices other than Cantractor's of�ce at the
Site.
3. Any part of Contractor's cap�tal expenses, including interest on Contractor's capital
employed far the Wark and charges a�ainst Contractar for delinquent payments.
4. Costs due to the �zegligence of Contractor, any Subcantractor, or anyone directly or indirectly
erz�ployed by any af the�n or for wl�ose ac�s any of thern may be liahle, including but not
limited to, the correction af defective Worlc, dispQsal of ma#eria�s or equrpment wrongly
supplied, and making good any damage to property.
5. Other averhead or general expense costs of any l�ir�d.
C. Contractor'sFee: When all the Work is performed on the basis of cost-plus, Contractor's fee
shall be determined as set fo�th i� the Agreennent. When the value of any Work covered by a
Change Order for an adjus�ament in Contract Price is detern�ed on the basis of Cost of the
Work, Contractor's fee sha[l be deternnined as set �orth in �ara�-aph 12,O1.C.
D. Docurnentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and rnaintain records thereof in
accordance with generally aceepted accounting practices and submit in a form acceptable to City
an i�emized cost breakdown together with supporting data.
11.02 Allawances
A. Specified Allowance: It is understood that Contractor has included in the Conh-act Price all
allowances sa narned in the Contract Documents and shall cause the Wark so covered tfl be
performed for such suraas and by such persons or entities as may be acceptable to City.
B. Pre-bid Allowances:
1. Contractor agrees that:
CTI'Y OF FORT WORTH
S'E'ANi7ART]CONSTRtICT[ON SPFCIPICAT[OM DOCiJMENT5
Revision: Matd� 9, 2020
oo�zoo-i
GENERAL CONDITfON S
Page 44 of 63
a. the pre-bzd allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taxes; and
b. Contractar's costs for unloadmg and har�dling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the pre-bid allowances have been included in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. ContingencyAllowance: Contractor agrees that a contingency allawance, if any, is far t.�e sole use
of City.
D. Prior ta ��al payment, an appropriate Change Order will be issued to reflect actual amounts due
Cnntractor on account of Work covered by allowances, and the Contract Price shall be
carrespondingly adjusted.
11.03 UnitPrice Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Cont�act Price will be deemed to inc�de for alI Unit Price Wark an arnount equal to
the sum of the unit price for each separaiely identified item of Unit Price Wark times the estimated
quantity of each iterz� as iradicated iri the Agreement.
B. The estitnated quant�ties of items of Unit Price Work are not guaranteed a�d are solely for the
purpose of cornparison of Bids and determining ar� initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work per%rmed by Contractor will be made by
City subject to the pravisions of Paragr-aph 9.05.
C. Each unit price wilI be deemed ta include an amount cansidered by Contractor to be adequate to
cover Contractor's overhead and profit far each separately identified item. Work descnbed in the
Contract Documents, or reasonably inferred as required for a funetionally complete installatian,
but not identified in the listing of unit �rice items shall be considered incidenta� to unit price work
listed and the cost of mcidental work mcluded as part of the �.init price.
D. City rnay make an adjustment in the Contract Price in accordance wi�h Paragraph 12.01 if:
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
signifcantly from the estimated qua.ntity of such item indicated in the Agreemeni; and
2. there is no corresponcling adjustrnent with respact to any other item of Work.
E. Increased or Decreased Quantities.• The Ciry reserves the right to order Exlra Work in
accordance with Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantly change the character of
work under i�e Contract Docunnents, the altered work will be paid for at the Contract unii
price.
CTI'Y �F FORT WQRTH
STANDARdCONSTRUCTION SPECIFICATION DOCiIMENTS
Revision: Nf�di 9, 2020
oo7zoa-i
GENERAL CON�ITlO�! S
Page 45 of 63
2. If the chan�es in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist, this will be cansidered Extra Work and the Contract will be amended
by a Change Order m accordance witn Article 12,
4. A significant change in the character of wark occurs when:
a, the character af work for any Item as altered diifers materialiy in kind or nature from that
in the Contract or
b. a Major Iterr� ofwork varies by more than 25% from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either pariy to the Contract may
request an adjustment ta t1�e unit price on the portion of the work that is abo�e 1.25%.
6. When the quantity o� work to be done und�r any Major Item of the Contract is less than 75%
of the original quantity stated 'm the Con�ract, tlien either parly to the Cantract may request
an adjustment to the unit price.
11.04 Plans Quantity Measr.crertzent
A. �']ans quantities may or may not representthe exact quantity of work performed nr material mo�red,
handled, or placed during the execution of the Coniract. The estimated bid quantities are
designated as final payment quantities, unless revised by the gove�ning Section or this Article.
B. If the quantiry rneasured as out�ined under "Price and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for specific Items) fram the total
esiimated quantity for an individual Item originally shown in the Contract Documents, an
adju�tment may be made to the quantity of authorized work done for payrr�ent p�rposes. The party
to the Contract requesting the adjustment will provide field measure�nents and calculat�ons
showing the fir�al quantity for which payment will be made. Payment #'or revised quantity will be
made at the unit price bid for that Item, except as provided for in Azticle 10.
C. When quantities are revis�d by a change in d�si�m approved by the City, by Change Order, or io
correctan error, or to correctanerror on the plans, the p�ns quantity will be increasedor decreased
by the amount involved in the change, ancE the 25% variance will apply ta the ncw plans quantity.
D. If i�he total Contract quantity multiplied by the unit price bid for an indi�idual Item is less than
$250 and the Item is not originally a plans quaniity Itetn, then the Item may be paid as a plans
quantity Item if the City and Contracior agree in writing ta fix the final quantity as a plans quantiry.
CITY OF FORT WORTH
STAIVDARDCONSTAUCT[ON SPEC[F[CAT[OM DDCiJMENTS
Revision: Madi 9,2020
oo�zoo-�
GENERAL CONDITION S
Page 46 of 63
E. For callout work or non-site specific Contracts, the plans quantity measuremeni requirements are
not applicable.
ARTICLE 12 — CHANGE OF CONTRACT PRTCE; CHAI�TGE OF CONTRACT TIME
12.01 Change of ContractPrice
A. The Coniract Pricc may or�ly be char�ged by a Change Order.
S. The vahze of any Work covered by a Change Order will �e determrned as follovcrs:
1. where the Work rnvolv�d is covered by unit prices contained in the Contract Documents, by
application of suchunit prices to the quantities o�the items involved {subject to the provisions
of Paragraph 11.�3); or
2. where the Work involved is not covered by unit prices contained in the Contract Documents,
by a mutually agreed lump surn or unit price {which rnay include an allowance for overhead
and profit not necessariiy in accordance with Para�-aph 12.O1.C.2), and shall ie�clude the cost
of any secondary impacts thai are foreseeable ai the time of pricing the cost of Extra Work;
or
3. rxrhere the Work involved is not covered by unit prices contained in the Contract Documents
and agreement ta a lump sum or unit price is not reachedunder Paragraph 12.O�.B.2, on the
basis of the Cost of th� Work (deter�nined as provided in Paragraph 11.01) plus a Contractor's
fee for orrerh�ad and profit (deternvned as provided in Aaragraph 12.O1.C).
C. Coniractor's Fee.• The Coniractor's additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptabie %xed fee; or
2. if a fixed fee is nat agre�dupon, then a fee based on tk�e following percentages ofthe various
portions of the Cost of the Work:
a. for costs incurred under Paragraphs I I.d1.A.1, 1 LO1.A,2. and 11.01.A.3, the
Contractor's additional fee shali be 15 pereent exc�pt for:
1) rental fees for Contractor's own equipment usin� standard rental rates;
2} bonds and insurance;
b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.A.5, the Contractor's fee shall be
�ve percent (5%);
1} where one or more tiers of subcontracts are on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the �tent of Paragraphs 12.O1.C.2.a and
�2.O1.C.2.b is that the �ubcontractor who actually performs the Wo�•k, at whatever
CITYOF FORT WORTH
STAIVDARI]CONSTRUCTfON SPEC[FiCATTON DOCiIivIEIVTS
Revision: Mad� 9, 2D2D
ao�zoo-i
GENERAL CO�iQITION 5
Page 47 of 63
tier, will be paid a fee of 1 S percent of the casts incurr�d by such �ubcon�-actor under
Paragrapl�s 1�.O1.A.1 and l 1.O1.A.2 and that any hrgher tier Subcont-►-actor and
Contractor will eachbe paid a fee of fi�e percent (5%} of the amount paid to the next
lower tier 5ubcontractor, however in no case shall the cumulati�e total of fees paid be
in excess of 25%;
c. no %e shall be payab�e on the basis of costs itemized under Paragraphs 11.O1.A.6, and
11.O1.S;
d. the amount af credit to be allowed by Contractor to City for any change which re�ults in
a net decrease in cost wili be the amount of the actual net decrease in cost plus a deduction
in Contractor's fee by an amount equal to five percent (5%) of such net decrease.
12_02 Change of Contruct Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contraci Time will be allowed for Extra Work or for claimed delay ua�less the
Exi�a Work contemplated oz- claimed delay is shown to be on the crit�cal path of the Project
Scheduie or Cantrackox can show by Critical Path Method analysis how the Extra Work or c�aime d
delay adversely affects the critical path.
12.03 Delays
A. Where Cantractar �s reasonabiy delayed in the perforrriance or conrxpletion of any part of t�e
Work within the Contract Tune due to delay beyond the confrol oi Contractor, the Contract Time
�may be exiended in an amaunt equal to the time lost due to such delay if a Confract Claim is made
therefor. Delays beyond the contral of Contractor shall include, but not be limited tq acts or
neglect by City, acts or neglect of utility owners or other contractors perfonning other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustmen� shall be Contractar's sole and exciusive remedy far the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be liable to Contractor for any clauns, costs, �osses, or
damages {includ�g but not lirnited to all fees and charges of engineers, architects, attorneys, and
ather professionals and all couri or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
C. Contractor shall not be entitled io an adjustment in Cantract Arice or Contract Time for delays
within the cantroi of Contractor. De[ays attributable to and within the control of a Subcontractflr
ox Supplier shali be deemed to be delays within the control oi Contractor.
D. The Contractor shall receive no comp�nsation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to ihe Contractor �s ca�sed hy the fail«re of the Ci�y to provide
information or rnaterial, if any, which is to be furi�ished by the City.
CZTYOF FORT WORTEi
STFII�DARDCONSTRUCTfON SPEC[F[CATiON DQCUIvfENTS
Revision: Maid� 9, 2l]2D
0072DO-1
GE�fERALCONDITIDN 5
Page 48 of 63
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice ofDefects
Notice of all defective Work of which City has actual knovvlcdge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in ihis Article 13.
13_02 Access to Work
City, independent testing laboraiories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and testing.
Contractor shall provide them proper and safe co�ditions for such aceess and advi�e them. of
Coniractor's safery procedures and progratns so that ihey may camply therewith as applicable.
13.03 T�sts and Inspections
A. Contractor shall give City tuneiy notice of reac�iness of �he Work for all required inspections,
tests, or approva�s and shall cooperate witl� inspectio� and testing personnel to facilitate required
inspections or tests.
B. If Contract Doc�unents, Laws or Re�ulations of any public body having juri�diction require any
of the Work (or part thereofl to be inspected, tested, or approved, Contractor shall assume full
responsibiliry for arranging and obtaining such independer�t inspections, tests, retests or approvals,
pay all costs in connection therewith, and furnish City the required cerki�cates of inspection ar
approval; excepting, however, ihose fees specifically identified m the Su�ptementary Candi�ions
or any Texas Department of Licens�.u-e and RegulatiQn (TDLR) inspections, which shall be paid as
described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shail pay all costs in conrzection
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 ofmaterials, mix designs, or equiprnent
subrnitted far approva� prior to Contractoz's purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, ox approvals shall be performed by organizarions acceptabie to
City.
D. City may arrange for the services of an independent testing laboratory ("'I'esting Lab") to
perform any inspections or tests ("'I'esting") far any part of the Wark, as detertnined solely by
City.
1. City wili coordinate such Testing to the extent possible, with Contractar;
2. Should any Testing under this Section 13.03 D result in a"faii", "did not pass" or ath�r
similar negative result, the Contractor shall be responsible for paying for any and a11 retest�.
Contz�actor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
C1TY OF FDRT WORTH
BTAi�DARDCONSTRUCTfON SPECIFICATIOtV DOCLFMENTS
Revision: Mad� 9, 2G20
ao�zoo-�
C-,ENERAL CANDITION 5
Page 49 of 63
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lah by Contractor. City will forward all invoices for retests to Contractox.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payrnent until the Testing
Lab is paid.
E. If any Work (or �he work of others) that is to be inspected, tested, or approved is co�ered by
Contractor without written concurrence of City, Contractor shall, if requested by Ciry, uricover
such Wark for observation.
F. Uncovering Work as provided in Paragraph 13.43.E shall be at Contractar's expense.
G. Contractor shall have the right to make a Contract Claim regard'mg any retest or invoice issued
under Seciion 13.03 D.
13.04 Uncovering Work
A. If an� Work rs covered contrary to the Contract Documents or specific instructions by the City, it
must, i� requested by City, be unco�ered for Ciry's obsereation and replaced at Contracior's
expense.
B. If City considers it necessary or advisable that covered Work be observed by Ciry or inspected or
tested by others, Cantractor, at City's request, shall uncover, expose, or o�Yienvise make a�ailable
for observation, ir;spection, or testing as City rnay require, that portion of the Work in question,
furnishing all necessary l�bor, material, and equipment.
1. If it is found t�at the uncovered Work is c�efective, Contractor shall pay all clairns, cosis,
�osses, and damages (inclucling but nat limited to all fees and charges of engineers, architects,
attorneys, and other professionals and alI court or other dispute resolution casts) arising out of
or relating to such uncovering, exposure, obser�ation, inspection, and testing, and of
satisfactory replacernent or reconstruction (including but not limited ta all costs of repair or
replacement of work of others); or City shall be entitled ta accept defective Work in accordance
with Paragraph 13.08 in which case Contractar shall still be responsib�e for all casts associated
with expasing, observing, and testing the defec�ive Work.
2. If the unco�ered Work i� not found io be defective, Contractor shall be allowed an increase
in the Contract Price or an extension of the CantractTune, or both, clirectly attr�butable to such
uncovering, exposure, observation, inspection, testing, r�placem�nt, and reconstruction.
13.05 City May Stop the Work
�f the Work is defeciive, or Coniractor fails to s�pply sufficient skilled workers or suitahle nnaterials
or equipment, or fails to perform the Work ir� such a way that the cornpleted Work will con%rm to
the Contract Documenis, City may order Cantractor to stop ihe Work, ar any portion thereof, until the
cause for such order has been eliminated; however, this right of City to stop the Work shall not give
rise to any duty on the part of City to exercise this right far the bene�t of Contractor, any
CITY OF FdRT WORTH
STANDARDCQNSTRUCTION SPECIFICATION DOCUMENTS
Revi si on: Madi 9, 2020
oo�zao-i
GENERAL CONDITION S
Page 50 of 63
Subcontractor, any Supplier, any other it�dividua l or entity, or any surety for, ar employee or agent of
any of them.
13.06 Correction orRemovcal afDefective Work
A. Promptly after receipt of written notice, Contractor shall carrect alI defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, iF the Work has been
rejected by City, remove it from the Project and replace it with Wark that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages {inchading but not
limited to all fees and charges of engineers, architects, aitorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising aut of or relatir�g to such correction
or removal (inchiding but not litnited to a11 costs of repair or replacement of work of others}.
Failure to require the removal of any c�efective Work shall not constitute acceptance ofsuch Work.
B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or othe�vise impair Ciry's speciai warranty and
guarantee, if any, on said Work.
13.07 Correction Period
A. �f withui two (2} years after the date of Final Acceptance (or such longer period of time as may be
prescn�bed by the tern�s of any applicable special guarantee required by the Contract Documents),
any Work is found to be defective, or if the repair of any damages to the land or areas made
available for Contractor's Use by Ciiy or pertr�itted by Laws and Regulations as contemplated in
Paragraph 6.10.A is found to Ue defective, Contt-actor sha�l promptly, without eost to City and in
accordance with City's wriiten instructio�.s:
1, repair such de%ctive ]and or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and rep�ace it
witl� �1Vork that is not defective, and
4. satisfactority correct or repair or remove and replace any damage to oiher Work, to the work
of othez-s oz othec land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terrns of City's written instructions, or in an
emergency where delay would cause serious risk af loss or darnage, Ciky rnay have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and darnages {mcluding but no# lirnited to a�1 fees and charges o� engineers,
architects, attorneys, and other professianals and ali court ar ather dispuie �esolution costs) arising
out of or relating to such correction or repair or such removal and replacement {including but not
limited to all costs of repair or replacem�nt af work of others) will be paid by Contractor.
CITY OF FORT WORTH
STANDART]CQNSTRUCTION SPECIF[CATCON bOCCJMENTS
Revision: 3v(arc� 9, 2020
ao�zoo-�
GENERAL CANDITION S
Page 51 of 53
C. In special circumstances where a particular item of equipment is pIaced in continuous service
before Final Acceptance of all the Work, the eorrection period for tl�at item may start to run from
an earlier date if so provided irm the Contract Docuxrients.
D. Where defective Work (and damage to other Wo�-k resulting therefromj has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end of
ihe initial correction period. City shall provide 30 days writ�en notice to Contractor should such
additional warranty co�erage be required. Contractor may dispuie this requirement hy �'�ling a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any oth�r obligation or
warranty. The provisians of this Paragraph 13.07 shall nat be cor�stru�� as a s�abstilute for, ar a
waivcr pf, the provisions of any applicable statute of lirnitation or repose.
13.08 Acceptance ofDefective Wot�k
If, insiead of requiring correction ar rernoval and x•eplacement af defective Work, City prefers to
accepi rt, City may do so. Contractor sl�ali pay all claims, costs, losses, and damages {including but
not lirnited to all fees and charges of engineers, architects, attorneys, and ather professionals and all
court or other dispute resohation costs) attrib�table to City's evaluation of and deterniination to accept
such defective Work and for the dimini,�hed �ah�e nf �iie Work to the extent not otherwise paid by
Contractor. If any such acceptance occurs prior ta Final Acceptance, a Change Order wrll be issued
incorporating the n�cessary revisions in the Contract Documents with respect io the Work, and City
shall be entit�ed to an appropriate decrease in the Contract Price, reflecting the d'u�linished value of
Work so accepted.
13.09 CityMay Cort-ectDefective Work
A. If Con�ractor fails within a reasonable time after written na�ice fram City to correct defective
Work, ar to remove ar�d replace rejected Wor� as required by City in accordance with Para�'aph
13.06_A, or if Contractor fails to perfarm the Work in accordance with the Contract Documents,
or if Contractor fails to compiy with any other provision of the Contract Documents, CiEy may,
after seven (7) days written notice to Contractor, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under tnis Paragraph I3.09, Ciry shall proceed
expeditiously. In connection with such corrective or remedial action, Ciry may exclude Contractor
from a]I or part of the Site, iake possession of all or part of the Work and suspend Contractor's
services related �iereto, and incarporate in the Work all materials and equipment incorporated in
the Work, stored at the Site or far which City has paid Contracior but which are stared elsewhere.
Contractor shall altow City, City's representatives, agents, consultants, employees, and City's
ather contractors, access to the Site ta enabie City to exercise thc rights and remedies under this
P aragraph.
C. All claims, costs, losses, and damages (including but not fimited to all fees and charges of
ez�gineers, archi�ects, attorneys, and other pro%ssionals and alI court or other clispute resolution
CITY OF FORT WORTH
STAI�IDARDCONSTRUCT[ON SPECIFICAT[6N 1]OCUMF,NTS
Revision: Marh 9, 2020
0o n oo-i
GENERAL CONDITION 5
Page 52 of 63
costs} incurred or sustained by City in exercising the rights and remedies under this Paragrapf�
13.p9 will be charged against Con�ractor, and a Change Order will be issued incorporaiirig the
necessaryrevisions m the Cantract Docurr�ents with respect to the Work; and City sha�l be entitled
to an appropriake decrease in the Con�ract Price.
D. Contractor s�all not be allowed an extension of th� Contract Time because of any delay in the
performance of the Work attributable to tl�e exercise of City's rights and rernedies under this
Paragraph 13.09.
ARTICLE 14 — PAYMEI�ITS TO CONTRACTOR AND COMPLETION
14.01 Schedule of �arues
The Schedule of Values for hunp sum contracts established as provided in Paragraph 2.07 wiil serve
as the basis for progress payrnents and wil� be rr�corporated into a form of Application for Paymerrt
acceptable to City. Progress payments on account of Unit Price Work w�11 be based on tl7e number of
uni�s compleied.
14.02 Progress Paym�nts
A. Applications fo�Payments.•
1. Contractor is responsible for providing all information as required to become a vendor of the
City.
2. At least 20 days be#�ore the date established in the Generai Requirements for each progress
payrnent, Contractor shall submit #o Ciry for revzew an Application for Payment fil�ed out and
signed by Confiractor covering the Wor� corr�pleted as of the date of the Application and
accompanied by such supportir�g documenfiation as is required by the Contract Documents.
3. If paytnent is requested on the basis of materia.ls and equipment not incorporated in the Work
but deiivered and suitabiy stored at the Site or at ano�her lacatian agreed to in writing, the
Application for Payment sha11 also be accompanied by a bill of saIe, invoice, or other
documentation warranting that City has received the rna�erials and equipment free and clear of
all Liens and evidence that the mat�rials and equipment are covered by appropriate insurance
or other arrangernents to pro#ect City's interest therein, all of which must be satisfactory to
City.
4. Be�ning with i�he secondApplication forPayment, eachApplication shall include an affdavit
of Contractor stating that previous progress payments received on account of the Work have
been applied on account to discharge Contractor's le�itimate obligations associatedwith prior
Applications for Payment.
5. The amouni of retai�aage with respect to progress paytnents will be as siipulated in the
Contract Documents.
CTTY OF FORT WORTH
STANDARDCDNSTRUCTtON 3PECIF[CATION DOCUMENTS
Revisian: M� 9, 2020
oo�rzao-i
GENERAL COND IT ION S
Page 53 o#'S3
B. ReviewofApplications:
1. Ciry will, after receipt of each Application for Payment, either indicate in writing a
recommenda.tion of payment or return the Application to Contractor ix�di�cating reasons for
refusing payment. In the latter case, Contractor ma.y make the necessary corrections and
resubmit the Application.
2. City's processing of any payment requested in an Application for Payrnent will be based on
City's observations of the executed Work, and on City's review of the Application fox Payment
and the accompanying data and schedules, t�at to the best of City's l�iowledge:
a. ihe Work has progressed to the po�t indicated;
b. the quality of the Work is genera�ly in accordance with the Contract Doc�nents (subject
to an evaluation of the Work as a functioning whole prior io or upon Final Acceptance, tY�
results af any subsequent tests called for in the Contract Documents, a fmal deiermination
of quantities and class�cations for Work performed under Paragraph 9.45, and any other
qua�ifications siated in the recommendation).
3. Prrocessi�g any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been
performed have been exhaustive, extended to every aspect of the Work in progress, or
in�ol�ed detailed itls�ections of tne Worlc beyand the responsibilities specifically assigned
to Ciry in the Contract Documents; or
b. there may not be other rnatters or issues between the parties that rnight entitie Contractar
to be paid additionally by City or entitle Ciry to withhald payment to Contractor, ar
c. Contractor has complied with Laws and Regulations applicable to Contractor's performance
of the Work.
4. City rnay refiise to process the whale ar any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revake
any such payri�ent previously made, to such extent as may be necessary to protect Ci�y from
loss because:
a. tl�e Work is defective, or the compieted Work has b�en damaged by the Con�ractor ar his
subcontractors, requiring correction ar replacement;
b. discrepancies in quanttties contained in previous app(ications for paytnent;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
P aragraph 13. p9; ar
CITYOFFORT WQRTH
STANDFIRDC013STRUCT[ON SPECIFTCATIOM DOCUMENTS
Revision: Mad� 9, 2UZQ
00 �z oa- i
GENERALCONDITION S
Page 54 of 63
e. City has actual know�edge of the accurr'ence of any of the events enuxnerated in
Paragraph 15.02.A.
C. I�etainage:
1. For coniracts less than $400,000 at the time of execution, retair�age sha� be ten percent
(1�%)-
2. For contracts greater than $400,000 at the time of ex�cation, retainage shall be five percent
�5%)-
D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement, will be
deducted from the m.onies due the Contractor, not as a penalty, but as liquidated dama�es suffered
by the City.
E. Payment: Contractor will be paid pursuant to the requrrements of this Articie 1�4 and payment
will become due in accordance rnrith the Contract Docurnents.
F. Reduction in Payment.•
1. City may reiuse to make payme�nt of ihe amount requestec�because:
a. Liens have been f�led in connection with the Work, except where Contractor has
delivered a specific bond satisfactory ta City to secure the satisfaction and discharge of
such Liens;
b. there are other items entitling City to a set-off against the amount recommended; or
c. City has actual �owledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a t�arough 14.02.B.4.e or Paragraph 15.02.A.
2. If Ciiy refuses to rnake payment of the amou�i requested, City will give Cont�-actox written
notice stating �he reasons for such ac�ion and pay Contractor any amount remaining after
deduction of t�ie amn�nt so withheld. Ciry shall pay Contractar the amo�nt so withheld, or any
adjustrnent th�reto agreed to by Ciry and Contractor, when Contractor remedies t.he reasor�
for such action.
14.03 Contractnr'.s Warranty of Title
Coniractor warrants and guaraniees that title to all Work, materials, and ec�uipment cQvered by any
Applieation for Payment, whether incorporated in the Project ar not, will pass to City no later than the
time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARbCONSTRUCTION SPEC[FICATION DOCLTMENTS
Revision: Ma� 9, 2Q20
oo�zoo-�
GENERAL CONdITION S
Page 55 of 63
14.{}4 Pa�tial Utilization
A. Prior to Final Acceptance af all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Cont�act Documents, or which City,
determines constitutes a separately functioning and usable part of the Work that can be used
by City for its intended purpose witl�out signif'icant interference with Contractor's performance of
the remainder ofthe Work. City af any time rnay noiify Contractor in writing to permit City to use
or occupy any such part ofthe Work which City determines to be ready for its intended use, subject
to the foliowing conditions:
1. Contractor at any time may notify City in writing that Contracior considers any such part of
the Work ready for rts intended use.
2. Withitl a reasonable time after notification as en�.unerated in Paragraph 14.d5.A.1, City and
Cantractor shall rnake an rnspcction of that part of the Work to deternvne its status of
campletion. If Ciry docs not consider that part of the Work to be substantially complete, City
will notify Contractor it1 writin� gi�ing th� reasans therefor.
3. PartialUtilization will not constitute Final Acceptance by City.
14.OS Finallnspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
1. within, 10 days, Ci��tyy will schedule a Final Inspectian with Contractor.
2. City will notify Contractor �n wri�ing of ali particulars in which this inspection revea�s that
the Work is incornplete ar defective. Contractor shall rrnrnediately take such measures as are
necessary to compleie such Work or remedy such deficiencies_
B. No time charge will be made against the Contractor between said daie of notification of the City
and the date of Final Inspection. Shou�d the City deterrnitie tiiat the Work is not ready for Final
Inspection, City will notify the Contractor in writing of the reasons and ContractTime will resu�ne.
14.Ob Final Acceptance
Upon completion by Con�ractor ta City's satisfaction, of any additional Work identified in t�e Final
Inspection, City wiil i�sue to Contractor a letter of Fina! Acceptance.
CTTY OF FORT WORTEi
STANDARDCONSTRUCTiON SPEC[F[CATiON i)OCiJN[ENTS
Revision: Mad� 9, 2020
oo�aoo-�
GENERAL CDNDITION S
Page 56 of 63
14.47 Final Pay�nent
A. Application fo�- Payment:
1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the proced�.u-e for progress payments in accordance with the
Coniract Documents.
2. The final Application for Payment shal� 6e accompanied (except as previously delivered} by:
a. ali docutnentation calted for in the Contract Docurnents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the sureiy, if any, to final payment;
c. a list of alI pending or released Darnage Claims against City that Contractor believes are
unsettled; and
d. affidavits of payments and complete and legally �ffective releases or waive�s
(satisfactory to City) of all Lien riglits arisir�g out o� ar Liens filed in connection with the
Work.
B. Payment Becomes Due:
1. After City's acceptance of the Application for Payment and accompanying documentation,
requested by Contractor, Iess previous payments made and any sum City is entitled,
including but not limited to liquidated damages, will become due and payable.
2. After all Damage Claims have been resolved:
a. diz-ectly by the Contractor or;
b. Contractor provides evidencc that the Damage Claim �as been reported to Contractor's
ir�surance pr�vider for resolution.
3. The �naking o#� the final �ayment by the City shall nat r�fieve the Contractor oi any
guarantees or other requirements of the Ca��ract Docurnents which spec�cally continue
thereafter.
14.08 Final Completion Delayed and Pariial RetainageR�lease
A. If tinal completion oi the Work is significantly delayed, and if City so confu�ns, City may, upon
receipt of Co�iractor's �nal Applicatzon for Payment, and without tertninat�ng the Contraci, make
pay�ment of the balance due far that portion af the Work fully completed and accepted. If the
remaining balance to be heId by City �ar Work noi fully completed or corrected is Iess than the
z-etainage stipulated an Paaragraph 14.02.C, and if bonds have been furnished as required in
Faragraph 5.02, the written consent a�F the surety to the payment of the balance due for that
CITY OF FORT WORTH
STA�ARDCOIVSTRUCTION SPEC[FICATION DDCUMENTS
Revision: M� 9, 2020
00 �z oo- �
GEEVERAL CAND ITION S
Page 57 of 63
porlion nf the Wark fully cornpieted and accepted shall be submitted by Contractor ta City with
the Application for such payment. Such payrnent shall be rnade under the tern�s and conclitions
governing �'inal payment, except that it shall not constitute a waiver of Contract Claims.
B. Pariial RetainageRelease. For a Contract that provides for a separate vegetative establishtnent
and maintenance, and test and performance periods fol�owing the completion of all other
cor�struction � the Contract Documents for ali Work locations, the City may release a partian ai
the amount retait�ed provided that all other work is completed as deternlined by the City. Before
the release, a11 submittals and final quantities must be completed and accepted for all other work.
An amount suf�cient to ensure Contract cornpliance will be retained.
14.09 Waiver af Clainxs
The acceptance of final payrnent will constitute a release of t.he City from all clai�ns or liabiIities
undcr the Contract for anytl�ii�g done or fiu�ished or rclating to the work under the Con�ract
Docurnents or any act or neglect af City related to or connected with the Cantract.
ART�CLE 1�— SUSPENSION OF WORK AND TERM INATION
15.01 City May Suspend Work
A. At any time and without cause, City r�ay suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resuened. Contractor shall
resume the Work on the date so fixed. During temporary suspension of the Work covered by these
Con�-aci Documents, for any reason, the City will make no extra pay�nent for stand-by time of
construction equipmeni and/or construction c�-ews.
B. Should the Contractor not be able to coYnplete a portian of the Project due to causes beyond the
control o� and without the fault or negligence af the Contractor, and sholild it be determined by
rnutual consent of khe Contractor and Ciry that a solution to allow construction to proceed is not
available within a reasonable period of time, Contractor may requesi an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, ihe Contractor sha11
store all materials in such a ma.nner that they will not obstruct or impede the pubfic unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor ri�ay be reimbursed for the cost of rnoving his equipment off the job and returrut�g the
necessary equipment to the }ob when it is deternlined by the City that construction �nay be
resumed. Such reimbursement shall be hased on actual cost to the Contractor of moving the
equipment and no profit will be altowed. Reimbursernent rr�ay not be allowed if the equapment is
moved to anather construction pxo}ect for the City.
CiTY OF F ORT WORTf I
STANDARDCONSTiiUCTfON SPECiFiCAT30N DOCUMENTS
Revision: March 9, 2fTlf1
00 �z oo - i
GEl�lERAL CONDITIOiV S
Page 58 of 63
15.02 City May TeNminate forCause
A_ The occurrence ofany one or more of the foilowing events by way of example, but not of lunitaiion,
may justify tei-nzination far cause:
1. Contractor's persistent failure to perform the Wark in accordance with the Contract Docum�nts
(including, but nat lirnited to, faihire to supply sufficient skilted workers or suitable materials
or equipment, failure to adhere to the Project 5chedule established under Paragraph 2.07 as
adjusted from time to time pursuant to Paragraph 6.04, ar failure to adhere to th� City's
Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph
6.06.D);
2. Coniractor's clisregard of Laws ar Reguiations of anypublic body having jurisdiction;
3. Contractor's repeated disregard of the authority of City; or
4. Contractor's violation in any substantial way of any provisions of the Contract Documents;
or
5. Contractor's failur� to promptly make goad any defect m materials or wor�rarzansh�p, or
de�'ects of any nature, the correction of which has been directed in writing by the City; or
6. SubstaniiaZ indication that the Contractor has made an unauthorized assigru�nent of the
Contract or any fi�ds due therefrom for the benefit of any credi�or or for any other purpose;
or
7. Substantial evidenee that the Contractor has became insoivent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences legal action in a court of competcnt jurisdiction against the City.
B. If one or more of the events identif'ied in Paragraph 15.02A. occur, City vvi11 provide written notice
to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's fa�lure to perform the Work. Conference shaIl be held not later than 15 days, after
receipi of noiice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the constructio� Contract, the City may, to the extent pernlitted by Laws and
Regulations, declare a Contractor default and formally ternlitiate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 da.ys after the
Contractor and Surety have received notice of conference to address Contractor's failure to
perform the Work.
2. If Contracior's services are terminated, Surety shall be obligated to take over and perform the
Work. If Surety does nat cornmence per%rmance thereof with� 15 consecutive caiendar days
aiter date oi an additional written notice demanding Surety's performance of its
CITY DF FORT WORTH
STANDARDCONSTRUCTiON SPECIFICATIQN DOCUIViENTS
Revision: 3V[arh 9, 202Q
00 �� oo - i
GENERAL C4N61TION S
Page 59 of 63
o6ligatzons, then City, without process or action at law, may take over any portion af the
Work and complete it as described below.
If Ciry eornpletes the Work, Ciry may exclude Contractar and Surery from the site and
�a%e passessior� of the Wark, and all maierials and equipment incorparated into the Work
stored at the Site or for which City has paid Contractor or S�rety but which are stared
elsewhere, and finisk� the Work as City nnay deera expedient.
3. Whether City or Surety completes the Wark, Contractor sha11 not be entit�ed to receive any
further payrnent until the Wark is finished. If the unpaid balance of the Contract Price exceed5
alI claims, costs, losses and darnages sustained by City arising out of or resulting from
completing the Work, such excess will be paid to Coniracior. If such claims, costs, losses and
damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims,
costs, Iosses and darnages incurred by City will be incorporated m a C�ange Order, provided
that when exercising any rights or remedies undcr this Paragraph, City shall not be rcquired to
obtain ihe lawest price for the Work performed.
4. Neither City, nar any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or acco�ntable ta Contractor or Surety far the method by which the
cornpletian of the said Work, or any portion thereof, may be accomplished or for the price paid
therefor.
5. Ciry, nntwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages frorn Contractor or Surety for Contractor's failure to tirneiy complete the
entire Contract. Contractor shall not be ez�trtled to any elaim o� acco�at of the z�etk�od used
by City in complet'vr�g the Contract.
6. Maintenance of the Work sl3all continue to be Contractor's and Surety's responsrbilities as
provided for in the bond requirements of #1ie Contract Docurnents or any special guarantees
pravided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B, Contracior's serviees will not be teriiunated if Contractor
begins within seven days of receipt of notice of intent to terininate ta correct �ts failure to perform
and proceeds diligently to cure such failure within no more than 30 days of receipt af said notice.
D. Where Cantractar's services have been so terrninated by City, the termination will not affect any
rights or remedies af City against Contractar then e�t�g ar which may thereafter accrue. Any
retention or payment of moneys due Contractor �y City wi� nat release Contractor from liability.
E. If and �o the extent that Contractor has pravided a performance bond under the pro�isions of
Paragraph 5.02, the tennination procedures of that bond shall not supersede the provi�ions of this
Article.
CITY aF FORT WOATH
STA�AIZI7CONSTRUCT[ON SPBC[F[CAT10N DOCUMENTS
Revision: Ma�d� 9,2D20
oo�zoo-i
GENERAL CONDITION S
Page b0 of 63
15.03 City May Te�-minate Fo� Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, ter-�ninate the
Contz-act. Any terrnination shall be effeciedby mailing a notice of the termir�atian to the Con�ractor
specifying the exterzt to which performance of Work under the contract is termivated, and the date
upon which such tez-�nination becomes effective. Receipt of the notice shall be deemed
conclusively presumed and esta.blished when the letter is placed in the United States�Postal Service
Maii by the City. Further, it shall be deemed conclusively presumed and established that such
ternlination is made with just cause as therein stated; and no proaf in any claim, de�nand ar suii
shall be required af the City regarding suekz discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in ihe notice of termination;
2. place no fixrther orders or subcontracts foar �naterials, services or facilities except as rnay be
necessary far completion of such portion oi the Wo�-k under tkae Contract as is not terminated;
3. tei-tninate al� orders and subcontracts to the extent t�iat they rel�te to the per%rmance of the
Work terminated by notice af termination;
4, transfez- title to the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acqu�ed � connection witkz the performance of,
the Work ternvnated by the notice of the ternvna�ion; and
b. the completed, or partially completed plans, drawi�gs, inforrnation and afher pro�erty
which, if the Contract had been cornpleted, would have been required to be fi���ished to
the City.
5. complete pez•fo�-r�ance of suck� Work as sha11 not have been tern�inated by the notice of
terminaiion; and
6. take such actian as may be necessary, or as the City may direct, for the protection and
preservation of the property rela.ted to its contract which is in the possession of the
Contractar and in which the owner has or may acquire t�e rest.
C. At a time not later t1�an 30 days after the termination da�e specified in the notice o�F termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all rtems
of termination inventory not previously clispas�d of, exchasive of items the disposition of which
has been directed or authorized by City.
CITY OF FORT WDRTH
STANDARDCONSTRUCT[ON SPECIFICATEON bOCUMENTS
Revision: Maidt 9, 2(?2�
00 �z oo - i
GENERALCONDITIONS
Page 61 of 63
D. Not Iater than 15 days thereafter, the City shall accepk title to such items pravided, that the list
submitted shall be subjeck to �erifica�ion by the City upon removal of the items ar, if the items are
stored, within 45 days from the date of submission of' the list, and any necessary adjustments to
correct the list as subrnitt��, sha11 be rna.de prinr to final s�t�lernent.
E. Not later than 60 days after the notice of ternniu�atian, the Ca�t7ractor shall submit his termination
clairn to the City in the form and with the certiiication prescribed by the City. Unless an extension
is made in writing wiihin such 60 day period by the Contractor, and granted by the Ciry, any and
all such claims shall be conclusively deemed waived.
F. In such case, Contractar shall be paid for (without duplication of any items):
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fai� and reasonable sums for over�ead and proiit on
such Work;
2. e�enses sustained prior to �he affective dat� of t�rmination in performrng services and
fiirnishing Iabor, materials, or equipment as required by the Contract Documents in connection
with uncampleted Work, plus fair and reasonable sums for overl�ead and profit on such expenses;
and
3. reasonable expenses directty attr�butable to terminatian.
G. In the e�ent oF the failure of the Contractor and City to agree upon tt�e whoie amount to be paid
to t�e Contractar by reason of the terrnination of the Work, the City shall determine, on the basis
of information avaiiable to it, ihe amoutat, if any, due to the Contractorby reasonaf the termination
and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account
of Io�s of anticipated profits or revenue ar other economic loss ari�sing out of or resulting from
such termination.
ARTICLE 16 — DISPUTE RES�LUTION
16.01 Methods and Procedures
A. Either City or Contractor may requesi mediation of any Contract Claun submitted far a decision
under Paragrap�i 10.06 before such decision becomes iuial and binding. The requesi for mediation
shall be submitted to the other party to the Contract. Timely submission of the request shall stay
the effect of Paragraph 10.46.E.
B. City and Contractor shall participate in the mediation process in good faith, THe process shall be
commenced within 60 days of filing of the request.
C. If the Cantract Cla�n is not resolv�d by m�diation, City's action under Paragraph 10_06.0 or a
denial pixrsuant �o Paragraphs 10.06.C.3 or 1d.06.D shall become final and binding 30 days after
tennn�a#ion of the medrtation unless, within that time period, City or Contractor:
CZTY OF FORT WOATH
STANDARDCONSTRUCT[OM SPBCiF[CATIOM DOCUMENTS
Revision: MardF 9, 2(n.0
007200-1
GENERAL CONDITfON 5
Page 62 of 63
1. elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions; or
2. agees with khe other party to subrnit the Contract Claim to another dispuie resolution
process; or
3. gives written notice to the other party af the intent to submit the Contract Clai�n to a court of
compeient jurisdiction_
ART�CLE 17 — IVIISCELLAliTE0U5
17.01 Giving Notice
A. Wheneve�• any provision of the Contract Docum�nts requires the giving of written notice, it will
be deerned to have been validly given if:
l. delivered in person to the iridividual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at ar sent hy registered or certified mail, postage prepaid, to the last business
aadress 1a�a�vn to the giv�r of the notice.
B. Business address changes must be promptly rnade in writ7n� to the other party.
C. Whenever the Contract Docurr�ents specifies giving notice by electronic �neans such electronic
notice shall be deerned suf�cient upon confirmation of receiptl�y the receiving party.
17.02 Co►nputation ofTimes
�7Vhen any period of time is referred to �n the Contract Documents by days, it wifl be corzaputed to
exclude the f�rst and include the last day of such periad. If the �ast day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall became the la.st day
of the period.
17.03 Cumulative Remedies
The duties and obligaiions imposed by tl�ese General Conditions and the rights and remedies available
�ereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation
of, any rights and remedies avai�ble to any or all of #hem which are otherwise imposed or available
by Laws or Regulations, by special warranty or guarantee, or by other provisions of thc Contract
Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the
Contract D�cuments in connectian with each particulaar duty, obligation, right, and remedy to which
they apply.
CTI'YQF FORT WORTH
STANDARDCONSTRUCTiON SPEC[FICATiON DOCiIMENTS
Revision: Mach 9, 2{720
00 �z oo - i
GENERALCONDITION S
Page 63 of 63
17.04 Survival of �bligations
All representations, inc�emni�ications, warranties, and guarantees made in, required by, or gi�en in
accordance with the Contract Doeurnents, as well as all continuing obligations indicated in ihe
Cont�-act Documents, will survi�e final payment, completion, and acceptance of the Work or
terinination or completion of the Coniract or terinination of i�ie sez-vices of Cont7ractor.
17.05 Heudings
Article and para$raph headings are inserted for convenience only and da not canstitute parts of these
General Conditions.
CITY OF FDRT WDRTH
STAIVDARbCONSTAUCT[ON SPEC[F[CATfON C�OCUMET�TTS
Revision: Nf�t� 9, 2020
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 5
SECTION 00 �3 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITTON5
Supplementary Co�ditio�s
These Supplementary Conditions modify and snpplement 5ection 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modified or supplemented remain in full force and effect as so modif ec� or supplemented. AIl provisions
oFthe General Conditions which are not so rnodified or supplemented remain in %il force and effect.
Defined Terms
Tl�e terms used in these Supplementary Conditions t�hich are defined in the Ger►eral Conditions have the
meaning assigned to them in the General Conditions, unless specifcally noted herein.
Modi�cations ar�d Supplements
The following are instructions that modify or supplement spccific paragraplls in the General Conditions and
other Contract Documents.
SC-3.03B.2, "Resolving Discrepancies"
Plans govern over Speci�cations.
SC-4.01 A
�asement limits shown on the Drawing are approximate and were provided to cstablish a basis for bidding.
Upon receiving the �nal easements descriptions, Contractor shall compare them to the ltnes shown on ihe
Contract Drawfngs.
SC-4.O1A.1., "Availability of Lands"
T'I�e following is a list of known outsta�ding right-of-way, and/or easements to be acquired, if any as of
October 7, 2020:
Outstanding Right-Of-Way, andlor Easements to Be Acquired
PARCEL �WNER
NUMBER
Nor�e
TARGET DATE
OF POSSESSION
The Contractor understands and agrees that the dates �isted above are estimates only, are not guarantced,
and do r►ot bind the City.
Ii Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall w�thin five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement line locatians.
SC-4.O1A.2, "Availa�ility of Lands"
C1TY OF FORT WORTH Kroger Drive F��ase II
STANDARD CONSTRUCTION SP�.CiFICATTOi+i DQCUtv(6NTS � City Project No. ]O1U15
Revised Marcli 9, 2020
00 73 00
SUPPLEMENTARY CONDITIONS
Utilities or obstructions to be removed, adjusted, a�d/or rclocated
Page 2 of 5
The following is list of utilities andlor obsiructions that have not been removed, adjusted, andlar relocaied
as of October 7, 2020:
EXPEC'I'ED UTILITY AND LOCATION TARGET DATE OF
OWNER ADIUSTMENT
None
The Contractor �inderstands and agrees that the da#es listed above are estimates onty, are not guaranteed,
and do not bind tlie City.
SC-4.02A., "Subsurface and Physical Conditions"
The following are reports of explorations and tests of subsurface conditions at ihe site of the Work:
A Geotechnical Report No. l$-15947, dated March 15, 2015, prepared by 3RB Eng�neering, LLC. a sub-
consultant of Pacheco Koch Consulting Engineers a consultant of the City, providing additiona]
information on Gcotcchnical invcstigation.
Tl�e following are drawings of physicai conditions in or relating to existing surface and suUsurface
structures {except Underground Facilities) which are at or contiguous to the site of the Work:
S.U.E Plan Sheet, The Rios Group, 10-10-2018
SC-4.06A., f°Hazardous Environmental Conditions at Site"
The following are reports and drawings of existing hazardous enviranmental conditions �Cnown to ihe City:
Nonc
SC-5.03A., ��Certificates of Insurance"
The entities iisted below are "additional insureds as their interest may appear" including their respcctivc
ofFicers, directors, agents and employees.
{1} City
(2) Consultant: None
(3) Other; None
SC-5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GC-5,04 sha11 provide the Following
coverages %r not less than t1�e %llowing amounts or greater where required by laws and regulations:
S.Q4A. Workers' Compensation, under Paragraph GG5.04A.
Statutory limits
Employer's liability
$100,00� each accident/occurrence
$100,Q04 Discase - each employee
$500,000 Disease - policy limit
CITY OF FORT W4RTFT Kroger Drive Pl�ase li
STAiVDARD CONSTRUCTIQN SPECTFICATION DOCUIvfENTS City Project No. 101015
Revised Matcli 9, 2U20
00 �3 ao
SUPPi.EMENTARY CQNDiT[ONS
Page 3 of S
SC-5.04B., "Confractor's Insurance"
S.p4B. Com�nercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which shall b� on a per project basis covering the Contractor with
mir►imum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Ar►�endment — Aggregate Limits of Insurance) making the
Genera] Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Veri�cation of such coverage must be shown in the Aemarks Article of the Certificate oi Insurance.
SC 5.04C., "Contractor's Ir�surance"
5.04C. Automobile Liability, under Paragraph GC-5.04C. Cor�tractor's Liability Insurance under
Paragraph GG5.04C., which shaIl be in an amount not less than the foltowing amounts:
(1) Automobile Liability - a commercia] business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each aecidenC on a cornbined single Iimit basis. Split limits are acceptable if limits are at
Ieast:
$254,000 Bodily Injury per person /
$500,000 Bodily Injury per accident /
$100,000 Properry Damagc
SG5.04D., "Contractor's insurancc"
The Contractor's construction activities will require its emplayces, agents, subcontractors, equipmenc, and
materiai deliveries to cross railroad properties and tracics.
Nonc
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct ihe ratlroad company ir� any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a"Right of
Entry Agreement" witi� the particular railroad company or companies involved, and to this end the
Contractor should sattsfy itself as to the requirements of each railroad company and be prepared to execute
t11e right-of-entry (ifany} required by a railroad company. The requiremenEs specifed herein �ikewise relafe
to the Contractor's use of private and/or construction access roads crossing said railroad company's
praperties.
The Contractual Liability coverage required by Paragraph S.Q4D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisiactory to the City and to the
Railroad Gompany for a term that cor�tinues for sa lang as the Contractor's operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate:
(2) Each Occurrence:
_ Required for this Cantract
CITY OF FORT WORTH
S`T'ANDARD Cd1VSTRTJCTION SP�CIFICATIOiV DOCUiv[EiVTS
Revised March 9, 2020
IV/A
N/A
X Not required for this Cantract
Krager Drive Phase II
City Project No. t01015
00 �3 oa
SUPPLEMENTARY CONDITiONS
Page 4 of 5
With respect to the above outlined insurance requirements, the following shall govern:
1. Wherc a sin�;le railroad company is involved, the Contractor shall pra�ide one insurance policy in
the name of the railroad company. Hawever, if more than one grade separation or at-grade
crossing is affected by t1�e Project at entirely separate �ocations on the line or lines of tk�e same
railraad company, separate coverage may be required, each in the amount stated above.
2. Where more than one railroad cotr�pany is operating on tl�e same right-of-way or where severa�
railroad companies are involved and operated on their own scparaie rights-of-way, the Contractor
may bc rcquircd ta pro�ide separate insurance policies in the name oieach railroad cnmpany.
3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed oii a
railroad company's right-of-way at a location entirely separate from the grade separation ar at-
grade crossing, insurance co�erage for this work must be included in the policy covering the grade
separation.
4. If no grade separation is in�ol�ed but other work is proposed on a railroad company's right-of-
way, all such other work may Ue covered in a single policy for that railroad, even though the work
may be ai two or more separate locations.
No work or activities on a railroad company's property to be performed by the Contractor shall be
cammenced until the Contractor has fiu�nished the City with an ariginal policy or policies of the insurance
for each railroad company named, as required above. All such insurance must be appro�ed by Ehe City and
eac� affected Railroad Company �rior to the Contractor's beginning work.
The insurance specified above must be carried until all Work to be performed on the railroad right-of-way
has been completed and the grade crossing, if any, is no longer used by thc Contractor. in addition,
insurance must be carried during all maintenance and/or repair work performed in the raiiroad right-of-way.
Such insuranee must name t13e railroad company as the insured, together with any tenant or lessee of the
railroad company operating over tracks involved iu the Project.
SC-6A4., "Project Schedule"
Project schedule sha11 be tier 3 for the project.
SC-6A'�., "Wage Rates"
The fol[owing is the prevailing wage rate taUle(s) applicable to this project and is provided in the
Appendixes:
Gc-6.a�
A copy of the table is also a�ailab]e by accessing the City's website at:
hti�s :ll apps.foriwo rthtexas.�ov/Pro i ectResou rces/
You can access the file by following the directory path:
02-Construction Dqcuments/Specifications/Div00 — General Conditions
SC-6.09., "Permiis and Utilities"
SC-6.09A., "Contractor obtained per�nits and licenses"
Ti�e following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
None
SC-6.09B. "City obtained permits and licenses"
CITY �F FORT WORTH Kroger Drive Phase �I
STANDARD CONSTRUCTION SP�CiFICATION DQCUMENTS Ciry Project No. 101015
Revised March 9, 202Q
00 73 00
SUPPLEMENTARI' CONDITIONS
Page 5 of 5
The following are known permits and/or licenses requirea by the Contract to f�e acquired by the City:
None
SC-6.09C. "OutsYanding permits and licenses"
The following is a list oiknown outstanding permits and/or licenses to be acquired, if any as of L0/8/2U20.
Outstanding Permits and/or Licenses to Se Acyuired
OWNER PERMIT OR LICENSE AND LOCATiON
None
SC-7.02., °`Coordination"
TARGET DATE
OF POSSESSTON
The individuaIs or entities listed be�ow have contracts with the City for the perforrrzance of other work at
the Site:
Vendor Sco e of Work Coordination Authori
None
SC-8.01, "Communications to Contractor"
Central High School is to be updated on traffic controI changes and construction progress.
SC-9.O1., "City's Projeci Manager"
The City's �roject Manager for this Contract is Chad A. Allen, PE, or his/her successor pursuant to written
notification from the Director of Transportation and Public Works.
SC-13.03C., "Tests and Inspeetions"
None
SC-16.O1 C.l, "Methods and Procedures"
None
END OF SECTION
Revision Log
bATE NAME SUMMARY OF CHANGE
1 12 212 0 1 6 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project
Manager.
3/9/2020 D.V. Magana SC-6.07, Updated the link such that fifes can be accessed via the City's
website.
CITY OF FORT WORTfI Kroger Dtive Phase II
STANDARD CONSTRUCTION 5PEC�FICATION DOCUMEN`CS City Project No. 101 D I S
Revised March 9, 2020
01 11 00 - 1
SUMMARY pF WORK
Page 1 of3
i
2
3 PART1- GENERAL
SECTION Ol 11 00
SUMMARY OF WORK
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance witl� the Contract Documents
7 B. Deviations from this City of Fort Wo�-th Standard 5pecification
8 1. None.
9 C. Related Specification Sectians include, but are not necessarily limited to:
l 0 1. Division 0- Bidding Requirements, Contract Forms, and Canditions of the Coniract
1 I 2. Division ]- Genera1 Requirements
12 1.� PRICE AND PAYMENT PROCEDURES
l3 A. Measurement and Payment
14 1. Work associated with this Item is considet-ed subsidiary to the various iiems bid.
15 Na separate payment wiil be aliawed for t�is Item.
16 1.3 REFERENCES [NOT USED]
17 L4 ADMINISTRATIVE REQUIR.EMENTS
18
I9
20
21
22
23
24
zs
26
27
28
29
30
31
32
33
34
35
3fi
37
38
A. Work Covered by Contract Doeuments
1. Work is to include furnishing a111abor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specificaiions.
B. Subsidiary Work
l. Any and all Work specifically goveined by documentary requirements fo�• the
project, such as conditions imposed by the Drawings or Contract Documents in
vvhich na speci�c item for bid has been provided for in t�ie Proposal and tIae item is
not a typical unit bid item included on the standard bid item 1ist, then the item shall
be considered as a subsidiary item of Wark, the cost of which shall be inciudec� in
khe price bid in the Proposal for various bid iterns.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assvme full responsibiliry %r protection and safekeeping of inateriais and
equipment stoxed on the Site.
3. Use and occupy only portions of the public streets and alleys, ar other public places
ar other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by ihe City.
a. A reasonal�le amount of tools, materials, and equip�nent for construction
purposes may be stored in such space, but no more than is necessary to avoid
deiay in t�e construction operations.
CITY OF PORT WORTH Krogcr Dri�e Phasc I[
STANDARD C�NSTRUCTION SPECIFICATION DDCLTMENTS City Prnjeck No, l0 i 4l5
Revised Decetnber 20, 2012
O1 11fl0-2
SUMMARY OP WORK
Pagc 2 of 3
t b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be ieft free and unobstructed
3 and so as not to inconvenience occupants of adjacent property,
4 c. If ihe street is occupied by railroad tracks, the Work sha11 be carried on in suc�,
S rnanner as not to interFere with the aperation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the rai lroad perenit.
8 D. Work withtn Easements
9 1. Da not enter upon private properiy for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equiptnent or material on private property unless and until the
12 speciiied approval of the property owncr has been secured in writing by Che
l3 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear a11 rights-of-way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17
18
19
20
21
22
23
24
25
26
27
28
29
34
31
32
33
34
35
36
37
38
39
4Q
41
4. Preserve and use every precaution to prevent damage to, aii trees, shrubbery, plants,
Iawns, fences, culverts, curbing, and all other types of structures or improveinents,
to a11 water, sewer, and gas iines, to a11 conduits, overhea� pole lines, or
appurtenances thereof, includin� the construction of temporary fences and to all
other public or pri�atc property adjacent to the Work.
5. Notify the praper representatives of the owners or occupants of the public or private
lar�ds of interest in lands which might be affected by the Work.
a. Snch notice shall be made at least 48 haurs in advance af the beginning of the
Work.
b. Notices sha11 be applicable to botli public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsilale for all damage or injury to property of any character resulting
from any act, otnission, neglect, or misconduct in the rnanr�er or method or
execution of the Wark, or at any time due ta defective work, material, or
equigrnent.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
ta the arigina] or a better than origina] condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at a11 times to
provide site security.
c. The cost for all fence work within easemenks, including removal, temporary
closures and replaceitnent, shalI be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FOitT WORTH
STANDARL) CONSTRUCTION SPECIF[CATiON DOCUMENTS
Revised Deccmbcr 20, 2012
Ktager Drive Pf�ase II
City Projcct No, 101015
01 I100-3
SUMMAIiY OF WORK
Page 3 of 3
1 1.� SUSMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.i CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE jNOT USED]
6 110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 I.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART � - PRODUCTS [NOT USED]
10 PART 3- EXECUTION �NOT USED]
11
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
I3
CITY OF PORT WORTH Kmgcr biivc Phasc II
STAiYDARD CONSTRUCTION SPECTFICATiON DOCi7MENTS City Project No. I O1015
Revised December 20, 2012
DE25D0-]
SUBSTITU'I'ION PRdCEDURES
Pagc I of 4
l
2
SECTION Ol �.5 00
SUBSTITUTION PROCEDURES
3 PART 1- GENERAI.
4 I.1 SUMMARY
5
6
7
S
9
10
11
12
13
14
15
i6
17
18
A. Section Tneludes:
1. The procedure for requesting the approval of substitutior� of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by refer•ence to 1 or rnore of ihe following:
a. Name of manufacturer
b. Narne of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. Deviations from this City of Fort Wotth Siandard Specification
1. None.
C. Related Specification Section� include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measi.u-ement and Paym�nt
21 1. Work associated with this Item is considered suk�sidiary to the various items bid.
22 No separate payment will be allowed for this Itetn.
23 1.3 REFERENCES �NOT USED]
24 1.4 ADMINISTRATIVE REQUIREMENTS
25
26
27
28
29
3U
3r
32
33
34
35
36
37
38
39
40
A. Request for Substitution - Gcneral
I. Within 30 days after award of Contract (unless noted otherwise), t�ze City will
consider formal requests from Contractor for substitution of products in place oi
thase specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references ta names of naanufacturers and vendors, trade names, 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 ve�ador`s names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of eqv.ipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued productioa of products
meeting specified requirements, or other factors beyond control of Contractor;
OY,
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECFFICATION DOCLTMENTS
Rcviscd July l, 2Q11
Kroger Drive Phase II
City Project No. ]01015
oi zs oo - z
SUBSTITUTION PROCEIJUIiES
Page 2 of4
b. Contractor proposes a cost and/or time reduction incentive to the City.
2 1.5 SUBMITTALS
3 A, See Request for Substitution Form {attached)
4 B. Pracedure for Requesting Substitution
5 1. Substitution shall be considered only:
6 a. After award of Contract
7 b. Under the conditions staied herein
8
9
10
il
12
13
14
15
16
17
18
19
20
2l
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
4b
47
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction scheduie, vvhen a ret�uetion is
proposed
3) Data re[ating to changes in cost
b. For products
1} Product identi�cation
a) Manufacturer`s name
b) Telephone numUer and representative contact name
c) Specification Section or Drawing refet'ence of originally specified
product, incluc�ing discrete name or tag number assigned to original
product in the Contract Docu�nents
2) Manufacturer's literature clearly marked to show eompliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessartly limited to:
a) Size
b) Composition or materials of construction
c} Weight
d) Electr'ical or mechanical requirements
4) Product experience
a) Lncation of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeabie concerning proposed product
c} Avaitable field data and reports associated with proposed product
5) Samples
a} Provide at request of City.
b} Samples becorne the property of the City.
c. �'or construction methods:
1) Detailed description of proposed method
2) Illustratian drawings
C. Approval or Rejectian
1. Written approval or rejection of substitution given by khe City
2. City reserves the right to require proposed product to comply with color and patiern
of specified product if necessary to secur� design intent.
3. In the event the substitution is agproved, the resultirzg cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
4. No additional contract time wi11 be gi�en for substitution.
CITY Or NORT WORTTI
STANDARD CONSTRUCTION SFECIFICATIOI�I DOCUMENTS
Reviscd duly 1, 2U11
Krogcr Dri�e Phase IZ
City Project No. 10 L O 15
012500-3
SUBSTITUTIQN PRpCEDUFtES
Page 3 of 4
1
2
3
4
5
6
7
5. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification �ection
c. In the City's opinion, acceptance will require substantial revision ofthe original
design
d. In the City's opinion, subsYitution will not perform adequately the function
consistent with the design intent
8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
9 l.i CLOSEOUT SUBMITTALS [NOT USED]
10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
11 1.9 QUALITY ASSUR.ANCE
12
13
i4
15
16
17
18
19
20
21
22
23
A. In making requcst for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed ps-oduct, and has determined that it is adequate or
superior in a11 respects to that specified, and that it wi11 perform function for which
it is intended
2. Wi11 provide same guarantee far substitute item as for product specified
3. Will coordinate installation of accepted substiiution into Work, to include building
modifications if necessary, making such changes as :nryay be required for Work to be
compleie in a11 respects
4. Waives all claims for additianal costs rclated to substitution which subsequently
arise
1.1p DELIVERY, STORAGE, AND HANDLING [NOT USED]
24 111 F�ELD [SITE] CONDITIQNS [N�T USED]
25 1.12 WARRANTY [NOT USED]
26 PART 2- PRODUCT,S [NOT USED]
27 PART 3� EXECUTION [NOT USED]
28
29
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
30
CITY OF FORT WORTH fCrogcr Drivc Phasc II
STANDARD CDN$TRUCTION SPECIFICAT[ON DOCUMENTS CiEy Prpject i+Io. I O l O l S
Revised 7uly 1, 2011
012500-4
SUB5TITUTTON PROCEDiJRES
Page 4 af 4
1
2
3
4
5
6
7
S
9
l0
11
12
13
14
15
16
I7
18
I9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
�45
46
47
48
49
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 abo�e project: .
SECTION PARAGRAPH SPECiFiED ITEM
Proposed Substitutian;
Reason for Substitution:
Include complete information on changes to Drawings and/or Spccifications which progosed
substitution will require for its proper installatio�.
Fill in Blanks Below:
A. Will the undersignec� contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substiiution?
B. What effect does substitution ha�ve on other trades?
C. Differences between proposed substituiion and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the propased and speciiied items are:
Eqnal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Sub�nitted By: For Use by City
Signature
as noted
Recornmended Recotnmended
Firm
Address
Date
Telephone
Not recommended Received late
By �
D ate
Remarks
For Use by City:
Approved
City
Date
Rejected
CITY QF FORT WORTH
STANDARI� CONSTRUC.TION SPECIFICATION DOCUMENTS
Revised 7uly 1, 2011
Krogcr Drivc Phasc 11
CityPrajectNq, LO1015
013119-i
PR�CONSTRUCT[ON MEETI�IG
Page 1 of3
1
2
3 PART1- GENERAL
SECTiON 01 31 19
PRECONSTRUCTTON MEETING
4 l.1 SUMMARY
5 A. Seciian Includes:
6 1. Provisiorzs �or the preconstruction meeting io be held prior to the start of Work to
7 clarify cons#ruction contract administratipn procediu'es
8 B. Deviations from this City of Fort Wort� Standard Specification
9 1. None.
] 0 C. Related Specification Sections include, but are not necessarily limited to:
11 1. D�vision 0— Bidding Requirements, Contract Foims and Conditions oi th� Contract
12 2. Division 1— General Requ.irements
13 1.� PRICE AND PAYMENT PROCEDURES
] 4 A. Measurement and Payment
15 1. Work associated with this Item is considered suUsidiary to tl�e various items bid.
16 No separate payment will be allowed for this Ttem.
17 1.3 REFERENCES [NOT USED]
18 �.4 ADMINISTRATIVE REQUIREMENTS
19 A. Coordination
20 1. Attend preconstruction meeiing.
21 2. Representak�ves of Contractor, subcontractors and suppliers atiending meetings
22 shall be qualified and authorized to act on behalf of the entity each represents.
23 3. Meeting administered by City may be tape recorded.
24 a. If recorded, ta}�es will be used ta prepare minutes aad retained by City for
25 future reference.
26 B. Preconstruction Meeting
27 1. A preconsiruction meeting wiil be held within 14 days after the execution of the
28 Agreement and before Work is started.
29 a. The meeting will be scheduIed and administered by the City.
30 2. The Project Representative will preside at the meEting, prepare the notes of the
31 meeting and distribute copies of same to all participants who sa request by fully
32 completing the attendance form to be circulated at the beginning of the meeting.
33 3. Attendance shall include:
34 a. Project Representative
35 b. Contraetor's project manager
36 c. Contractor's superintendent
37 d. Any subcontractor or supplier representatives w�om the Cantractor may desire
38 to invite or the City may request
39 e. Other City representatives
CITY OF FORT WORTH Kroger Arivc Phasc II
STANDARD CONSTR[JCTiON SPECIPICATiON DOCUMENTS City Project No. I Ol Ol5
Rcviscd August 17, 2012
O1 31 19 - 2
PRF.CO[YSTRLlC"I'ION MBETiNG
Page 2 of 3
2
3
4
5
6
7
8
9
14
11
]2
13
14
15
16
1'7
l8
19
zo
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
3fi
37
38
39
40
4l
42
43
44
f. Others as appropriate
4. Construction Schedule
a. Prepare bascline construction schedule in accordance with Sectio�n Ol 32 16 and
provide at Preconstruction Meeting.
b. City witl notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preiiminary Agenda may include:
a. Introduction of Project Persannel
b. General Description ofProject
c. Status of right-of way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payrnents
i. Extra Work and Change Order Procedures
j. Field Orders
k, Disposal ,Sitc Letter for Waste Material
l. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Conirol Tcsting
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Noti�cation
r. Legal Holidays
s. Trcnch Safety Plans
t. Conf ned Space Entry Standards
u. Coordination with the City's rcpresentative for operatians of existing water
systems �
v. Stortn Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Dainages Claims
bb. Submittal Procedures
cc. Subskitutian Procedures
dd. Correspondence Routing
ee. Recard Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedure�
hh. Finai Acceptance
ii. Final Payment
jj. Questions or Comments
CITY OF FORT WORTH
STANDARi] CON5TIiUCTTON SPECIFICATION DOCUMENTS
Revised August 17, 2012
Krogcr Drivc Phasc II
CityProjectNo, 101Q15
Ol 31 19 - 3
PRECOI�ISTRUCTIOIV MEETING
Pagc 3 of 3
1 1.� SUBMITTALS [NOT LFSEDj
2 1.6 ACTION SUBMITTALS/INFORMAT�ONAL SUBMITTALS [NOT USED]
3 1.i CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.1 i FIELD (SITE] CONDYTIONS [NOT USED]
8 1.13. WARRANTY [NOT U5ED]
9 PART Z- PRODUCTS [NOT USED]
10 PART 3- EXECUTION �NOT USED]
11
12
END OF SECTIQN
Revision Log
DA'I'E NAME SUMMARY OF CHANGE
13
CITY OP FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTIOI+I SPECIFICATION DOCLTMENTS City Project No. 101015
Revised AugusE 17, 2012
oi 3i zo - i
PRO]ECT Iv[EETiTTGS
Page 1 of 3
1
2
3 PARTi- GENERAL
4 1.1 SUMMARY
SECTION O1 3I �0
PROJECT MEETINGS
5 A. Section Includes:
6 1. Provisions for project meetings throughout the construction period to enable orderly
7 review of the prag�ess of the Work and to provide for systematic disct�ssion of
8 potential problerns
9 B. Deviations this City of Fort Worth Standard 5pecification
10 1. None.
l i C. Related Speci�cation Sections include, but are not necessari�y limited to:
12 1, Division 0— Bidding Requirements, Contract Fo:rms and Conditions of the Contract
I 3 2. Division 1— General Requirements
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this item is considered subsidiary to the various items bid.
17 No separate payrnent will be allowed for this Item.
l8 1.3 REFERENCES [NOT USED]
19 1.4 ADMINYSTRATYVE REQUIREMENTS
20 A. Coordination
21 1. Schedule, attend and adtxainister as specified, periodic progress meetin�s, and
22 specially called meetings throughout progress of the Wark.
23 2. Representatives of Contractor, subcontractors and suppliers attending meetings
24 shall be quali�ed a�d authorized to act on behalf of the entity each represents.
25 3. Meetings administered by City may be tape recarded.
26 a. if recorded, tapes will be used to prepare minutes and retained by City for
27 futu�-e reference.
28 �. Meetings, in addition to those specifed in this Section, �nay be held when requested
29 by the City, Engineer or Contractor.
30 B. Pre-Constnzction Neighborhood Meeting
31 1. After the execution of the Agreernent, but be%re construction is allowed to begin,
32 a�tend 1 Public Meeting with affected resrdents to:
33 a. Present projected schedule, including construction start date
34 b. Answer any construction related questions
35 2. Meeting Location
36 a. Location of ineeting to be determined by the City.
37 3. Attendees
38 a. Contractor
Cl'I`Y OF FOR`i' WORTH Kroger Drive PEzase Id
STAI+IDARD CONSTRUCT[ON SPECIFICATION DOCl1MEiVTS City Froject No. I O1U15
Revised Iuly 1, 201 1
at 3i Zo-a
YROJECT MEETINGS
Page 2 of 3
1
2
3
4
5
b
6. Project Representative
c. Other City r�presentaiives
4. Meeting Schedule
a. In general, the neighborhood meetin� will occur within the 2 weeks follawing
the pre-construction conference.
b. in no case will construction be allowed to begin until this meetin� is held.
7 C. Progress Meetings
8 1. Fot�rx�aE project coordination meetings will be held periodically. Meetings will be
9 scheduled and admin�ster�d by Project Representative.
10
11
12
13
14
]5
16
17
18
l9
20
2I
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4 i.
42
43
44
45
46
47
48
2. Additional pro�ress meetings to discuss specific topics wi11 be conducted on an as-
needed basis. Such additiottaE meetings shall include, but not be limited to:
a. Coordinating shutdowns
b, installation of piping and equipment
c. Coordination between other construction projects
d. Resolution o�' construction issues
e. Equipment approval
3. The Project Representativ� will preside ai progress meetings, prepare the notes of
the meeting and distribute capies of the same to all participants who so request by
fully cornpleting the attendance for� to be citculated at the beginning of eaeh
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractar`s superintendent
c. Any subcontractor or suppliex representatives whom the Contractor tnay desire
to invite or the City may request
d. Engineer's representatives
e. City's representatives
f. Others, as requested by the Proj ect Representative
5. Freliminary Agenda may include:
a. Rev�ew of Work progress since previous meeEing
b. Field observations, problems, conflicts
c. Itcros which impede construction schedule
d. Review of off-site fabrication, deli�ery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projecte� schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k, Maintenance of qualiCy standards
l. Pending changes and substitutions
rn. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other cantracts of the Project
n. Review Recard Documents
o. Review monthly pay request
p. Rer�ew status of Requests for Informat�on
CiTY OF FORT WdRTH
STANDARD CONSTRUCTIaN SPECiFTCATTON DQCUMENTS
Revised July 1, 26l 1
Kroger Drive Pl�ase iI
City Froj ect No. l O l D 15
DI 31 20-3
PR07ECT MEETINGS
Page 3 of 3
1 6. Meeting ScheduIe
2 a. Progress meetings wili be held per�odically as determined by the Project
3 Representative.
4 1} Additio�al rneetings may be heId at the reqUest of the:
5 a) City
6 b} Engineer
7 c} Contractor
8 7. Meeting Location
9 a. The City will estabtish a nr�eeting location.
10 1} To the extent practicable, meetings wili be held at the Site.
11 1.� SUBMITTALS �NOT U�EDj
12 i.G ACTiON SUBMITTALS/INFORMATIONAL SUBMiTTALS �NOT USED]
13 1.i CLOSEOUT SUBMITTALS [NOT USED]
I4 I.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
15 1.9 QUALITY ASSURANCE [NOT USED�
16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
17 Z.11 F�ELD �SITEj COND�TYONS [NOT USED]
18 1.X2 WARItANTY [NOT USED]
19 PART 2- PRODUCTS jNOT USED�
2p PART 3- EXECUTION �NOT USED]
21
22
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
23
CiTY OF FORT WORTH Kroger Drive Pi�ase ii
STANDARD CONSTRUCTION SPECIFICAT[DN DOCUM�NTS City Project No. 101015
Revised July 1, 2011
01321G-1
CONSTRUCTION PROGRESS SCHGDULE
Pagc 1 of S
2
3 PART1- GENERAL
SECTION 0132 16
CONSTRUCTTON PROGRESS SCHEDULE
4 1.1 SUMMARY
5 A. Seciion Includes:
6
7
8
9
10
11
1. General requiremenis for the preparation, sub�nittat, updating, stakus reporting and
management of the Construction Progress Schedule
2. Speciiic requirements are presented in tlie City of Fort Worth Schedule Guidance
Docurnent
B. Deviations from this City of Fort Worth Standard Sp�cification
1. None.
12 C. Re]ated �pecification Sections include, but are not necessarily limited to:
13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division� 1— General Requirements
15 1.2 PRICE AND PAYMENT PROCEDIIRES
16 A. Measur•ement and Payment
17 1. Work associated with this Item is considered subsidiary to the various items bid.
18 No separate payment wi11 be allowed for this Item,
19 1.3 REFERENCES
2�
21
22
23
24
25
26
27
zs
29
30
31
32
33
34
3S
36
37
38
39
4Q
A. Definitions
1
2
3.
Schedule Tiers
a. Tier 1- No schedule submitial required by contract. SmaIl, brief duration
prajects
b. Txer 2- No schedule submittal required by contract, but will require some
milestone dates. Small, brief duration projects
c. Tier 3- 5chedule submittal required by contract as described in the
Specification and herein. Majority oiCity projects, including ail bond program
projects
d. Tier 4- Schedule submittal required by contract as described in the
Specification and �erein. Large antUor complex projects with long durations
1) Examples: large water pump station project and associated pipeline with
interconnection to anoCher governmental entity
e. Tier 5- Schedu�e submittal required by contract as described in the
Specifcation and herein. Large and/or very complex projects with long
durations, high public visil�iliry
1) Examples might include a water or wastewater treatznent plani
Baseline Se�edule - Initial schedule submitted before wark begins that will serve
as the baseline for measuring progress and departures frorn the schedule.
Progress Schedule - Monthly subrnittaZ of a progress schedule documenting
progress on the project and any changes ant�cipated.
CITY OF FORT WORTH Krager Drive Phase Ii
STANDARD CONSTRUCTION SPECiFiCATION DOCUIVIENTS City Prajccl No. E 0] O15
Reviscd July 1, Z01 l
013216-2
CONS'1'RUCTCON PTtOGRE55 SCHEDULE
Page 2 of 5
1
2
3
4. Schedule Narrative - Concise narrative of the sehedule including schedule
changes, expected delays, key schedule issues, critical path items, etc
B. Reference Standards
4 I. City of Fort Worth Schedule Guidance Dacument
5 1.4 ADMINISTRATIVE REQUIREMENTS
6
7
8
9
10
11
12
13
14
IS
A. Baseline Schedule
1. General
a. Prepare a cost-loaded baseiine Schedulc using approved software and the
Critical Path Method (CPM) a5 required in Che City of F'ort Worth Schedule
Guidance Document.
b. Review the draft cost-loaded baseline Schedule with the City to demonstrate
understanding of the work to be performed and known issues and eonstraints
related to the schedule.
c. Designate an ant�orized representative (Project Scheduler) responsible for
developing and updating the schedule and preparing reports.
i6 B. Progress Scnedule
17 1. Update the progress 5chedule monthly as required in the City of Fort Worth
18 Schedule Guidance Dacument.
19 2, Prepare the Schcdule Narrative to accompany the monthly progress Schedule.
20 3. Change Orders
21 a. Incorporate approved ck�ange orders, resulting i�n a cha�ge of contraet time, in
22 the baseline �chedule in accordance with City of Fort Worth Schedule
23 Guidance Doc�unent.
24 C. Responsibility for Schedule Com�pliance
25 1. Whenever it becomes apparent from the current progress Schec�ule and CPM Skahis
26 Report that delays to the critical path have resulted and the Contract compietion
27 date will z�ot be met, or when so directed by the City, make some ar all of the
28 following actions at no additiona! cost to the City
29 a. Subrnit a Recove�ry F'lan to khe City for approval re�ised baseline Schedule
30 outlining:
3 i 1) A written statement of the steps intended to take to remove or arrest ihe
32 delay to the critical patn in the approved schedule
33 2} Increase construction manpower in such quantities and crafts as will
34 substantially eliminate the backlog of work and return current Schedule to
35 meet projected baseline completion dates
3b 3} Increase the number of working hours per shift, shifts per day, warking
37 days per week, the amount of constructian equipment, or any combina�ion
38 of the foregoing, sufficiently to substantially eliminatc the backlog af work
39 4} Reschedule acti�ities to achieve maximum practical concurrency of
40 accomplishmertt of activities, and comply with the revised schedule
4] 2. if no written statement of the steps intended to take is submitt�d when so requested
42 by the City, the Cily may direct the Contractor to increase the level of effort in
43 manpower (trades), equipment and work schedufe {ove�time, weekend and holiday
44 wor�, etc.) to be employed by the Contraetor in order to remove or arrest the delay
45 to the critical path in the approved schedule.
46 a. No additianal cost for such work will be considered.
CITY OP FORT WORTH ICroger Drive Phase II
5TANDARD C�NSTRUCTIDN SPECIFICAI'ION DOCUMENTS City Project No. ] Ol Q15
Revised 7uly l, 201 t
01 32 16-3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 5
1 D. The Contraci completion time will be adjusted only for causes specified in this
2 Contract.
3 a. Requests for an extension of any Contract completion date must be
4 supplemented rvith the followiag:
5 1) Furnish justification and supporting evidence as the City may deem
6 necessaty to determine whether the requestea extension of time is entitled
7 under the provisions of this Cantract.
8 a) The City will, after receipt of such justification and supporting
9 evidence, make �ndings of fact and wiil advise the Contracior, in
10 writing thereof.
11 2) If t�ie City �nds that the requested extension af time is entitled, the City's
12 determination as to the total numbcr of days allowed for tlae extensions
l3 shall be hased upon the approved total baseline schedule and on al1 data
14 relevant to khe extensian.
i5 a) �uch data shall be included in the next updating of the Progress
16 schedule.
17 b) Actual delays in activities which, according to the Baseline schedule,
1 S do not affect any Contract completion date shown by the critical path in
19 t�e network will not be the basis for a change therein.
20 2. 5ubmit each request for change in Contract comp�etion date to khe City within 30
21 days after the beginning of the delay %r which a time extension is requested but
22 be%re the date of final payment under this Cantract.
23 a. No time extension will be granted for requests which are not submitted within
24
25
26
27
28
29
30
3 ].
32
33
34
35
36
37
38
39
t�Ze foregoi�g tinne lixrzit.
b. From tirne to time, it may be necessary for the Contract schedule ar completion
time to be adjusted by the City to refleci the effects of job conditians, weather,
technical difficulties, strikcs, unavoidable delays on the part of Yhe City or iis
representatives, and other unforeseeab1e conditions which may indicate
sclxedule adjust:nnents or completion time extensions.
1) Under such eonditions, the City wi11 direct the Contractor to reschedule the
work or Contract completion time to reflect the changed conditions and the
Contractor shall revise his schedule accordingly.
a) No additional compensation will be �nade to the Contractor far such
schedule changes except for unavoidable overall contract time
extensions beyond the actuai completion of unaffecfed work, in which
casc ihe ContracCor shall take all possible action to minimize any time
extension anc� any additional cost to the Ciiy.
b) Avai1able float tirne in the Baseline schedule may iae used by the City
as we11 as l�y the Contracior.
40 3. Float or slack time is defined as the annount of time between the earliest start date
41 and the latest start date or between the earliest finish date and th� latest �nish date
42 of a chain of activities on the Baseline Schedule.
43 a. Float ar slack time is not for the excIusive use or benefit of either the
44 Contractor or the City.
45 b. Proceed with work according to early start dates, and the City shall have the
46 right ta r�serve and apportion float time according to the needs of ihe project.
47 c. Acknowledge and agree that actual delays, affecting paths of activities
48 coniaining float time, will not have any effect upon contract completion times,
49 providing that the actual delay does not exceed khe float time associated v�rith
50 those activities.
CITY OF FORT WOR'fH Kroger Drive Phase iI
STA�IDARD CpN$TRUCTiQN SPECIFICATiQN DOCUMENTS City ProjecE No. 101015
Rcvised July 1, Z011
01 32 16 - 4
CONSTRiICTION PROGRESS SCHEDLTLE
Page 4 of 5
E. Coordinati�g Schedule with Otk�er Cottiract Schedules
2
3
4
5
6
7
8
9
l0
11
12
13
l. Where work is to be performed under this Contract concurrently with or contingent
upon work performed on the same facilities or area under other contracts, the
Baseline Schedule shall be coordinated with the schedules of the other contracts.
a. Obtain the schcdules oi the other appropriat� contrac�s from the City %r thc
preparation and updating of Baseline schedule and make the required changes
in his schedule when indicatcd by changes in corresponding schedulcs.
2. in case of interference between the operations of different contractors, the City wiii
determine tlie work priority of each contractor and the sequence of work necessary
to expedite the completion of the entire Project.
a. In such cases, the decision of the City sha11 be accepted as final.
b. The temporary delay of any work due to such circumstances shall not be
considered as justi�cation for cIaims for additional compensation.
14 1.� SIIBMITTALS
15 A. Baseline Schedute
16
17
18
19
za
21
1
2.
Submit Schedule in native file fonnat and pdf format as required in the City of Fort
Worth Schedule Guidance Document.
a. Native file format includes:
1) Prima�era (P6 or Primavera Contractor)
Submit draft baseline Schedule to City prio�• io the pre-consiruction meeting and
�ring in hard copy to the meeting for review and discussian.
22 B. Progress Schedule
23 1. Submit progress Schedule in native file format and pdf farmat as required in the
24 Ciry of Fort Worth Schedule Guidance Document.
25 2. Submit progress ScheduEe monthly no later than the last day of the month.
26
27
28
29
30
31
32
33
34
35
1. The City administers and manages schedules through Buzzsaw.
2. Conh•actor sha11 submik documents as required in the Ci�y of Fort Worth Schedule
Guidancc Documcnt.
3. Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
36 L6 ACTION SUBMITTALS/INRORMATIONAL SUBMITTALS [N�T USED]
37 1.'i CLOSEQUT SUBMITTALS [NOT USED�
38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
39 l.9 QUALITY ASSURANCE
40 A. The person preparing and revising the construction Progress Schedule shail be
41 experienced in the preparation of schedules of similar complexity.
C. Schedule Narra�ive
1. Submit the schedule narrative in pdf format as tequired in the City of Pott Wortk�
Schedule Guidance Document.
2. Submit schedule narrative monthiy no lat�r than the last day of tl�e month.
D. Submittal Process
CITY OF FORT WORTH Ktoger Drive Phase II
STANAARA CONSTRUCTiQN SPEC[FICAT[ON DOCUlv4ENTS City Praject No. i 01015
Revised July 1, 20l 1 �
013216-5
CONSTRUCTION PROGRESS SCHEDULE
Page S of 5
I B. Schedule and supporting documents addressed in this 5pecification shall be prepared.,
2 updated and revised to accurately reflect the performance of the construction.
3 C. Contractor is responsible for the quality of all submittais in this section me�ting the
4 standard of care for the construction industry for similar projects.
5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
6 1.11 FTELD [SITE] CONDITIONS [NOT USED]
7 1.1� WARRANTY [NOT USED]
8 PART 2- PRODUCTS [NOT USED]
9 PART 3- EXECUTION �NOT USED]
l0
1�
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12
CITY OF FOR'f WORTH Kroger brivc �hasc Ii
STAIdDARD CON3TRUCTIOIV SPEC[FICATIQN DOCUMENTS City Project No. L01015
Rcviscd July 1, 2011
O13233-1
PRCCOI�STRUCTION V[DEO
Page 1 of 2
�
2
3 PARTla GENERAL
4 1.1 SLTMMARY
SECTION O1 32, 33
PRECONSTRUCTION VIDEO
5 A. Section Includes:
6 1. Adininisirative and procedural requirements for:
7 a. Preconstruction Videos
8 B. Deviations from this Ciiy oi�'ort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily Iimited to:
11 1. Division 0— Bidding Requirements, Contract Foi�ns and Conditions of the Contract
2 2 2. Division 1— General Requirements
l3 1.� PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated witl� this Item is considered subsidiary to the various items bid.
16 No separate payment wil� be altor�ed for this Item.
17 1.3 REFERENCES [NOT USED)
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Prec�nstruction Video
20 1. Froduce a preconstruction video of the site/al�gnrnent, incIuding all at'eas in the
21 vicinity of and Co be aifccted by constniction.
22 a. Provide digitai copy of video apon request by the City.
23 2. Retain a copy of the preconskruction video until the end of the maintenance surety
24 period.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTTON SUBMITTALS/INFORMATiONAL SUBMiTTALS [NOT USED]
27 1.i CLOSEOUT SUBMITTALS [NOT USED]
28 1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE [NOT USED]
3p 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED)
31 1.11 FIELD (SITE] CONDITIONS [NOT USED]
32 l.i� WARRANTY [NOT USED]
33 PART � - PRODUCTS [NOT USED]
CITY OF FORT WORTH Kroger Dri�e Phase iI
STANDARD COIYSTAUCTION SPECIFICAT[ON DOCUMENTS Cily Project No. 101015
Revised July I, 20l 1
D13233-2
PRECONSTRUCTION VIDEO
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Pagc 2 of 2
Re�ision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Krogcr Drivc Phasc II
STANDARD ('QNSTRUCTIQN SPECiFIGATIQN DpCUiviENTS Ciry Project No. I p l D 15
Rcviscd July 1, 2dI 1
01 33 OD - 1
SLiBMITTAL5
Page E oi 8
I
2
3 PART1- GENERAL
4 1.1 SUN�MARY
5
6
7
8
9
10
11
iz
]3
14
15
16
SECTION Ol 33 00
SUBMITTALS
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-reiated subr�nittals:
a. 5hop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fart Worth 5tandard Speci£�ication
1. None.
C. Related Specification Sections include, but are not necessarily Iimited to:
1. Division 0— Bidding Requirements, Contract Forms atad Conditions of the Contract
2. Division ] — Genera� Requirements
17 1.2 PRTCE AND PAYMENT PROCEDURES
1 S A. Meas�arement and Payment
i9 1. Work associated with this Item is considered subsidiary to the various items bid.
20 No separate payment will be a.�lowed for this itern.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINTSTRATiVE REQUIREMENTS
23 A. Coordination
24 1. Notify the City in writing, at the time of sub�anittal, of any deviations in the
25 submittals from the �-equiremer�ts of the Contract Documents.
26 2. Coarclination af Submittal Times
27 a, Prepare, prioritize and transmit each subtxzittal sufiiciently in advance of
28 performing the retated Work or otl�er applicable activities, or within the time
29 speci�ed in the individual Work Sections, of the Specifcations.
30 b. Contractor is responsible such that the installation will not be delayed by
31 processing times including, but not limited to:
32 a) Disapproval and resubmittal (if required)
33 b) Coordination with other submittals
34 c} Testing
35 d) Purchasing
36 e) Fabrication
37 � Delivery
38 g) Simi�ar sequenced activities
39 c. No extension of time will be authorized because of the Contractor's failure to
40 transmit submittals suffieiently in advance oithe Work.
CITY OF FQRT WORTH Kroger Drive Phase 11
STANDARD CONSTRUCTIOI�F SPEC[FICATION DOCUMENTS City Project �To. 10 L015
Revised Dcccmhcr 20, 2012
013300-2
SUBMITTALS
Page 2 of S
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
l6
17
l8
19
20
d. Make submittals promptly in accordance with appraved schedule, and in such
sequence as to cause no delay in the Work or in th� work of any other
contractor.
B. Submittal Numbering
l. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identi�cation numbering system in the following manner;
a. Use the first 6 digits of the applicaUle Speciiication Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item ar drawing submitted under each specific Sectian number.
c. Last use a letter, A-Z, indicating the resubmissian of the sa�e dravaing (i.e.
A=2nd submission, B=3rd submission, C�4th submissian, etc.}. A typical
submittal number would Ue as follows:
03 3o aa-os-B
�) 03 30 00 is the Specification Section for Concrete
2} QS is the eighth initial submittal under Chis S�eci%cation Section
3} B is the third submission (second resubmission} of that particular shop
drawing
C. Contractor Certi#ication
2I 1. Review shop drawings, praduct data and samples, including those by
22 subcontractors, prior to submission to determine and verify the following:
23 a. Field measl.uements
24 b. Field construction criteria
25 c. Cata1og numbers a�d similar da#a
26 d. Conformance with the Contract Documents
27 2. Provide each shop drawing, sample and product data submitted by the Contractor
28 with a Certification 5tatement affixed including:
29 a. The Contractor's Company namc
30 b. Signature of submittal reviewer
31 c. Certification Statement
32 1) "By this submittal, I hereby represent that I have determined and verified
33 feld measurements, field construction criteria, materials, dimensions,
34 catalog numbers and similar data and I have checked and coordinated each
35 item with at3�er applicable approved shop drawin�s."
3b
37
38
39
A�0
41
42
43
44
45
46
47
D. Submittal Format
1. Fold shop drawings larger than 8 1/z inches x l l inches to $'/z inches x 1 i inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Descriptian af Packet
2) Contractor Certification
b. List of iterns / Table of Contents
c. Product Data /Shop DrawingslSamples ICalculations
E, Submittal Content
1. The date of submission and the dates of any previous submissions
2. The Project title and nuinber
CITY DF FORT WORTF�
STANDARL? CONSTRUCTiON SPECTFICATiON DpCUMENTS
Revised December 20, 2012
Kroger pri�e Phase TI
City Project I�o. 161015
0133OU-3
5UBMITTALS
Page 3 of S
3. Contractor identification
2
3
4
5
6
7
8
4. The rza�nes of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Sectaan number, page and
paragraph(s}
6. Field dimensions, clearly identified as such
9 7. Relation to adjacent or critical features of th� Work ar �aterials
I O 8. Applicable standards, sUch as ASTM or Federal Specification numbers
11 9. Tdentifcation by highlighting of deviations frorn Contract Documents
12 10. Identification by highlighting of revisions on resubmittals
13 1�. An 8-inch x 3-inch blank space far Contractor and City stamps
14
15
16
17
1S
r9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
F. Shop Drawings
1. As speci%ed in individual Work 5ections includes, but is not necessarily limited to:
a. Custorn-prepared data such as fabrication and erectian/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork mar�ufacCuring instructions
e. Custom templafes
£ 5pecial wiring diagrams
g. Caordination drawings
h. Individual system or equipmcnt inspection and test reparts i�cludirzg:
1} Performance curves and certifications
i. As appticable to the Work
2. Details
a. Relation of the various parts to the main members and lines ofthe structure
b. Where correct £abrication 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 pxoducts included on ihe City's Siandard Product
List, clearly identify each item selected for use on the Project.
2. For submittals oiproduct data %r products not included on the City's Standard
Produei List, submittal data may inelude, but is not necessarily limited to:
a. Standard prepared data for manufactured products {sometimes referred to as
catalo� data}
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and paitems
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
S) Catalog cuis
6) Product photographs
� 7) Standard wiring diagrams
CITY OF FORT WORTH
STANDARID CONSTRUCTION SPEC[F[CATION DOCUMENTS
Rcviscd Dcccmbcr 20, 20I2
Kroger Drive F'hase II
City Projact No. 101015
a� 3� oo - a
SUBMITTALS
Pagc 4 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
l fi
8} Prrtnted perforrnance curves and operational-range diagrarns
9} Production or quality control inspection and test reports and certifications
10) Mtll reports
] 1) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable ta the Work
H. Samples
1. As speci�ed in individual Sections, include, but are not necessariIy lirnited to:
a. Fhysicat examples of the Work such as:
1) Sections of manufactured or fabricated Work
2} Small cuts or containers af rnaterials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4} Speci�nens for coordination ofvisual effect
5} Graphic symbols and units of Work to be used by the City far independent
inspection and testing, as applicable to the Wark
17 I. Do not start Work rec�uirin� a shop drawing, sample or product data nor any material to
18 be fabricated or installed prior to tne approval or qualified approval of such item.
19 l. Fabrication performed, materials purchased or on-site construction accomplished
20 which does not conform to approved shop drawings and data is at the Contractor's
21 risk.
22
23
24
25
26
z�
28
29
30
31
32
33
34
3S
36
37
38
39
ao
4I
42
43
44
45
46
47
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and it�stailations in conformance
with approved shop drawings, applicable samples, and product data.
J. 5ubmittal Distribution
1. Electronic Distribution
a. Confirm dcvelopment of Project directory fpr electronic submittals to be
uploaded to City's Buzzsaw site, or another externat FTP siie approved by the
City.
b. Shop Drawings
1) Uplaad submtttal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a} 3 copies for all submi�tals
b) If Contractor requires more than 1 hard copy of 5hop Drawings
returned, Contractor shall submit rnore than the nurnber of copies listed
above.
c. Product Data
l) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a} 3 copies for all submittals
d. Samples
f.) Drtsts-ibuted to the �roject Representative
2, Hard Copy Distribution (if rcquired in lieu of electronic distribution)
a. Shop Drawings
CITY dF FOI2T WORTH
STAI�IDARD CONSTRUCTIOiV SPFCiFiCA`I'fON DQCU�v[F,3�1TS
Revised December 2p, 2p l2
Ktoger Dri�e Phase II
City Projcct No. 101015
O1 33 00 - 5
SUEMiTTALS
Page 5 of 8
1
2
3
4
5
6
7
8
9
10
11
rz
13
14
15
L6
17
18
19
20
21
22
23
2�4
25
2b
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
b.
c.
1) Distributed to the City
2) Copies
a) S copies for mechanica� submittals
b) 7 copies for all other submittals
c) If Cantractor requires more than 3 eopies of Shpp Drar�virtgs xetur�ned,
Contractor shall submit more than the number of copies listed above.
Product Data
1) Distributed to the City
2} Copies
a) 4 copies
Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respecEive Specification ,Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product c�ata and samples, where required, to tlie 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 speci�ec�.
K. Submittal Revie�uv
1. The review of shop drawings, data and samples will be for general conforana�ace
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure frn�nr� the Contract requirements
b. Relieving the Conh•actor of responsibility for any errars, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or producC data by the City
does not relieve the Contractor from his/her responsibiiity with regard to the
fu��lIment of the terms of the Contract.
a. All risks of error and omission are assuz�aed by the Contractor, and the City will
have no responsibitity therefore.
3. Thc Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for seleciing fabrication processes,
for techniques of asseinbly and for performing Work in a safe manner.
4. if the shop drawings, data or samples as su6mitted describe variations and show a
departure from the Contract requ�rements which City �nds to be ir� the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City rr�ay �-eturn the reviewed drawings without noting an
exception.
5. Submittals wiil be returned to the Contractor under 1 of the follov�ring codes:
a. Cade 1
1) "NO EXCE�TIONS TAKEN" is assigned when there are no notations or
comments on the submittai.
a} When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPE,CIFTCATION I?pCUMENTS
Revised December 20, 2012
Kroger Drive Phase II
City Project Ido. 1O1015
013300-fi
SUBMITTALS
Page 6 of S
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
]8
19
24
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
34
40
41
42
43
44
45
�t6
47
48
49
c
Q
1} "EXCEPTIONS NOTED". This code is assigned when a confirmation of
tf�e notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equiprnent or tnaterial for manufacture;
however, a11 notatians and comments must be incoiporated into the
finai product.
Code 3
1) "EXCEPTrONS NOTED/RESUBMIT". This cornbination of codes is
assigned when notations and comments are extensive enough to rec�uire a
resubmittal of thc �ackage.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments rnust be incorporated into the
final product.
b) This resubmittal is to address al� comments, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
Code 4
1} "NOT APPROVED" is assigt�ed when the submittal does nat meet the
intent of the Contract Docurnents.
a} The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufachu-er/ve�dor
to meet the Contract Documents.
6. Resubmittals
a. Handled in #he same manner as �irst submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
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.
l} All subsequent reviews will be performed at times convenient to the City
and at the Contractar's expense, based on the City's or City
Repres�ntative's then prevailing rates.
2) Provide Cantractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay �n obtaining City's
review of submittals, wi(1 not entitle the Contractor to an extension of Contract
Time.
?. Partial Subtnittals
a. City reserves the right to not review submitta[s deemed partial, at the City's
diseretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resabmitted.
c. The City may at its option pro�vide a Iist or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractar considers any correction indicated on the shop drawings to
constitute a change to tl�e Contracf Docume�ts, then written notice must be
provided thereof to the City at least 7 Ca[endar Days prior to release for
manufacture.
CITY OF FORT WOl2TH
STANDARD CONSTRUCTION SPECIFICATION DOCUIvIENTS
Rcvised Dcccinbcr 20, 2012
Kroger Drive Pl�ase II
Ciry Project No. 101015
013300-7
SUSM�TTALS
Page 7 of 8
I 9. When the shop drawings have been eompleted to the satisfaction of the City, the
2 Contractor may carry out the consttuction in accordat�ce therewikh and no further
3 changes t�erein except upon written instructions from the City.
4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
S following receipi of submittal by the City.
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
Iimited 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 when directed.
M. Quali�catxans
l. If specifically required in other Sections of these Specifications, submit a P.E.
Certiiication for each item reyuired.
N. Request for Information (RFI)
1. Cont�•aetor Request for additional information
a. Clarification or interpretation of the co�atract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Speci�cations
1) Ident[fy the conflict and request clarifcation
2. Use the Request for Information (RFI) farm provic�ed by the City.
21 3. Numbering of RFT
22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "O1" and
23 increasing seyuentially with each additional transmittal.
24 4. Sufficient information shall be attached to permit a written response without further
25 in�ormatinn.
26 S. The City will iog each request and will re�iew the request.
27 a. If review of �he project information request indicates that a change to the
28 Contract Docutnents is required, the City will issue a�'ieid Order or Change
29 Order, as appropriate.
30 1.� SUBMITTALS [NOT USED]
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
32 1.7 CLOSEOUT SUBMITTALS [NOT USED]
33 1.8 MA�NTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
35 1.10 DELYVERY, STORAGE, AND HANDLiNG [NOT USED]
36 1.11 FIELD [SITE] CONDITIONS [NOT USED]
37 11� WARR�NTY [NOT USED]
CiTY OF' FbRT WORTH ICrogcr IIrivc Phasc II
STANDARD CONSTRUCTIO�T SPECiFiCATION DOCLTMENTS City Project No. l O1015
Rcviscd Decembe�• 20, 2012
013300-5
SUBMITTALS
Page 8 of 8
1 PART 2- PRODUCTS [NOT USED]
2 PART 3- EXECUTION [NOT USED]
3 END OF SECTION
4
Revision Log
DATE NAM� SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days madif ed to Calendar i)ays
CITY OF FORT WORTH Kroger I]rive Phasc iT
STANi�AR� CONSTRUCTiON SPECTFTCATIOAI DpCUMENTS City Project No. 1O1015
Revised F�ecember 2Q, 2012
013513-E
SPECIAL PRO.TECT PROCFAURES
Pagc l of 8
1
2
SECTION 0t 3� 13
SPECIAL PROJECT PROCEDURES
3 PART1� GENERAL
4 1.1 SUMMARV
5 A. Sectian Tncludes:
b
7
8
9
10
ll
12
i3
14
15
I6
l7
18
19
1. The procedures for special project circumstances that includes, but is not limited io:
a. Coordination with the Texas Department of Transportation
b. Work near High Voltage Lines
c. Confined Space Entry Progratn
d. Air Pollution Watch Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Depariment Notification
g. Public Notification Prror to Begit�ning Const:ruction
h. Coordination with United 5tates Army Corps of Engineers
i. Coordination within Raiiroad permits areas
j. Dust Control
k. Ernployee Parking
B. Deviations from ihis City of Fort Worth Standard Speciiica�ion
1. Nonc.
20 C. Related Specification Sections include, but are not necessarily tirnited to:
2I 1. Division 0— Bidding Requirements, Contract Forms and Conditions af the Cantract
22 2. Division 1— General Requirements
23 3. Sectian 33 12 25 — Connection to Existin� Water Mains
24 X.2 PRICE AND PAYMENT PROCEDURES
25
25
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Measurement and Payment
I. Coordination within Railraad permit areas
a. Measurement
i) Measurement for this Item will be by lump sum.
b. Payment
1) The work performed and materials furnis�ed in accordance with this Item
witl be paid for at the lurttp sum price bid for Railroad Coordination.
c. The price bid shall include:
1) Mobilization
2} Inspection
3) Safety training
4) AdditionalInsurance
5) Insurance Certificates
6) Other requirements associated with general coordination with RaiIroad,
including additional employees required ta protect the right-of-way and
property of tlie Railroad from damage arising out of and/or from the
constniciion of the Project.
2. Railroad Flagmen
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCCTMEAITS
Revised December 2Q 2012
Krogcr brivc Phasc U
City Project No. i 01415
0[3513-2
SP�.CIAL PR07ECT PROCEI7LTRES
Page 2 of 8
1
2
3
4
5
6
7
8
9
ia
tt
l2
13
a. Measurement
1) Measurement for this Item will be per working day.
b. Payment
1) The work performed and materials furnished in accordance with this Item
wi11 be paid for each working day that Railroad Flagrnen are present at the
Site.
c. The price bid shall include:
1) Coordination for scheduling flagmen
Z) Flagmen
3) Other requirements associated with Railroad
3. Al] other itez�r�s
a. Work associated with these Items is considered subsidiary to t�e various Iterns
bid. No separate payment will be allowed for ihis Item.
t 4 1.3 REFERENCES
l S A. Reference Standards
16 1. Reference standards cited in khis �pecificaiion refer to t�e current reference
l7 standard published at the time of the latest revision date logged at the end of this
t S Specification, unless a date is specifically cited.
19 2. Healtli and Safety Code, Title 9. Safety, Subtitle A. Puhlic Safety, Chapter 752.
20 High Voltage Overhead Lines.
2� 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
22 Specifica#ion
23 1.4 ADMINISTRATiVE R�QUiREMENTS
24 A. Coordination with the Texas Department of Transportation
25
26
27
28
29
30
31
32
W�en work in the right-of-way which is under the jurisdiction of the Texas
Department of Transportation (TxDOT):
a. Notify the Texas Department of Transportation prior to commencing any work
therein in accordance with the provisions of the per�nit
b. Al� work performed in the TxDOT right-of-way shalI be performed in
co�pliance witk� and subject to approval from the Texas Deparhx�ent of
Transportation
B. Work near High Voltage Lines
33 1. Regulatory Requirements
34 a. All Work near High Voltage Lines (more tha� 600 volts measured between
35 conductors or between a canductor and the ground) shall Ue in accordance with
36 Health and Safety Code, Tit�e 9, Subtitle A, Chapter 752.
37 2, Warning sign
38 a. Pro�ide sign of sufficient size meeting ail OSHA requirements.
39 3. Equipment operating within 10 feet of high voltage lines will require the following
40 safety features
41 a. Insuiating cage-type of guard abaut the boom or arm
42 b. Insuiatar ]inks nn the lift hook connections for back hoes or dippers
43 c. Equipment must meet the safery requirements as set farth by OSHA and the
44 safery requirert�ents of the owner of the hagh voltage lines
45 4. Work witk�in 6 feet of high voltage electric Iines
CiTY OF FQRT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTIOAT SPECIFICATION DOCUMENTS City Project No. 101015
Revised Deccmber 20, 2012
013513=3
SPECIAL PE701ECT PROCED�[JRES
Page 3 of S
1
2
3
4
5
6
7
8
9
1Q
11
12
13
14
15
16
l7
18
19
20
21
22
23
24
25
26
27
28
29
3U
31
32
33
34
35
36
37
38
39
4p
4l
42
43
44
45
a. Notif cation shall be given ta:
1) The power company (example: ONCOR)
a) Maintain an accurate lag of all such calls to pawer company and recard
action #aken in each case.
b. Coos-dinaYion with power company
1) After notification coordinate with the power company to:
a) Erect temporary rnechanical barriers, de-energize the lines, or raise or
lower the lines
c. No personnel may work within 6%et of a high voitage line before the above
i•equirements �ave been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requiretnents.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordattce with OSHA's Permit Required for
Confined 5paces
D. Air Pollution Watch Days
1
2.
General
a. Observe the following guidelines relating to working on City construction sites
on days designated as "AIR POLLUTION WATCH DAYS".
b. Typical Ozone Season
l) May j through October 31.
c. Critieal Emission Time .
i) 6:00 a.m. to 10:0� a.m.
Watch Days
a. The Texas Commission on Environmental Quality (TCEQ}, in coordination
with the National Weather Service, will issue the Air Pollution Watc1� by 3:00
p.m. on the afternoon prior to the WATCH day.
b. Requirements
1) Begin work after I0:00 a.m. whenever construction phasing requires the
use of motorized equipment far periads in excess of 1 hnnr.
2) However, the Contractor may begin work prior to 10:00 a.m. if
a) Use of motorized eq�pment is less tl�an I 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
atternative fuels such as CNG.
E. TCEQ Air Per�mit
1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
F. Use of Explosives, Drop Weight, Etc.
l. When Contt-act Documents pertnit on the project the following will apply:
a. Public Notification
�) Submit natice to Ciry and praof of adequate insuranc� coverage, 24 hours
prior to commencing.
2) Minimuzn 24 hour public noti�cation in accnrdance with Section O1 31 13
46 G. Water Department CoQrdination
CIT'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS
Rcviscd Dcccm�cr 20, 2012
Kroger brive Phase II
City Project No. 101015
U13513-4
5PECIAL PROJECT PRaCEDURES
Pagc 4 of S
1 l. During the construction of this project, it wili be necessary to deactivate, for a
2 period of time, existing lines. The Contractor shall be required to coordinate with
3 the Water Department to determine the best titnes for deactivating and activating
4 tnose lines.
5 2. Coordinate any evettt that wii] require connecting to or the operation oian existing
6 City water line system with the City's representative.
7 a. Coordination shall be in aecordance with Section 33 12 25.
8 b. If needed, obtain a hydrant water meter frotn the Water Department for use
9 during the li�e of narr�ed project.
10 c. In the event that a water valve on an existing live system be turned off and on
11 to accat�modate the construction of the project is requir�d, coardinate this
12 activity through the appropriate City representative,
13 1) Do not operate water line �alves of existing water system.
14 a} Failure to comply will render the Contractor in violation of Texas Penal
15 C�de Title 7, Chapter 2$.03 (Criminal Mischie fl and the Contractor
16 wsl] be prasecuted to the full extent of the law.
17 b) in addition, the Cantractor will assume a111iabilities and
18 responsibilities as a result of these actions.
19 H, Public Notificatian Prior to Beginning Construction
20 l. Prior to beginning canstruction on any block in the project, on a block by block
21 basis, prepare and deliver a noticc or flyer of the pending construction to the front
22 door of each residence or business that will be impacted by construction. The notice
23 shall be prepared as follows:
24 a. Post notice or flyer 7 days prior to beginning any construction activity on each
25 block in the project area.
26 I) Prepare flyer on the Contractor's leiterhead and include the follov�ng
27 information:
28
29
30
31
32
33
34
3S
36
37
38
39
40
4l
a} Name of Project
b} City Project No (CPN}
c} Scope of Project (i.e. type of cons#ruction activity)
d} Actual construation duratian within the block
e) Name of ihe contractor's forerrzan and phone nnmber
� Nat�ne of the City's inspector and phone number
g} City's after-hours phone number
2) A sample of the `pre-construction notification' flyer is attached as Exhi6it
A.
3) Submit schedule showing thc consCrucCion sCart and finish tirr�e for each
hlock of the project to the inspector.
4) Deliver flyer to the City Tnspector for review prior to distribution.
b. No construction will be allowed to be�in on any block until the flyer is
delivered to al1 residents of the black.
42 i. Public Notification of Temporary Water Service Intet-rExption during Canstruction
43 1. In the event it becomes necessary to temporarily shut down water service to
44 residents or businesses during construction, prepare and deliver a notice or flyer of
45 t1�e pending interruption to the front door of each affected resident,
46 2. Prepared notice as follows:
47 a. The notification or flyer shall be posted 24 hours prior to the temporary
48 interruption.
CITY OF FORT WORTH Ktoger Drive Phase II
STANBARD CONSTRUCT[ON SPECIFICATIdN DOCUMENTS Ci[y Prujcck �10. 101015
Rcviscd Dcccmbcr 20, 2012
0135 E3-5
SPECIAL PROJECT PROCEbURE5
Page 5 of $
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3l
32
33
34
35
36
37
38
39
40
41
42
43
�4
b
c.
d.
e.
f.
Prepare flyer on the contraetor's letterhead and include the foliowing
information:
1) Name of the project
2) City Projeci Number
3) Date of the interruption of service
4} Period the irtterruption will take place
5} Name of the contractor's fo�-eman and phone number
6) Name of the City's inspector and phone number
A sample of the temporary water service interruption notifcation is attached as
Exhibit B.
Deliver a copy of the temporary interruption notification to the City inspector
for review prior to i�eing disYributed.
No interruption of water service can occtu• until the flyer has been delivered to
all affected residents and i�usinesses.
Electronic versions of the sample flyers can be obtained from the Project
Construction Tnspector.
J. Cootdination with United States Army Corps of Engine�rs (U5ACE}
1. At locations in the Project where construction activities occur in areas where
U5ACE permits are required, meet all requirements set forth in each designated
permii.
K. Caordinatiox� �wvithi� Railroad Perrnit Areas
l. At locations in the project where construction activi�ies occur in areas where
railroad permits are required, meet all requirements set forth in each designated
railroad permit. This includes, but is not lirraited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
£ Other employees required to protect the right-of-way and property of the
Railroad Co[�pan�+ frotn damage arising out of and/or from the construction of
the project. Froper utitity clearance procedures shall be used in accardance
with the permit guidelines.
2. Obtai�a any suppleme�tal infornraation needed to comply with the railroad's
requirements.
3. Railroad FIagmen
a. Spbtxiit receipts ta City far verification of working days that railroad flagmen
were present on Site.
L. Dust Control
1. Use acceptable measures Co control dust at the 5ite.
a. Tf water is used to controi dust, capture and properly dispose af waste water.
b. If we# saw cutting is performed, capture and properly dispose of slurry.
M. Employee Parking
i. Provide parking for employees at locations approved by the City.
CiTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION T)OCiTMENTS
Revised December 20, 2012
Kroger drive Phase II
City Project No. 1410L5
O1 35 L3 - 6
SP�CIAL PR07�CT PROCL,DiiRES
Pagc 6 of 8
1 1.5 SUBMiTTALS [NOT USED]
2 l.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NaT USED]
4 l.8 MATNTENANCE MATERIAL SUBMiTTALS [N�T USED]
S 1.9 QUALITY ASSURANCE [NOT USED]
6 1.1Q DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FiELD [SITE] CONDITIONS [NOT U5ED]
8 1.12 WARRANTY [NOT USED]
9 PART 2� PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NQT USED]
fl
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.4.B — Added requirement of complianca with Health and Safety Codc, Title 9.
813 1120 1 2 D. 7ohnson Safety, Subtitle A. Puhlic Safety, Chapter 752. High Voltage Overhead Lines.
1,4.E — Added Co�tractor responsihility for obtainiag a TCEQ Air Permit
13
CITY OF FORT WORTH Krager Dtive Phase II
STAt1DAA� CONSTRUCTION SPECIFTCATION 3�OCUMENTS Ciry Project No. [ Ot 01 S
Revised �ecember 20, 2012
O1 3513-7
SPECIAL PRO.TECT PROCEDURES
Pa�e 7 af 8
l
2
3
4
5
6
7
s
9
�o
II
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
EXHiSiT A
(To be printed on Contractor's Letterhead)
- - -
, �
�
� 1 � I�
�
i,
,
ibl� I� T� iiV�OR�iN YOU �'HA� �Ii���R A CBP��RAC f 1�lI�H �H� CI�Y O� FORT
lfl1�I�TH, OUR C�MPAPlY WILL Fl4�O�FZ OP� UTILITY LIPl�S OW O!� �eROIJN� YOUR
�RO��RiI(.
GOIVST�UCiION L�ILL BEt"sIA� APPROXI�VIATI�LY S�1lFR� nAYS �aOR� Tb� DAT�
OF TbIS Pl��IC�.
f� Y8U Hr41/� @U�S�I�AES AB�U� ACCE,SS, SECURITY, SAFEiY OR �RlY �Tbl�Ft
ISSU�,, P�I��S� CA��:
f9Ar. [CONTRAGTOR�S SUPERINTEFVDENT� �T <TELEPHONE NO.�
.�
��. C�ITY INSPECTOR> l4� < TELEPHON� NO.�
AFT�� 4:30 PII� C}R QN l�VEEKER�DS, PLEASi� GALL (897} 392 �306
PLEASE KEEP TH15 FLYER HANDY WHEN YOU CALL
CiTY 4F FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT5
Rcviscd Dcccmbcr 20, 2a12
Kroger Drive Phase II
City Project Na. 101015
013513-8
SPECIAL PROTECT FROCEDURES
Page 8 of S
0
2
EXHIBIT B
�O�`T �OI�TI�
�:
��� ��. �
�� �:
���� �� '�����t� ��►'�`�� 5�����
Y����������
Di7E TO UTILITX IMPRbV�MF.NTS 41Y YOiJR I�TEICI�B(?RHOOD, 'YOi3R
VVA'['ER SFRV[CE WiLL BE INTEI�RiJPTED OTV
BETWEF.N THE 1�OUR3 QF ANI3
IF YOIJ HAVE QUESTi01�[S ABQ[T"I' THIS $HC1'I'-OiTT, PL.EASE CALI�:
MR. AT
(COlY7'RACTQRS SUf'E12INTE,NbE1�iT) (TC:�.C� 1'HOTSE NIIMBER)
OR
TVIR. AT
{CIi1C INSPECTOR) (TELEPHONE NUMBER)
Tlii$ INCOIVVEIlIFNCE WILL 13E .A$ SFibR'T AS YOSSIBLE.
T�IANK YOTJ,
CflPiTRAC'1'OR
3 __. w____- __ - -- - --.
4
CiTY OF FOKT WORTI-T Kroger Drivc Phasc II
STANDARD CO�iSTRUCTION SPECIFICATI03� DOCUMENTS City Project No. ] O I Ol5
Aevised Dccember 20, 2012
O1 45 23
TESTING AND iNSPE('TiON 5�RVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City repr�sentatives via ernail of submittal posting.
3) Hard Copies
a} 1 copy for all submittals submitted ta the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a} Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a} Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets far each deli�et'ed load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection ar lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.� SUBMITTALS [NOT [1SED]
1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED]
l.i CLOSEOUT SUBMITTALS [NOT L1SED�
1.8 MAINTENANCE MATERIAL SUEMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT CISED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END QF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magana aemoved reference to Buzzsaw and noted that electronic submittals be upioaded
thruugh the City's document management system.
CITY OF FORT WORTH [Inseit Project Name]
STANDARD CONSTRjJCTIOM SP�CITICATION DOCLIMENTS [Inse�t Project Number]
Revised March 9, 2020
O1 50 00 - I
TEMPORARY ['ACILITI�S AND CONTROLS
Page 1 of 4
I
2
SECTION Ol �0 00
TEMPORARY FACILITIE5 AND CONTROLS
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
S
9
10
11
12
13
14
IS
16
17
A. Section Includes:
1. Provide temporary facilities and conirols needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of �ort Worth Standard 5pecification
l. None.
C. Related Speeification Sections include, but are not necessarily limited to:
i. Division 0— Bidding Requirements, Contract Forms and Condiiians of the Contract
2. Division ] — General Requirements
18 1.3. PRICE AND PAYMENT PROCEDURES
19 A. Mease�rement and Fayment
20 1. Work associated with this Itern is considered subsidiary to the various Items bid.
21 No separate payment �vi1Z be ailowed for this Item.
22 1.3 REFERENCES [NOT USED�
23 1.4 ADMiNiSTRATIVE REQUiREMENTS
24
25
26
27
28
29
3U
31
32
33
34
35
36
37
38
39
40
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrange�nents with utility service companies far ternparary services.
b. Abide Uy rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utiIity service costs untii Work is approved for Final
Acceptance.
I) Included are fizel, power, light, heat and other utility services necessary for
execution, completion, testing and initial opei-ation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and %r specified tests of piping, equipment, devices or other use as
required for the cornpletion of the Work.
b. Provide and maintain adequate supply of �otable water for domestic
consumption by Contractor persor�nel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcviscd July 1, 2011
Kroger Drive Phase II
Ciry Projcct No. 1010l5
01 5000-2
TEMPORARY FACILITIES AN� CONTROLS
Page 2 of 4
1
2
3
4
5
6
7
8
9
10
11
iz
l3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
�]
d. Contractor Payment for Construction Water
1) Obtartn construciion water meter from City for paymet►t as bi�led by City's
established rates.
3. Electricity and Lighting
a. Frovide and pay for electric powered service as required for Work, including
testin� of Work. .
1} Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generatar to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personne]
and others perfonning work ar furnishing services at 5ite.
5. Temporary Heat and Ventilat�on
a. Provide ter�porary heat as necessary for protection or cornp�etion of Work.
U. Provide temporary heat and ventilation to assure safe wor�ing conditions.
B. Sanitary �'acilities
Provide and rnaintain sanitary facilities far persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personncl at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be alIowed from these facilities.
c. Collect and store sewage a�d waste so as not to cause nuisance or health
problem.
d. Haul sewage and �,vaste a�f-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughou� Project.
4. Remove faciliYies at cornpletion of Project
C. Storage Shcds and Buildings
l. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptibic to weather damage.
2. Starage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store rnaterials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with loekable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as nccessary ko provide storage
environments acceptable to specified manufactarers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
42 D. Teinporary Fencing
43 1. Provide and maintain for the duration or construction when requircd in contract
44 documents
45 E. Dust Cantrol
C[TY OF FORT WORTEI
STANDARD CONSTRUCTION 3PECiFICATI0�1 DOCUMENTS
Rcviscd 7uly 1, 2011
I�roger Drive Phase I�
Cify Project 1V�o. 101015
015000-3
TEMPORARY FACILITIE3 AND CONTROLS
Pagc 3 of 4
1 1. Contractor is responsible for maintaining dust control t�rougY� the duration of the
2 proj ect.
3 a. Contractor remain5 on-call at all times
4 b. Must respond in a timely manner
5 F. Temporary Protection of Construction
6 1. Contracior or subcontractors are responsible £or protecting Work from damage due
7 to weather.
8 1.� SUBMITTALS [NOT USED]
9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT U5ED�
10 i.7 CLOSEOUT SUBMITTALS [NOT USEDj
11 X.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED�
12 �.4 QUAL�TY ASSURANCE [NOT USED]
I3 1.10 DELIVERY, STORAGE, AND HANDL(NG [NOT USED)
14 111 FIELD [SITE� CONDITIONS [NOT USED]
i5 1.12 WARRANTY [NOT USED]
16 PART 2- PRODUCTS [NOT USED]
17 PART 3- EXECUTION [NOT USED]
1 S 3.1 INSTALLERS [NOT USEDj
19 3.� EXAMINATION [NOT USED]
20 3.3 PREPARATION [NOT USED]
21 3.4 INSTALLATION
22 A. Ternporaiy Facilities
23 1. Maintafn a11 temporary facilities for duration of construction activities as needed.
24 3.S [REPAIR] / [RESTORATION]
25 3.6 RE-INSTALLATION
26 3.7 FIELD �c��] SITE QUALiTY CONTROL [NOT USED]
27 3.� SY5TEM STARTUP [NOT USED]
28 3.9 ADJUSTING [NOT USED]
29 3.10 CLEANING �NOT USED]
34 311 CLOSEOUT ACTIVITIES
3i A. TerrzporaryFacilities
C[TY OF FOKT WORTH
STANDARD COi+ISTRUCTION SPECCFICATIOI�3 DOCUMENTS
Revised 7uly 1, 2DI 1
Krogcr Drive Phasc II
City Project No. 10 i O 15
O1 SD00-4
TEMPORARY PACILITIES AND CONTROL5
Page 4 of 4
1 1, Remove all temporary facilities and restore area after completion of the Work, to a
2 condition equal to or better than prior to start of Work.
3 3.12 PROTECTION [NOT USED]
4 3.13 MAiNTENANCE [NOT USED]
5 3.14 ATTACHMENTS [NOT USED]
6 END OF SECTION
Reeision Log
DATE NAME SUMMARY OF C3-IANGE
CITY OF FQRT WORTH Kroger [li�ivc Phasc II
5TANDARD CONSTRUCTION SPECIFiCATTON AOCUMENTS City Project No. 1Q1015
Revised .iuly l, 201 L
01 55 2G - 1
57'IZEET �JSE PEIiMiT AND MODiFICATIONS TO TRAFFiC CONTRDL
Page 1 of 3
1
2
SECTION O1 5� �6
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART1- GENERAL
4 1.1 SUMMARY
S
6
7
8
9
ia
11
A. Section Tncludes:
1. Administrative procedures for:
a. 5treet Use Permit
b. Modi�cation of approved traffic cont�rol
c. Removal of Street Signs
B. Deviatiot�s from this City of Fort Worth Standard Specification
1. None.
12 C. Reiated Specification Sections includc, but are not necessarily limited to:
13 1. Division 0— Bidding Requirernents, Coatract For�x►s and Conditions of the Contract
14 2, Division 1— Generat Requirernents
15 3. Section 34 71 13 — Traffic Control
16 1.2 PRTCE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 I. Work associated with this Tterri is considered subsidiary to Che various Items bid.
19 No separate payment will be allowed far tliis Item.
20 l.3 REFERENCES
21 A. Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 publisI�ed at the time of the latest revision date logged at the end of this
24 speci�caiion, unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27
28
29
30
31
32
33
34
A. Traf�c Control
1. General
a. When tra�fic control plans are included in the Drawings, provide Trafftc
Control it� accordance with Drawings and Scction 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare t�-afiic
control plans in accordance with Sectian 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Cantrol.
35 B. Street Use Permii
36 1. Prior to installation of Traffic Contral, a CiLy Street Use Permit is required.
37 a. To abtain Street Use Pertnit, subrnit Traffic Control Plans to City
38 Transportation and Pub�ic Works Department.
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CON5TRUCTION SPECIFICATION DOCLTMENTS City Project No. 101015
Rcvised 7uly 1, 2011
o� ssz�-z
STTtEET IJSF PERMIT A3VD IVIODIPICATIONS TO TRAFFIC COI�TROL
Page 2 of 3
►
c
4
5
6
7
8
9
l0
11
12
13
14
15
16
l7
18
19
20
21
22
23
24
25
1) A11ow a minimum of 5 warking days for permit review.
2) Contractor's responsibility to coordinate review of Traffc Control plans for
Street Use Permit, such that construction is not dela�ed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Sectiot� 34 7l l3.
2) Allow minimum S 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. Removal of Street Sign
I. if it is determined that a street sign must be remo�ed for constiuction, then contact
City Transportation and Public Works Department, Signs and Markings Divisior� to
remove the sign.
E. Temporary Signage
1, In the case of regulatary signs, replace permanent sign with ternporary sign meetin�
requirements of the latest edition of the Texas Manual on Unifor�n Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign,
3. Wlien consiruction is complete, to the extent that the permanen# sign can he
reinstalled, contact tt�e City Transportation and Public Warks Department, Signs
and Mar�Cings Di�ision, to reinstall the pennanent sign.
F. Traffic Control Standards
1. Traffic Control Stattdards can be found on the City's Buzzsaw websitc.
26 1.5 SUBM�TTALS [NOT USED]
27 1.b ACT�ON SUBMITTALSIINFORMATIONAL SUSMITTALS [NOT USED]
28 1.7 CLOSEOUT SUBMITTALS [NOT USEDJ
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE [NOT USED]
31 110 DELIVERY, STORAGE, AND HANDLiNG �NOT USED]
�
33
1.l I FIELD [SiTE] CONDITiONS [NOT USED]
1.1� WARRANTY [NOT USED]
34 PART � - PRODUCTS [NOT USED]
35 PART 3- EXECUTiON �NOT USED]
36
END OF SECTrON
CI1"P OF FQRT' WORTH Kroger Drive Phase Ii
STAIVDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeck No. 101015
Revised 7uly l, 201 l
015526-3
STREET USE PERZvIIT AND MODIFICATIONS TO TRAk�FIC CONTROL
Pagc 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Krogcr Drive Phasc II
STANDARD GONSTRUCTIOi+I SPECTFiCATION DOCUMENTS City �roject No. 1 p l0l 5
Revised 7uly 1, 2011
0] 5713- ]
5TORM WATER POLLUTION PREVENTION
Page 1 of 3
1 SECTION Ol Si 13
2 STORM WATER POLLUTION PREVENTION
3 PARTI- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Procedures for Storm Water Pollution Prevention �ians
7 B. Deviations irom this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Speci�caiion Sections includc, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Cantract Forms and Conditions of the
11 Contract
12 2. Divisio�a 1— General Requirements
13 3. Sectian 31 25 00 — Erosion and Sediment Control
14 1.�. PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Conshuction Activities resulting in less than 1 acre of disturbance
17 a. Work associated with this Item is eonsidered subsidiary to ihe various Items
18 bid. No separate paytnent will be allowed far this Item.
I9 2. Construction Activities resulking in greater than l. acre of disturbance
20 a. Measurement and Payment shall be in accordance with �ection 31 25 00.
21 1.3 REFERENCES
22 A. Abbx'eviations and Acronyms
23 1. Notice of intent: NOI �
24 2. Notice of Termination: NOT
25 3. 5torm Water Poltution Prevention Plan; S`hIPPP
26 4. Texas Commission on Environmental Quality: TCEQ
27 5. Notiee of Change: NOC
28 A. Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revisiot� date logged at the end of this
3I Specificatior�, unless a date is speciiically cited.
32 2. Integrated Storm Management (iSWM) Technical Manua] for Constt-uction
33 Controls
34 1.4 ADMiNiSTRATIVE REQUIREMENTS
35 A. General
36 1. Contractor is responsible for resalution a�d paytnent of any fines issued associated
37 with compliance to Stormwatcr Pollution Prevention Plan.
CITY OF FORT WQRTH Kroger Urive Phase I[
STANDARD C�hISTRUCTION SPECIFICATION DOCFTMENTS Cily Project No. 101015
Revised July i, 201 1
015713-2
STORM WATER POI.LUTiON PREVENTION
Page 2 of 3
B, Construction Activities resulting in:
2
3
4
5
b
7
8
9
l0
11
l2
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�4
35
36
37
38
39
l. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accor�ance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Disc�arge Elimination Systcm (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ r�quirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR 150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City De�artment of
Transportation and Public Works, Et�vixnnmenta] Division, (817) 392-
6088.
2} Pravide erosion and sedimcnt control in accordance with:
a) Section 3l 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or �noce of Disturbance
a. Texas Pollutant Discharge EliminaCion 5ystem (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Pregare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) 5end copy to City Departtnent of Transportation and Publie Works,
Environmenta� Division, (817} 392-6088.
2) TCEQ Notice of Change required if making changes ar updates to NOT
3) Provide erosion and sediment conErol in accordance with:
a) Sectian 31 25 00
b) The Drawings
c} TXR150000 General Perm�t
d) sw��p
e} TCEQ requirements
4) Once t�e project has hecn completed and all the closeout requirements o�
TCEQ have been tnet a TCEQ Natice of Termination can be submitted.
a} Send copy to City Department of Transportation and Public Works,
Environmental Division, ($17} 392-6088.
40 1.� 5UBMITTALS
4l
42
43
44
45
46
47
A. SWPPP
1. Submit in accordance with Section O1 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a ciraft copy of SWPPP to the City
as follows:
1} 1 copy to the City Project Manager
a) City Praject Managcr will forward to the City Departrnent of
Transportation and Public Works, Environmental Division for review
48 B. Modified SWPPP
CITY OP PORT WORTH
STANDARD C�N�TRUCTION SPECIFICATION D4CUMENT5
Revised 7uly 1, 2011
Krogcr biive Phasa II
City Proj ect No. 101015
0157i3-3
STORM WATER PDLLUTION PI2EVENTION
Page 3 of 3
1 i. Tf the SWPPP is revised during consttuction, resubmit modified SWPPP to the City
2 in accordance with 5ection OI 33 00.
3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [N�T USED]
4 i.'� CLOSEOUT �UBMITTALS (NOT USED]
5 1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED]
6 1.9 QUALITY ASSURANCE [NOT USED]
7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
8 LI1 FIELD [SITE] CONDITIONS [NOT USED]
9 1.12 WARR.ANTY [NOT USED]
10 PART 2- PRODUCTS [NOT USED]
11 PART 3- EXECUTION [NOT USED]
12
i3
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
14
CITY OF FORT WORTH Kroger Drive Phase IT
STANDARb CONSTRUCTTOTi 5PECIFICATION DOCUMENTS City Pro}ect No. 1 D1015
Revised July 1, 20E 1 — — -
015813-1
TEMPQRARY PROJECT SIGNAGE
Pagc 1 of 3
1
2
3 PARTZ- GENERAL
4 �1 SUMMARY
SECTiON O1 58 13
TEMPORARY PROJECT SIGNAGE
5 A. Section includes:
6 1. Temporary Praject Signage Requirements
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Speciiication 5ections include, but arc not necessarily limited to:
10 l. DYvtsion 0— Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1— General Requirements
12 1.� PRICE AND PAYMENT PROCEDURES
I 3 A. Measuremenf and Paymer�t
14 1. Work associated with this Item is considered subsidiary to the various items bid.
i 5 No separate payment will be aliowed for this Item.
16 1.3 REFERENCES �NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
18 1.5 SUBMITTALS [NOT USED]
19 1.G ACTION SUBMITTALS/INFORMATIONAL SUBM�TTALS [NOT USED]
20 l.i CLOSEOUT SUBMITTALS [NOT USED]
2 i 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
22 1.9 QUALITY ASSURANCE �NOT USED]
23 1.10 DELiVERY, STORAGE, AND HANDLING [NOT USED]
24 1.11 FIELD [SITE] CONDITIONS [NOT USED]
25 112 WARRANTY [NOT USED]
26 PART 2 - PRODUCTS
27 �.1 OWNER-FURNISHED [oa] OWNER-SUPPL�EDPRODUCTS [NOT USED]
28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
29 A. Design Criteria
30 1. Provide free standing ProjecY Designation Sign in accordance with City's Standard
31 Details for project signs.
CITY OF FORT WORTH Kroger Drive Phase IT
STANDARD CONSTRUCTIDN SPECIFICATION DOCUMENTS City Project No. 1D1015
Revised .Tuly 1, 2011
015813-2
TEMPORARY PR07ECT SIGNAGE
Page 2 of 3
1 B. Materials
2 1. Sign
3 a. Constructed of 3/a-inch fir plywood, grade A-C {exterior} or better
4 2.3 ACCESSORIES [NOT USED]
5 2.4 SOURCE QUALITY CONTROL [NOT USED]
6 PART 3 - EXECUTION
7 3.1 INSTALLERS [NOT USED]
8 3.2 EXAMINATION [NOT USED]
4 3.3 PREPARATION [NOT USED]
10 3,4 INSTALLATION
1 i A. General
12 l. Provide vertical installatlon at extents af prnject.
13 2. Relocate sign as n�eded, upon request of the City.
14 B. Mounting options
15 a. Skids
16 b. Posts
17 c. �3arricade
1 S 3.5 REPAIR / RESTORATION �NOT USED]
19 3.b RE-INSTALLATIQN [NOT USED]
20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED�
21 3.8 SYSTEM STARTUP [N�T USED]
22 3.9 ADJUSTING (NOT USED]
23 3.10 CLEANING [NOT USED]
24 3.11 CLOSEOUT ACTTVITIES [NOT USED]
25 3.12 PROTECTiON [NOT USED]
26 3.13 MAINTENANCE
27 A. General
28 1. Ma�ntenance wiEl include painting and repairs as needed or directed by the City.
29 3.14 ATTACHMENTS [NOT USED]
30 END OF SECTION
31
CiTY OF FORT WORTH
STANDARD CONSTRUCTIOM SPFCCFCCATION DOCUII�fENTS
Rc�iscd duly 1, 20l 1
Kroger Drive Phase Ii
City Project No. 101015
015813-3
T�MPORARY PRQJECT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY O[' FORT WORTH Kroger Drivc Phasc II
STANDARD CONSTRUCTION SPECIFICATiQiV DpCUMENTS City Project No. E p] 015
Revised July l, 201 l
01 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
sECTroN oi bo 00
PRODUCT REQUIREMENTS
PARTI- GENERAL
1.1 SUMMARY
A. Section IncIudes:
1. References for Produci Requirements and City Standard Products List
B. Deviations from this Ciry of Fort Worth 5tandard Specif cation
1. None.
C. Related Specification Scctions include, but are not necessarily limited to:
1. Division 0-- Bidding Requirements, Cot�tract Forms and Conditions of Che Contract
2. Division 1— General Requirements
1.� PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES �NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of Ci#y approved produc#s for use is avaiiable through ihe City's website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following t�e directory path;
02 - Construction Docume�ts/Standard Products List
B. Only products specifically included on City's Standard Product List in these Contract
Documents sha11 be allowed for use on the Project.
1. Any subsequently approved products wi�l onIy be allowec� for use upon specifc
approval by the City.
C. Any specific producE requirements in the Contract Documents supersede similar
products included on the City's Standard Prodeact List.
1. The City reserves the right to nat allow products Co be used for certain projects even
though the product is listed on the City's Standard Product List.
D. Although a specific product is included on City's Standard Product Lisi, not all
products from that rnanufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
E. See Section Ol 33 00 for submittal requiire�tnents of Product Data included on City's
Standard Product List.
1.� SUBMITTALS [NOT USED]
1.6 ACTION SUBMTTTALSI�NFORMATIONAL SUBMITTALS �NOT USED)
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MA�NTENANCE MATERIAL SUBMITTAT,S [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
C1TY OF FOR'I' WORTH [Insert Project �Iame]
STANDARD CONSTRUCT[�N SPECI�'TCATTOI� DOCUM�NTS [Inse�t Prnject IVumber]
Revised March 9, 2020
oi �o oa
PR017UCT REQUiREMENTS
Page 2 of 2
l.10 DELIVERY, STORAGE, AND HANDLING [NOT USED�
Lll FIELD [SITE] CONDITIONS [NOT USED]
1.1� WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT U�ED�
END OF SECTION
Revision Log
DATE NAME SUMMARY QF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product LisC
3/9/2024 D.V. ivlagana �emoved reference to Buzzsaw and noted that the City approved products list is
accessible tl�rough the Ciry's website.
CiTY OF FORT WORTH [Tnsert Project Name]
STANDARD CONSTRUCTION SPECIFICATIOIV BUCIJivi�idTS [Insert Project Number]
Revised March 9, 2020
ois600-i
PRODUCT STORAGE AND HANDLING REQYIIREMFNTS
Page 1 of4
1
2
SECTION 41 66 DO
PRODUCT STORAGE AND HANDLING REQUIREMENTS
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16 1.2
r�
18
19
24 l .3
A. Section Includes:
1. Scheduling of product delivery
2. Packaging ofproducts for delivery
3. Protection ofproducts against damage from:
a. Handling
b. Exposure to elements o�' harsh environments
B. Deviations from this City of Fort Wort� Standard Specification
1. None.
C. Related Sp�cification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Coniract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measuretnent and Payrnent
1. Work associated with this Item is cansidered subsidiary io the various Items bid.
No separate payment will be allowed for this Ytem.
REFERENCES �NOT USED]
2l 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED�
22 1.5 SCJSMITTALS [NOT USED]
23 1.6 ACTION SUBMiTTALS/INFORMATI�NAL SUBMITTALS [NOT USED]
24 l.i CLOSEOUT SUBMITTALS [NOT USED]
25 1.8 MAINTENANCE MATERIAL SUBMITTALS [N�T USED]
26 1.9 QUALITY ASSURANCE [NOT USED]
27 110 DELIVERY AND HANDLING
zs
29
30
31
32
33
A. Delivery Requirements
1. Schednle delivery ofproducts or equipment as required to allow timely instal1ation
and to avoid prolonged storage.
2. Provide appropriate personnel and eyuipment to 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 aF PORT WORTH Krogcr Drive Phasc I[
STANDARD CON5TRUCTION SPECIFICATipN DOCUMENTS City Project No. ] O I Ol5
Rcviscd July l, 2011
01 6G 00 - 2
PROI]UCT STORAGE. AND HANDLMG I2EQUIREMEI�ITS
Page 2 of 4
l 4. Deliver products or equipment in manufacturer's original unbroken cartons or other
2 containers designed and constructed to protect the contents from physical or
3 enviror�rmental damage.
4 5. Clearly and fii11y mark and i�entify as to manufacturer, item and installation
5 location.
6 6. Provide manufacturer's instructions for storage and handlit�g.
7 B. Handling Requirett�ents
8 1. Handle products ar equiprnent in accordance with these Contract Documents and
9 manufacturer's recommendations and instructions.
ia
11
12
13
14
15
l6
17
18
l9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
C. Storage Requirements
l. Store materials in accordance with manufacturer's recornmendations and
requirernex�ts of these Specifications,
2. Make necessary pravisions for safe starage ofmaterials and equipment.
a. Place loose soil materials and materials to be ix�corporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
a11 times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that wil[
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and accupants.
a. Arrange storage to provide easy access %r inspection.
4. Restrict storage to areas available on cotastracYion sife for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off site storage and protecCion when an-site storage is not adequate.
a. Pro�ide addresses of and access ta off-site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass ptots or other private property for storage purposes without
written permission of owner or other person in passession or control of premises.
7
8
9.
ia
Store in manufacturers' unopened containers.
Neatly, safely and compactly stack materials deli�ered and stor�d alon� line of
Woz-k to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from iire hydrant.
Keep pubiic and private driveways and street crossings open.
Repair or replace dama�ed lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
or�e tinrie �s i,000 linear feek, unlcss otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH
S'E'ANDARI] CONSTRUCTTCIN SPECTFICATION DOCUMENTS
Revised 7nly 1, 201 �
Kroger llrive Phase II
City Project No. 101015
Oi66p0-3
PItODUCT STORAGB AND HANDLING R�QIJIREMENTS
Pagc 3 of 4
1 1.11 FIELD [SITE] CONDiTIONS [NOT USED�
2 1.1� WARRANTY [NOT USED]
3 PART 2� PRODUCTS [NOT USED]
4 PART 3 - EXECUTiON
5
b
7
8
9
l0
11
3.1 INSTALLERS [NOT USED]
3.2 EXAMiNATION �NOT IISED]
3.3 PREPARATION [NOT U�SED]
3.4 ERECTION [NOT USED]
3.S REPAIR / RESTORATION [NOT USED]
3.6 RE�INSTALLATION [NOT USED�
3.7 FIELD �oR] SITE QUALYTY CONTROL
12 A. Tests and Inspections
13 1. Inspect all products or equipment delivered to the site prior to unloading.
14 B. Non-Conforming Work
� 5 1. Reject alI products or equiprner�t that are damaged, used or in any other way
16 unsatisfactory %r use on the project.
17 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT USED]
19 3.i0 CLEANING �NOT USED]
20 3.11 CLOSEOUT ACTIVITIES [NOT USED]
21
22
23
24
25
26
27
28
29
30
3.12 PROTECTTON
A. Protect ali products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment i� location to avaid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufaciurer.
3.I3 MAINTENANCE [NOT USED]
314 ATTACHMENTS (NOT USED]
I_3IVII173i.y�C�11YC�)►1
CITY OF FORT WORTH iCroger Drive Phase II
STAtVDARD CONSTRUC'f'�ON SPECIFICATION DOCUMENTS City Project No. 101015
Revised 7uly E, 2pi l
o� 6sao-a
PRODIJCT STORAGE AND HANDLING REQT_)iREMENTS
Page 4 of4
Revision Log
DATE NAME SUMMARY OF CHANGE
C1TY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTiON SPECTFTCATTON DOCUMEI�TS Ciry Project No. 101015
Rcviscd July 1, 201 1
0170Q0-1
MOBILIZATION AND REMOBILIZAT[ON
Page 1 of 4
1
2
SECTION Ol 90 00
MOBILIZATION AND REMOBILIZATION
3 PART1- GENERAL
4 �.1 SLTMMARY
5 A. Section Includes:
6
7
S
9
]0
I1
12
13
14
1S
�6
17
1S
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4]
42
43
44
45
1. MobiIization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
to the Site
2} Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, eyuipment, and operating supplies
to another location within the designated Site
5) Re�ocation af necessary gcneral facili�ies far the Contrac�or's operation
from 1 location to anotl�er location on the Site.
b. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Siie Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demabilizat�on do not include activities far specific iterns of
work that are for which payment is provi�ed elsewhere in the cantract.
2. Remobilization
a. Remobi�ization far Suspensior� of Work specifically required in the Contract
Documen#s or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Sitc inc�uding disassembly or temporarily securing
equipment, suppIies, and other faciIities as desig�aated by the Contract
Documents necessary to suspe�d t�e Work.
b) Site Clean-up as desip�ated in the Contraci Documents
2) Remobilization
a) Transpoetation of Contractor's personnel, equipment, and operating
supplies to tk�e Site necessary to resume the Work.
b} Establishment of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Work.
3) No Payments wi�l be made far:
a} Mobi�izaiion and Demobilization from one location to another on the
Site in ihe normal progress of perf�rming the Work.
b) 5tand-by or idle time
c) Lost profits
3. Mnbilizations and Demabrlization for Miscellaneous Projects
a. Mobilization and Demobilization
CITY OF FORT WORTH
STANDARD CONSTRUCTIOIV SPCCIC'ICATION DDCUIVI�NTS
Reviscd Novcmbc�• 22, 2016
Kroger brive Phase IT
City Project No. 101 Ol5
017000-2
MOBILIZA,TION AND RENIOBILIZATEON
Page 2 of4
1
2
3
4
S
6
7
8
9
10
11
12
l3
l4
15
16
t7
18
1} Mobilization shail consist of the aetivities and cost on a Work Order basis
necessary for:
a} Transportation oi Contractor's personncl, cquipment, and operating
supplies to the Site for the issued Work Qrder,
b) Establishment of necessary general facilities for the Contractor's
operation at the Site for the issued Work Order
2) DemobiIization shall consist of the activities and cast necessary for:
a) Transportation of Contractor's personnel, equiprnent, and operating
supplies irom the Site including disassembly %r each issued Work
Order
b) 5ite C1ean-up for each issued Work Order
c) Removal of all buildings ar other facilities assenabled at the Site for
each Wor�C Oder
b. Mobi�ization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the coniract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mabilization occurs within 24 hours of the issuance of the Work Order.
19 B. Deviations fram this City of Fort Worth 5tandard Specification
20 1. None.
21 C. Related Specification Sections include, but are not necessarily limited to:
22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
23 2. Division 1-- General Requirements
24 1.� PRiCE AND PAYMENT PROCEDURES
25
26
27
28
29
3�
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
A. Measurement and Payment [Consuit City Department/Division for direetion on if
Mobilization pay item to be included or the itern should be subsidiary. Incl.ude the
appropriate 5ection 1.2 A. 1.]
1. Mobilization and Deinobilization
a. Measure
1) This Item is considered suUsidiary to the variaus Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other campensation will be
allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measuretnent" will be paid for at the unit
price per each "Specified Remobilization" in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section �.1.A.2.a. [)
2} Remobilization as described in Section 1.1.A.2.a.2)
CITY �F FORT WORTH
,STANDARD CONSTRUCTION SPECIFICATION BOCUMENTS
Rcviscd IVovcmber 22, 2016
Kroger Dri�e Phase iI
City Ptoject �To. 101015
D170D0-3
MOB[LIZATION AND REMOBILIZATION
Pagc 3 of 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3I
32
33
34
35
36
37
38
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
3. Remobiiization for suspension of Work as required by City
a. Measurement and Payment
1} This sha11 be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 D0.
2) No payments will be made for standby, idle tirt�e, or �ost profits associated
with this Item.
4. Mobilizations ar�d De�obilizations for Miscellaneous Projects
a. Measurement
l) Measurement for this Item shali be for each Mobilization and
Demobilization requir�d by the Contraci Documents
b. Payment
1) The Wark performed and materials furnished in accordance with this Ttem
and measured as provided under "Measurement" wi11 be paid for at ti�e unit
price per each "Work Order MobiIization" in accordance with Contract
i]ocuments. Demobilization shalI be considered subsidiary to mobilization
and shall not be paic� for separaCely.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1}
2) Demobilization as described in Section 1.1.A.3.a.2}
d. No payments wiIl be made for standby, idle tiine, or lost pro�ts assaciated khis
Ttem.
5. Emergency Mobilizations and De�nobilizations for Miscellaneous Projects
a. Measurement
1) Measu�'ement for this item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnis�ed in acc�rdance with this Item
and measured as provided under "MeasuremenY' will be paid for at the unit
price per each "Work Order Eitnergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for scparaCeIy.
c. The price s%all include
1} Mobilization as described in Section �. �.A.4.a)
2) Demob�lizatian as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated th�s
Item.
39 1.3 REFERENCES (NOT USED]
40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
41 I.� SUBMiTTALS [NOT USED]
42 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
43 1.'� CLO�EOUT SUBMITTALS [NOT USED]
44 1.8 MAiNTENANCE MATERiAL SUBMiTTALS [NOT USED)
45 1.9 QUALITY ASSURANCE [NOT USED]
Cii'Y OF FORT WbRTT-I Kroger Drive Phase Ii
S'iANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS City Project No. 101015
Revised November 22, 2016
o��ooa-a
N10BiL[ZATIOiV AND REMOBI[.[ZATION
] 1.�0 DELiVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.1� WARRANTY [NOT U5ED]
4 PART 2 - �'RODUCTS [NOT USED]
5 PART 3- EXECUTION [NOT USED]
6 END OF SECTION
Page 4 of 4
Re�ision Log
DATE NAME SUMMARY OF CHANGE
1 1/22/l6 Michael Owen 1.2 Price and Payment Procedures - Re�ised speci�cation, including hlue texf, lo
make specification flexibTe for either subsidiary or paid bid item for Mobi3ization.
CITY OF PORT WbR7'Fi Kroger Dri�e Phase Ii
STANUARU CON5TRUCTION SPECIFICATION DOCUMENTS City Praject No. 101015
Revised Navember 22, 2016
Oi7123-3
CONSTRUCTION STAKING AND SURVEY
Page I of 8
�
2
3 PART1- GENERAL
4 1.1 SUMMARY
S
6
7
8
sECTioN o� 7a a3
CONSTRUCTiON STAKING AND SURVEY
A. Section [ncludes:
1. Requirettaents for construction staking and construction survey
B. Deviatior�s fi om this City of Fort Worth Standard Specification
l. None.
9 C. Related 5pecification Sections include, but are not necessariIy Iimited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
1 I 2. Divisian 1— General Requirements
12 1.� PRICE AND PAYMENT PROCEDURES
l3
14
15
16
17
l8
19
24
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
3$
39
40
41
A. Maasurement and Payment
1. Construction Staking
a. Measuremeni
f) Measuretnent %r this item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Ttem shall be pard for at the lump sum price bid for "Constructian Staking".
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The pric� bid shall incI�ade, but not be limited to the following:
1} Verification of contral data provided by City.
2} Placement, maintenance and replacement of reyuired stakes and markings
in the �eld.
3) Preparation and. submittal of construction staking documentation in the
form of "cut sheets" using the City's standard iemplate.
2. Construction Survey
a. Measurement
1} This Item is consi�ered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished. in accordance with this
Itern are subsidiary to the various Items bid and no oiher compensation will be
al I owed.
3. As-Built Survey
a. Measurement
1) Measurement for this �tem shall be 6y lump sum.
b. Payment
1) The vc+ark performed and ihe materials fiirnished in accordance with this
Item shall be paid far ai the lump sutn price bid for "As-Buiit Survey".
C[TY OF FORT WORTH Kroger Drive P��asc lI
STAAIbARd CONSTRUCTION 5PECIFICATION BOCi1MENTS City Project No. I01015
Revised February 14, 2018
at �t z3-z
CONSTRUCTION STAKING AND SURVEY
Pagc 2 of 8
1
2
3
4
5
6
7
8
9
A. Definitions
IO i.3 REFERENCES
11
12
13
14
15
16
t7
18
19
20
21
22
23
24
2S
26
27
28
29
3�
3 I.
32
33
I. City of Fort Worih — Construction �taking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01_ Attachment A_5u�-vey Statcing Standards
2. City of Fort Wo�rih - Standard Survey Data Collectar Li�rary (fxl) files (a�ailabla
on City's Buzzsaw website).
3. Texas Department of Transpor�ation (TxDOT) Survey Manual, latest revision
4. Texas Society of Prafessional Lanc� Stu-veyors {TSPS}, Manual oiPractice for Land
Surveying in the 5tate of Texas, Category 5
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. The Contractor's selection of a surveyor must comply with Texas Govcrnment
36 Code 2��4 (qualifications based selection} for this project.
37 1.5 SUBMiTTALS
38 A. Submittals, if required, shall be in accordance with Section OI 33 00.
39 B. All submittals shalt be received and reviewed by the City prior to delivery of wark.
�0 1.6 ACTiON SUBMITTALS/INFORMATiONAL SUBMiTTALS
41 A. .Field Quality Control Submittals
2
3
4
2} Paym�nt for "Construction Staking" shall be made in partial payments
prorated by work com�aleted compared to tota� work included in the lu�np sum
item.
c. Tne price bid shall include, but not be lirnited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as-built survey data onto contracior redline
plans and digital survey files.
Construction Survev - The survey mieasurements m.ade prior to or while
construction is in progress to control elevaiion, horizontal position, dirnensions and
confi�uration of structures/improvements included in the Project Drawings.
As-built S�rvev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
Construction Stakin� — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements rncluded in the Project Drav�vings. Construction staking
shall inciude staking easements and/or right of way if indicated on the plans.
Survey"Field_Cktecks" — Measurements made after construction staking is
completed and befare construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawin�s.
B. Technical References
c�Tv oF Fox�r woxrrr
STANDARD CON5TRL3CTION SFL.CIFICATION DOCUMENTS
Re�ised February 14, 2018
Kroger Drive Phase II
City Project No. ] 0101 S
017123-3
CONSTRCTCTION 5TAKING ANi] SiJR VEY
Page 3 of $
1 1. Documentation vertfying accuracy of field engineering work, including coordinate
2 conversions if plans do not indicate grid or gtound coordinates.
3 2. Submit "Cut-Sheets" conforming ta the standard tempIate provided by the City
4 (refer to O1 71 23.16.01— Attachment A-- 5urvey Staking Standards).
S 1.7 CLOSEDUT SC)SMITTALS
6 B. As-built Redline Drawing Submittal
7
S
9
]0
11
12
I3
14
]5
1
2.
Submit As-6uilt Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Re�istered Professional Land
Surveyor (R.PLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
— Survey Staking Standards) .
Contractor shatl submit the proposed as-built and completed redline drawin�
submittal one (1) week prior to scheduling the project final inspection for Ciry
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the Ciry prior to scheduling the construction iinal
inspection.
l6 L$ MAINTENANCE MATERIAL SUBMiTTALS [NOT USED]
17 1.9 QUALITY ASSURANCE
l8 A. Construction Staking
19 1. Cor�struction staking will be performed by the Contractor.
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
�40
41
42
43
2. Coordination
a. Contact City's Project Representative at least one week in advance noti£�ring
the City of when Construction Staking is scheduled.
b. It is ihe Contractor's responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractar is responsible for preserving and maintaining stakes. If Ciry
surveyors are required to re-stake for any reason, the Contractar will be
responsible for costs ta perform staking. Iiin the apinion oithe City, a
sufficient number of stakes or rnarkings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re-stake the deficient areas.
S. Construction Survey
1. Constructian Survey wi11 be perfor�ned by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for cons�ction survey is availa�le and in piace.
3. General
a. Construction survey will b� per%rmed in order io construct the work shown
on the Construction Drawings and speci�ed in the Coniract Documents.
6. For construction methods other than open cut, the Contractor shall perform
construction survey and verify cantrol data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
C1TY OF FORT WORTH Kroger Drive Phase ❑
STAiVDARD CONSTRUCTION SPEC�FTCATION DOCUMENTS City Project No. 101 Ol5
Revised February 14, 2018
017123-4
CQNSTRUCTION STAKING AND SURVEY
Page 4 of S
l
2
3
4
5
6
7
8
4
10
11
12
13
l4
l5
16
l7
l8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
4G
47
48
2) Use of Benchmarks to furt�ish and maintain all reference Iines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all Iines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the Ciry, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor rernains fulIy responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade cantinuously duri�g construction.
8) Record deviation with respect to design line and grade once at each pipe
joint a�d submit daily records to the Ciry.
4) If the installatian does not meet the specified tolerances (as outlined in
Sections 33 O5 23 and/or 33 05 24}, immediately notify the City and correct
the installation in accordance with t11e Contract Documents.
C. As-Built Survey
1. Required As-Built �urvey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as-
built surveying.
b. It is the Contractor's responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that const7-uction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains l 2" and under in diameter, it is acceptable
to physically rneasure depth and marEc the lacatiott during the progress of
constnictian and take as-built survey afker the facility has been buried. The
Contractor is responsible for the quality control necded to ensure accuracy.
3. General
a. The Contractor shall provide as-built survey including the elevation and
location {and provide writtezt docu�entation to the City) of construction
features during thc pragress of the canstruction including the following:
1) Water Lines
a) Top of pipe e�evations and coordinates for waterlines at the following
locations:
2)
3}
(1 } Minimum every 250 linear feet, including
{2) Horizontal and vertical points of inflection, curvature,
etc.
{3} Fire l�ne tee
(4) Plugs, stub-outs, dead-end lines
(5) Casing pipe (each er�d) and all �uried fittings
Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-gravity facilities} at the following locations:
{1 } Minimum every 250 linear feet and any buried fittings
(2} Horizot�tal and vertical points of inflection, curvature,
etc.
Stormwater — Not Applicable
ClTY QF FpRT WORTH
STANDARD CONSTAUCTION SPECIFICATION [JOCUMENTS
Revised �'ebruary 14, 20I8
Kroger Drive Phase II
CityProjectNo. ]O1p15
017123-5
COIVSTRUCTION STAKING AND SURVEY
Page 5 of S
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
I6
17
18
19
20
21
22
23
24
25
b. T'he Contractor shaIl provide as-built survey includ�ng the elevation and
location (and provide written docutnentatton to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and caardinates for each rnanhole
2) Water Lines
a) �Cathodic protection test stations
b) Sampling stations
c) Meter �oxes/vauits (A!l sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f} Air Release �alves {ManhoIe rirn and vent pipe}
g) Blow ofFvalves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground VauIts
(1) Rirn anc� flowline elevations and coordinates for each
Underground Vau�t.
3) Sanitary Sewer
a) Cleanouts
{1) Rim and flowline elevations and coordinates for each
b} Manholes and Junction Structures
( l) Rim and flowline elevations and coordinates for each
rnanhole and junciion strueture.
4) Stortnwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED�
26 1.11 FIELD [SITE] CONDITIONS [NOT USED�
27 1.12 WARRANTY
28 PART 2 - PRODUCTS
29 A. A construction survey will produce, but will not be limited to:
30 1. Recovery of relevant control points, points of curvature and points of intersection.
31 2. Establish temporary horizontal and vertical control elevations {benchmarks)
32 sufficientiy permanent and located in a manner to be used ti�roughout construction.
33
34
35
36
37
38
39
40
41
42
43
44
3. The location of planned facilitres, easements and improvements.
a. Establishing final tine and grade stakes for piers, floars, grade beams, parking
areas, utilities, streets, highways, tunnels, ar�d other construction.
b. A record of revisions or corrections noted in an arderly rnanner for reference.
c. A drawing, when required by the client, indicating the horizontai and vertical
location of facilrtties, easements and improvements, as built.
4. Cut sheets sha11 be provided to the City inspector and Survey �uperintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can 6e obtained firam the Survey ,Superintendent (817-392-7925).
S. Digital survey files in the following formats shall be acceptable:
a. AuioCAD (.dwg)
b. ESRI Shape�le (.shp)
CITY OF FpRT WORTA Kroger Drive Phase II
STANDARD CONSTRT FCTIOIV SP�CIF[CAT[ON DOCUMENTS City Froject No. 1 Q1015
Revised February 14, 201$
D17123-b
CONSTRUCTIQN STAKINf'r AND SURVEY
Page 6 of 8
1 c. CSV iile {.csv), formatted with k attd Y �uvrdinaces �r� ��Ei,�rm� ti�Flumns (use
2 s�:, rrci� � �€ cempla�es, if available�
3 6. 5urvey files shall include vertical and horizontal data t�ed to originai project
4 control and benchmarks, and shall include feature descriptions
5 PART 3 - EXECUTION
6 3.1 INSTALLERS
7 A. Tolerances:
S
9
]0
!1
12
13
l4
]5
l6
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
1. The staked Iocation of any improvement or facility should be as accurate as
practical and necessary. The degree af precision required is dependent on many
factors all of which must remain judgmental. The tolerances listed hereaftex are
based 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 vvith responsible parties as to the need for specific
tolerances.
a. Earthwork: Grades %r earthwork or rough cut should not exceed O.l ft. vertical
tolerance. Horizontal alignment for earthwark and rou�;h cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignrnent on a structure shall be within .O.lft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shal l be located within the canfines of the site boundaries and,
occasianally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities shouid be staked with an accuracy producing no
more than O.�Sft. talerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall he located horizantally within the�r prescr�bed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified locatian.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum covex and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not dependir�g on gravity flow for performance, should not exceed 0.1 ft.
talerance.
B. Surveying instruments shall be kept in clase adjustment according to manufacturer's
speciftcations or in compliance to standards. The City reserves the right to request a
calibrat�on report at any time and recomrnends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field meas�xrements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3,1.A.
2. Vertical locations shall be estalalished from a pre-established benchmark and
checked by closing to a different bench mark on the same datum.
41 3. Const�-uction survey field work shall correspond to the client's plans. Irregularities
42 or conflicts found shall be reported promptly to the City.
43 4. Revisions, corrections and other pertinent data shall be logged for future reference.
44
CITY OF FORT WORTET 1{roger Dri�e Phase 11
3TA�DAAD C()NSTELUCTION SPECIFICATIOIV DOCUNiENTS City Froject No. ] 01015
Re�ised FeUr�ary 14, 2018
o��iz�-�
Cpt�STRUCTION STAKING AND SURVEY
Page 7 oF8
1 3.2 EXAMINATION (NOT USED]
2 3.3 PREPARATIQN �NOT USED]
3 3.4 APPLICATION
4 3.S REPAIR 1 RESTORATION
5 A. If the Contractor's work damages or destroys one or more of Che control
6 monuments/points set by the City, the manuments shall be adequately referenced for
7 expedient restoration.
S 1. Notify City if any control data needs to be restored or r�placed due to damage
9 caused during construction operations.
10 a. Contractor shall perfot�trz replacements and/or restorations.
I 1 b. The City may require at any time a survey "Field Check" of any manument
12 or benchmarks that ar� set be verified by the City surveyors before fiirther
13 associated work can rnove forward.
14 3.G RE-INSTALLATION [NOT USED]
I5 3.i FIELD [ox] SITE QUALiTY CONTROL
1b A. It is the Contractor's responsibility to maintai� all stakes ana control data placed by the
17 City in accordance with this 5pecification. This includes easements and �right of way, if
18 noted on the plar�s.
I9 B. Do not change or relocate sta�Ces or conYrol data withaui approval from the City.
20 3.8 SYSTEM STARTUP
2l
22
23
24
25
26
27
28
29
30
31
32
33
34
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 3'� party contracted surveyor are not intenc�ed to
relieve the contractar of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED)
31� PROTECTION jNOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS (NOT USED]
END OF SECTiON
Revision Lo�;
C1TY OF FORT WQRTH Kroger Drive Phase I[
STANDARD CONSTRUCTION SPECIFICATION DDCUM�NTS City Project iVo. 101 D I 5
Revised Fehruary 14, 2D18
oi�izs-s
CQAISTRUCTIOtY STAKING At�lD SURV�,Y
Pagc 8 of S
DATE NAME SUMMARY OF CHANGB
8/31/2012 D.Johnson
dded instruction and modified measurement & payment under 1.2; added
8/31/2417 M. Qwen definitions and references under 1.3; madified l.b; added 1.7 closeout submiltal
requirements; modified 1.9 Quality Assurance; added PART 2— PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Stariup.
Removed "blue text"; revised measurement and payment sections for Construction
Staking and As-Built Sutvey; added reference to selection cnmpliance with TGC
2/14/2018 M Owen 2254; revised action and Closeout submittal require�nents; added acceptable deplli
measuremenf criteria; revised list of items requiring as-built survey "during" and
"after" construction; aud revised acceptahla digita] survey file format
CTTY OF FORT Wi]RTTd Kroger Dri�e Phasc �i
STANI]ARD CONSTRUCTION SP�CdF1CATION DOCUMENTS City Project No. 101015
Revised February 14, 2015
�
���ti�� 0� %� �3.0� � �o��ach�re�t �
�urv�y �t�kin� ���ndards
February Z017
J:\DWG20\Z089-17.307�Qesign�5pecificatians�Project Specifications�Phase 1\Div 01-General Requirements\0171
Z3.7.6.01_Attachment A_5urvey Staking Standards.docx
Page 1 of 22
These procedures are inte�ded to provide a standard method for construction staking ser�ices
associatecf with the City of Fort Worth projects. These are nat to be considered all inclusi�e, but only as
a general guideline. For projerts on TXDOT right-of-way or rhraugh joint TXDOT participation,
adherence to the �XDQT Survey Manua! shall be followed and if a discrepancy arises, the TXDOT
manual shall prevaiL (http:Jfonl;nernanuals.txdot.��tr/�xdotmanuals,(�ss/ess.pd#)
If you have a unique circumstance, please consult with the project manager, inspector, or sur�ey
department at 81i-392-7925.
T'abl� vfi Con�en�s
I. City of Fort Worth Contact Inforrrzation
II. Construction Colors
III. 5tandard 5taking Supplies
EV. 5ur�ey Equipment, Control, and Qatum Standards
V. Water Staking
VI. Sanitary Sewer Staking
VII. 5torm Staking
VIII. Curb and Gutter Staking
IX. Cut Sheets
X. As-built Sur�ey
J:�DWG-20\2089-17.307�Qesign�Specifications�Project 5pecifications�Phase 1�Div Ql-General Requirements�D1 71
23.16.01_Attachment A_Survey 5taking Standards.docx
Page 2 of 22
�
�
II1.
Sur�e1� �epar�rv�en� �on�ac� fnforrna�ion
Physical and mailing address:
8851 Camp Bowie West Boulevard
5uite 300
Fort Warth, Texas 75116
Office: (817) 392-7925
Survey Superintendent, direct line: (817) 392-8971
�OIiStPLIC�I�E� �B�OI'5
7he following colors shall be used for staking or identifying features in the field. This
incfudes flagging, pain# of laths/stakes, paint of hubs, and any identification such as pin flags
if necessary.
Utility
PROPOSED EXCAVATION
ALL ELECTRICANb CONbU175
POTABLE WATER
GAS OR OIL
TELEPHONE/FIBER OPTfC
SURVEY CONTROL POINTS, BENCHMARKS,
PROPERTY CORNERS, RIGHT-OF-WAYS, AND
ALL PAVfNG INCLUDING CURB, SIDEWALK, BUILDING CORN�RS
SANITARY SEWER
IRRIGATION AND RECLAIMED WATER
Standard Stakin� Suppli�s
Color
WHITE
�� —
YELLOW
ORAN�F.
Pl�ll�
._�
� �::
_�,,,��.,:,_��
� _F _. -
Item Minimum size
�ath/Stake 36" tall
Wooden Hub (2"x2" min. square preferredj 6" tall
Pin Flags (2,5" x 3.5" preferred) 21° iong
Guard Stakes Not required
PK or Mag nails 1" long
I�on Rods (1/2" or greater diameterj 18" long
Survey Marking Paint Wate�r-based
Flagging 1" wide
Marking Whiskers (feathers) 6" long
Tacks (for marking hubs) 3/4" long
J:�DWG-20�2089-17.307�Design\Specificatinns�Project Spetifitations\Phase 1�Div 01-General Requirements\0171
23.15.01_Attachment A_Sur�ey Staking 5tandards.docx
Page 3 of 22
IV. Sur�ed �quipment. Coni:rol, �r�d �]aiurv� Sf�ndards
A. City Benchmarks
All city benchmarks can be found here: http://fortwortE�texas.�o�/itsolutaons/Gi5/
Look for `Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check on
Benchmarks'.
B. Canventianal or Robotic Total Station Equipment
I. A minimum of a 10 aro-second instrument is required.
II. A copy of the latest calibration report may be requested by the City at any time.
It is recammended that an instrument be calihrated by certified technician at
least 1 occurrence e�ery 6 months.
C. hletwork/V.R.S. and static GP5 �quipment
I. It is critical that the sur�eyor �erify the correct horizontal and �ertical datum
prior commencing work. A site calibratiot� may be required and shall cansist of
at least 4 cantro{ points spaced evenly apart and in varying quadrants.
Additional fiield checks of the horizontal and �ertical accuracies shalf f�e
completed and the City may ask for a copy of the caiibration report at any time.
fl. Ne�work GP5 such as t�e Western Data Systems or SmartlVet systems may be
used for staking of property/R.O.W, forcec[-main water lines, and raugh-grade
only. fVo GPS staking for concrete, sanitary sewer, storm drain, final Rrade, or
anythin� that needs �ertical �radin� with a tolerance of 0.25' or less is
allowed.
D. Contro! Points 5et
I. All control points set shal{ be accompanied by a lath with the appropriate
Nnrthing, Easting, and Elevation (if applicable) of the point set. Contrnl paints
can be set rebar, `X' in concrete, or any other appropriate item with a stable
base and of a semi-permanent nature. A rebar cap is optional, but preferred if
the cap is marked `contral point' or similar wnrding.
il. Datasheets are required for all control points set.
Datasheet should include:
A. Harizontal and Verticai Datum used, Example: N.A.D.83, North Central Zone
4202, NAVD 88 Ele�ations
B. Grid or ground distance. — If ground, pro�ide scale factor usec[ and base
point coordinate, Example: C.S.F.=0.999125, Base point= North: Q, East=O
C. Geoid model used, Example: GEOIC}12A
J:�DWG-2D�2089-17.307�Design�Specifications\Prnject SpeciFicatinns�Phase 1\Div 01-General Requirements�01 71
23.16.01_Attachment A_Survey 5taking Standards.docx
Page 4 of 22
E. Preferred Grid Datum
Although many plan sets can be in surface coordinates, the City's preferred grid datum
is listed below. Careful consideration must be taken ta �erify what datum each project is
in prior to beginning work. It is essential the surveyor be familiar with coordinate
transformations and haw a grid/surface/assumed coordinate systerr� affect a project.
Proiected Coordinate
System: NAD_19�3_StatePlane_Texas_�lorth_Central_FiRS_4202_Feet
Projectior�: Lambert_Conformal_Conic
�afse_Easting: 1968500.00Q00000
Falsa�Northing: 6561666.66666667
Central Meridian: -98.5Q000000
5tandard Parallel 1: 32.13333333
Standard Parailel 2: 33.966666b7
Latitude_Of_Origin: 31.66666567
Linear Unit: Foot US
Geographic Coordinate Systern: GC5_North_American_1983
Datum: D North Ar�-cerican 1983
Prime Meridian: Greenwich
Angular Unit: Degree
�ldt�: �CQa�..�it�� ���'l. ;�� - �..rl- �, `:�.�.�a i: Jj?r4 i� �`1, C�EI1�p`f�k.EQ� �� �he C ry
must be con�ertec�� '�d into this preferred grid datum. 1 copy of the deli�erable
should be in the project datum (whate�er it rr�ay be} and i copy should be in th� NAD83,
„_ � , � �•� r
TX NQ�t C��':ra �2�2 �:�re. S-•� �..�., , e I���..,�,�r Cur��en€��r, be.�ti,�
F. Preferred Deliuerable �ormat
txt .cs� .dwg .job
G, Preferred Data Format
P, IV, E,Z, D,fV
Point Number, Northing, �asting, Elevation, Description, Notes (if applicable)
H. Preferred File I�aming Convention
This is the preferred farmat: City Project Number_Description_I]atum.csv
Example for a proiect that has surface coordinates which mus� be translated:
File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv
J:�DWG-20\�089-17.307�Design�Specifications�Project 5pecifications�Phase �.\Div 01-General ltequirements�0171
Z3.15.01_Attachment A_Sur�ey 5taking 5tandards.docx
Page 5 of 22
File 2: C123A�TAs-built of Water on Main Street_Project Specific �atum.csv
�xample Cor�trol S�a�es
J:�DWG-20�2089-17.307�Design�Specifications�Projett Spetifitatians�Phase 1�Di� 01-General Requirements�01 71
23.16.01_Attachment A_5urvey Staking Standards.docx
Page b of 22
�
�
�
�
I
�
�
�
�
�
w
L�
�
�
�
i�
�i
10�6
�
d
�
,i
r
�
��
�.6.�
J
�
�
�
G
Q
� ��
w �
�
��
- - - -_ +
EL. = 100. Qa' �
_.. __._. �
�
�
r
r
. �,
� �
� �
� �
z �
_ r— _
� va
� �
Z J
U�
_r
'� w
�: �
�
� �
� ��y
_ LI
: GP �1 r N=�ODQ.�O
,
��
� w
��
��
��
_�
� �
� —
T �
W
._
�
�
� w
� � �
m��+J
, � LL
I � � �
E=50�0.00 a (�----
�
�
�
r �
� �
Cf}
LI
�--
� _�
�
c�
f 1
._ i
!�. l�a�er S�akin� Sfandar�ds
J:\DWG-2Q\2089-17.307�Design\Specifications�Project Specifications�Phasa 1�Div 01-General Requirements\0171
23.16.01 Attachment A_5urvey Staking 5tandards.docx
Page 7 of �2
A. Centerline Staking — Straight Line Tangents
I. Offset lath/stakes e�ery 200' on e�en stations
IE. Painted blue lath/stake only, no hub is required
IlI. Grade is to top of pipe {T/PJ for 12" diameter pipes or smaller
IV. Grade to flow line (F/L] for 16" and larger diameter pipes
V. Grade should be 3.50' below the proposed tap of curi� line far 10" and smalEer
diameter pipes
VI. Grade shou�d be 4.00' below �he praposed top of curb line for 12" and larger
diameter pipes
VII. Cut Sheets are required on all staking and a copy can be recei�ed from the
sur�ey superintendent
Optianal: Actua! stakes shall consist of a 60D nai! or hub set wrth a whisker
B. Centerline Staking - Cur�es
I. If arc length is greater than 1d0', POC (Point of Cur�ature) offset stakes should
be set at a 25' int�r�al
II. 5ame grading guidelines as abo�e
lII. Staking of radius points of greater than 10D' may be amitted
C. Water 111fieter Boxes
I. 7.Q' perpendic�lar offset is preferrecE to the cer�ter of the box
II. Center of the meter should be 3.0' behind the proposed face of curb
III. Meter should be staked a minimum of 4.5' away from the edge of a dri�e►n�ay
IV. Grade is to top of box and should be +0.06' higher than the proposed top of
curb unless shown otherwise on the plans
D. �ire Hydrants
I. Cer�ter of Hydrant should be 3.0' behind proposed faee of curb
II. Sur�ey offset stake should be 7.0' from the center and perpendicular to the curb
line or water main
III. Grade of hydrants should be +0.30 higher than the adjacent top of curb
�. Water Vai�es & Vaults
I. Offsets should be perpendicular to the proposed water main
II. RIM grades should only be pra�ided if on plans
�xampie �la�er Stakes
J:�DWG-20�2089-17307�Design\Specifications�Project Specifications�Phase 1�Di� Ol-�eneral Requirements�0171
23.16.01_Attachment A�Survey Staking Standards.docx
Page 8 of 22
$
�
��
��
z�
�a �
c� ��
�
i �'
� ���
� � 3 �
� � _ � ' ,� �-
�, � , - ��-
(�] � � n�s � w�� � �rk=�+oo�� �—�.s� ; '; �- ;
� � - � '� �
� � ' �
ri� � : �
�r r� f ��W � �i I
� LL��� 1
� � t
� � � �ChL �
U _-- y'�U,�,..� �f
� � I �' p�� � ��L . �� STA=1+72_&9 F C-3_81 � � q
� � � + �"t
�L a 1 �
v� � � � �
� � � .- --. �
� � ��oi� a..- 7oi.ie'
� � I
w ; �
0
F � �-E:
Q —�' '�
� ��I r ` �
W .� �
� � [ I LL � �
� LL
� � 4- � � ;
{ rj J I� _
� m -�1 1� gq� i -
� � ' O O ' �� � �
L� �' �:: W � r � f
d ' ` �� �� W '
� �'_ � ti. � � 4 '� � � , �
_ � � 1 � � � � � � 4 '
� �. � F � u,
� � � n �s � _ , � � � ��.�-y.'� '
� � �a„]' Q��;,�� 57A�i]+OQ� � C-3.78v- t-� .
� � � � .
�
� ¢ l J'
� � � j ��
i
�� � i �a14 .� iOli Q�� �
� � � ��� �
� � i � ����
W
.�.. � � � W �
o � � �
m �m4
� Z
m
�
�i. 5ani�ary Sewer S�akin�
J:�DWG-20�2089-17.307\Design�Specifications�Project Specificatians�Phase 1�Di� 01-General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 9 of 22
A. Centerline Staking — Straight Line Tangents
I. Inverts shall be field verified and compared against the plans before staking
II. Painted green lath/stake WITW hub and tack or marker dot, no flagging required
EII. 1 offset stake betweer� rr�anholes if manholes are 400' or less apart
fV. Dffset stakes should be located at even distances and perpendicularto the
centerline �
V. Grades will be per plan and the date af t�te plans used should be nated
VI. ]f �-nultiple lines are at vne manhole, each line shail ha�e a cut/fill and direction
noted
VII. Stakes at e�ery grade break
VIII. Cut sheets are required on all staking
Optronal: Actua! stakes sha!! consist of a bOD nai! or hub set with a whisker
B. Centerline Staking — Cur�es
I. If are fength is greater than ].00', POC (Point of Cur�ature) offset stakes should
!�e set at a 25' inter�al
1[. Staking of radius paints of greater than 10Q' may be omitted
C. Sanitary Sewer fVianholes
L 2 affset stakes per rr�anhole far the purpose of pro�iding alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
II[. RIM grade shauld only be on the stake when provided in the plans
J:�DWG-20�2089-17.307�besign�Specifications�Praject Specifications�Phase 1\Di� 01-General Requirements\41 71
23.16.01_Atiachment A_Sur�ey SYa[cing Standards.docx
Page 10 of 22
�xarr�ple Sar�i�ar� Sewer ��al�es
�.
���
���� �
��
�.�� �
. �.�� _ �
� •�
d� � � �
�, a ���--
� � � _ �� s
� �xu � i �'f ��
r z � � � I �a.
� � � �[��$ '� �� ���Tk=3+i1���tiY G-d� �`'''�w� C�4�`II � C-0� � � �+ �
{"+� �� �.L � 5
.3 1� w ,�', 4
� � � � �� � �
� .� � g !�? ) ���� 1 � �� �
a @
� � M�'srd ",� �
�/—� � -- — � '� e � �� a� 1 '
I,��( � T � J�� .. y S g� , ,i •�4� U
�y � 2 ��'a �, S� ��� Sfh 3+7� �4 rr� C-31�� ��� ..�3 I s �r4 _ �t; � � �� d
A � �
� �2 � ��.
L� � _ r3� � ` � � � � �� cs� �
.� s� � 4 � � �� ` ,����
� � -__ ��` �
�
� � 7' t}/3 � 9S �''��a-i*��'��� �4"' -.;
F � � �
W
� � J..... '� r
Yr f �
v. e
�.r � ��
��
�� � t � �
�i�u � � �
� �� � ti a
� � � V F � �j � _ •
Q �� � � �� � �� i �3 �� � �
,_
� � RW � � Si� Cp dJ� �LL��.. � , � i
F�1 = S � W � L L S3� Z e.a rrr---���
Y Y+� iLL � 1�� � } � � � Yi ff: � 'sy { .
7 <� � .,� � � � F� _ J �a � :� �. `k� ff
� �i�i F -C F� F �l, '
� � '�� � � � c�—�� �� �, _ I� �� � #
� -; �. � ,'
�� 7� D}�� [�[- � RA�6 fkQ� �. �C fi� �:LE C � s�+ �' . ,I T�'r�
� . � �-�� �� ��r_F�� � F
� � ���a
w � d�F
L� � ;�;�� � � � m; �
� � �� =ai
i �,
� , �
�l
� � �
� �a`
� . ( ��'' �f`S �k. �� � �� STA�_Q-FRti����"� C-����.vr C-B'`��� C-Q� ' l �
t� � � ����
L� ' ?; � '� �
� � - ,'r,; � = o
a � 4 ]C
h
ti� j �� �F
< 4 C T
p r
�'� � i �
� W�
F �t: LLZ
� O
1 l7G
S7
J:\DWG-20\2089-17.307�Design�Specifications�Project Specifications\Phase 1�Div O1-General Requirements�0i 71
23.16.01_Attachment A_Surwey Staking Standards.docx
Page ].1 of 22
1/li. Storr� S�wer � Inl�t �takin�
A. Centeriine Staking — Straight Line Tar�gents
I. 1 offset stake every 200' on e�en sta#ians
II. Grades are to flowf ine af pipe unless otherwise shown on plans
III. Stakes at every gr�ade break
IV, C�t sheets are required on all s#�king
Optional: Actua! stakes shall consist of a 6DD nai! or hub set with � whisker
B. Centeriine Staking — Cur�es
I. If arc length is greater than 10�', POC (Point of Curvature) offset stakes should
be set at a 25' inter�al
II. Staking of radius points of greater than 100' may be omitted
C. Storm Drain Inlets
I. Staking distances shauld be measured from end o�wing
I,I. Standard 10' Inlet � 16.0�' total length
lll. Recessed 10' Inlet = 2A.00' total length
kV. Standard double 10' ir�let � 26.67' total length
V. Recessed double 10' inlet = 30.67' total length
D. Storm �rain �/lanholes
E. 2 offset stakes per manhole for the purpose of pro�iding alignment to the
contractor
Ik. Flowline grade should be on tF�e lath/stake for each flowline and direction noted
Ill. R[M grade should only be on the stake when pro�ided in the plans
J:�DWG-20\20$9-17.307�Design�5petifitations�Project Spetifitatians\Phase 1�Di� 01-General Requirements�0171
23.16.01_Attachment A_Survey Staking Standards.docx
Page 12 of 22
�xar� le Si�orm inlef Siakes
FF�C�NT
{51C}E �ACING �,}
����
(go¢ Fxanc A.awj
'�dN'�' � F '
.�
.,r
�ue. f1EYAYlt4, ' �
riil6 Wlhi TM�i
_ � a�ac a�' a�� �
..� .�...�. �.��.i►a� ...�. .....
.... JEDG� i3F PAVF}:1ENT�
c�
�
�
�
n
n
m
0
�
�
r
1
�
�
�
� '� �� '��Ita i n
� n.� .r��
��� �E t: fiTi �i�p
p�'
II _ ; �� !
t TEu �h �':.�1H5,
I �
�
T���' --�----� -- ,�.
'*I
ft
; O
1 �
��
"� " � .. ,
.�
S7
I
A
�
�
����
(S�E FA�NC R.QW.�
---- - Q�
SI,
�I
uo � �
.�
�R�N T
(51DE FR�IN� �]
;a
�
�
�
n
�
�
�
r
�
�
a
,�
rn -
I � y - n:
� CnJ OF l Ha .8rv. i
ao� ; sra�en
�
�
-F
�
TfC
�1
+
O
�
��
�
{7
I
�
�
QlSTkM�FS FOR INLETS
_ �.—,__,�
STAN6kRD 70 - 18
RECESSE6 10' - 2U
_ __ �-
STAN6fR6 d0iU8LE 10' - E8.6Y
_ i�ECE55E6 d4UBLE 30— 36_6Y — —
— — — — — — — — — — — — —
� �f
� F
� BkCYC i7F INLET �
� '.1,' � y��:�'• i:" ,'�,. - � �.1i. :ii" .i M�
�E �# '� �I
: ,; Q
�� - �ta��a� -.. �'I
•A
Q� :+� � f �
� •. .. �
i 'a �. . � k.• '•
��r� o� iu�.�r
�'; i '
Fh�E qF INLET ' -
EUI� f7F' i'A4EFhEfiT
_ ��.�€ oF cu�e— — —
— — Fwwur�� — — —
EFJGE {{.� FA'vEMENF
.1:\DWG-20�2089-17307�Design\Spetifications\Rroject Spe�ifi�ations\Phase 1�Div 01-General Requirements�01 71
23.16.01_Atta�hment A_Survey 5taking Standards.docx
Page 13 of 22
VIII. �urb and �u��er ��akin�
A. Centerline Staking — Straight Line Tangents
V. 1 offse� stake every 50' on e�en stations
VI. Grades are to top of curb unless otherwise shown on plans
VII. Stakes at e�ery grade break
VIII. Cut sheets are required on alE staking
Oprional: Actua! stcrkes shall consist of a bOD nail or hub ser with a whisker
B. Centerline Staking — Cur�es
III. If arc length is greater than 100', POC (Point of Cur�atureJ offset stakes should
be set at a 25' interval
IV. S#aking of radius points of greater thart 100' may be omitted
J:�DWG-2Q�2089-17.307�Design�5pecifications�Project Specifications�Phase 1�Di� 01-General Requirements�0171
23.16.01_Attachmer�t A_Survey Staking Standards,docx
Page 14 of 2Z
�xample �urb � Gutt�� Stak�s
FR ��l T
�SIC�E FACING �)
FRDNT
(5laE FACING fi��
Lfi 5�f i
(sioE Facir�� �.a.w.i
,� i -3=
�
�u� EE�,. �
�
`�.
�ACK £�F CIJRB � yr �' ��Y•`"` ��-""
�� �-� � ���
I ��� - � �r������
� _ �-�'^ ���`��
�A�E OF CIJRB I � I "�T �� �
�. _�_�_- J ��
�������
EDGE C7F PAVE3�fEC�T
0
.�
���[��eef![[f
-��+,� � _ �..'I
'O
�
e�
` 4E PC
h
y
L
+
�
�
(ffG�
�
����� �^��nc�sao
�SL}E FACING` �} ' �
F-RClNT � „°'�r
(SIG� FA�ING �j ¢
N •
�
� �� �J m
��FT � �
� f`�
. a ,�� �
Y
. � Q �
O �
f � � � �� �
1II I
� � �� ' � i f E I
�, /�; � � - _ � I I I I
� � nl GRAQf ON � _ = � I � �
P .._ J . �J�PIU'FPpN75 — � I � �
: , �-� ---
��ti�
� - # i i �
� �� � � i
. ` � � � �°�. �`'��� � ���, f�� �i !
��.�.� ; � f ��
� =='�� J�� _ � }� #} �f �
� � ����� � � 1
� � ,�� �f f
'� .�''� ! i �
� � -- .� .r -` �,� ,, 1
-�-_�— �� T(]P t7F CUFxE ,Y�--�- �-`'y �- �� '�
�� x.�_ ,�f ���,_,r-'�.- .�
_ �4T�_� �� r{� � �x �„�.� ��e
�� ��F � ���� ����
a�, �.� x.��—rr
�x�mafe �urb � Gu��er S�akes a� In�ersecgian
J:\DWG-20�2089-17,307��esign�Specifications\Project Specifications\Phase 1\biv 01-General Requirements\0�. 71
Z3.16.01_Attachment A_Sunrey 5taking Standards.docx
Page 15 of 22
f'
�i �"r
� � �Np �
� � � �O�U
� �� ��yy (
�y� � iC' 6�aI��II3TA-2r3e�1 ti FtE��
� LL i �� I
L3J
� �
�
v
,� . S I
r% _� i�F
� v �. �. _
O i�
� --
o- . — —
�
. �
C
a -- �
c
�
�
a
3
z
..�. — —
ti � �
W �
�
� � F;
� o- '
c i ���
i
u :
C
U
,dL
L.....�....�..� .., �
�
� � ��+
d �
n ^
a � �
" ,�. �
6'L
.a ' � ��.
FC� ��.
� �,
ti r7f
. ��� .. �
C�/ � ai
�� .�C] j .
� f' '
l q q
�� !f I�
� r- € ' � �—
`�„� �
edn5 �a x��e
9tl17a �d 31pb'9
ft/ � E � - � �. � I c�
/ E c
... � � E I �
�� — �d' 6,
� \' � , i
��� 7
Ql 1
�� �. 1
�n
(; r�C �
c V � t\
e ie�
}
�LL \
- �
S
d�
r
� i
•��" � �.i
i
J:�DWG-20�2089-17307\L}esign\Spe�ifications�Projett Spe�ifications�Phase 1�Div 01-General Requirements�0171
23.15.01_Attachment A_Sur�ey SYaking Standards.docx
Page 16 of 22
IX. �u�r Sheets
A. Date of field work
8. Staking Method (GP5, total station)
C. Project Name
D. City Project Number (�xample: C01234)
�. Locatian (Acldress, cross sireets, GPS coordinatej
F. Sur�ey company name
G. Crew chief name
H. A b�ank tempiate can 6e obiained from the sur►rey superintendent [see item I abo�e)
S#�ndard Citv Cut Sheet
Date:
❑ TOTAL
Staking Method: ❑ GPS STATION
�OCATIOf�l:
City Project
Plumber:
�raject Name:
❑ OTHER
COPlSU LTr4NTICONT'RACTOR
SURV�Y CR�W INITtALS
ALL GRADES ARE TO FLOWLIWE OR i0� O� CUR� UP�L�SS OTHER16i!l15C NO���
PT # STATION OFFSET D�SCRIPTION PROP. STAKEb _ CUT + FIL�
-LTI+RT GRAD� ELEV.
J:\DWG-20�2�89-17.307�besign�Specifications�Project 5pecifications\Phase 1\Di� 01-General Requirements�0171
23.16.01_Attachmeni A_5urvey Staking Standards.docx
Page 17 of �Z
X. As�built Sur►���
A. Definition and Purpose
The purpose of an as-built survey is ta verify the asset was installed in the proper location
and grade. �urthermore, the information gathered will be used to supplernent the City's G15
data and must be in the proper format when submitted. See section fV.
As-built sur�ey should in�lude the following (additional items may be r�quested):
Man h oles
Top of pipe elevations every 250 feet
Horizontal and vertical points of inflection, curvature, etc. (A!! Fiitrngsj
Carhodic protection test stations
Sampling stations
Meter boxes/vaults (Al! sizes)
Frre lines
Fire hydrants
Gate valves (rim and top af nuiJ
Plugs, stub-outs, dead-end lines
Air Release valves (Manhole rim and vent pipeJ
Blow off valves {Manhole rim and valve lydj
Pressure plane valves
Cleaning wyes
Clean outs
Casing pipe (each endJ
lnverts of pipes
Turba Meters
.f:�DWG-2��2Q89-17.307�Design�Specifications�Project Specifications�Phase 1\Di� Ol-General Requirements�0171
23.16.01_Attachment A_Sur�ey Staking StandarcEs.docx
Page 18 of 22
B. �xample Deliverable
A hand written red line by the field sur�eyor is acceptable im m�st cases. This should be
a capy of the pfan5 with the point number noted by each asset. Ifi the asset is missing,
then the surveyor should write "+lE'7 FUE��vL" to notify the City.
J:�DWG-20\2089-17307�Design\Specifications\Project Specifications�Phase �.�Div �1-General Reguirements�0171
23.16.01_Attachment A_Survey Staking Standards.docx
Page 19 of 2�
�
� •�� ` ' �� � �
� � °� �,� �.
'���'� � . �t�� a�€ a�
; �:, s� s�
����; 'a' �'. afl ��if 5 a
,�' }� �� ° y�� � � � �a
�o��
� .w�s� � � �-L1� � i =� �
II�`�[yi'I 'I I7:'� j �'� � � ��y i � ir
-,3�-� ,7i, � �}�,� � '�i 5F]_��
'--� �r ,� � : ��:� � �+. i�_��II �� t-;ta�
� 05•6Y15 3NI7 HJ.[VW
� _._.._.. _ ���.�..�.�
j . � ' � _ .�� I�x}�'� _
. _ :I�_.
�' �' � �a ��
�
r!. .�. ;._��.�—, �a��`
' al '� �' � @, {! }
--'_'—fiC�'rt�f ,i�ra u7�r0 .: .-
- —.;1.'� �`�.����—; �--;�
;�� -���. i-
��+��s� �. - '� � .. t ''� -�-- -_
�t�.� I§�� - , .:----- � ' J _��� — .�n ��
!i � . ..' "— '— � i
R I' —' —
� i ' C���1 .�__{ _ �+ —_._i. _ j '--
I.L �... �'=-.. .---- -�r� � �-----_�
I" , �..�.._ � --- � '----
I �. sa�L' '�C��� - '----" l �yr�—� �•��ir�!
li � *'-F _ "_" � j�� -_ " ,_— __ ..
� * fi' � 'I'� { ' r.- �l. ,—,' —'—
� '� `�:� .L,',�: :: }. ,__ � .----- -'-'J -
F '� � �I � w-- -'t`., f , .. . . � .—. ��. ' �
� ; � . � ��'• =T��"I_" `�---- _ r.�-�,
m�t �. i ..f = .._ 'r ----' :�--
. � � � �� � � - . . . -,� .,� ' --'— -� -- -
� ar S i � .�. ' :c� `; .. . t� ,,�� ��:I �--� . :.kI
�' �L i . : ` ':� �il' ' . - .. 4_'---*: Ii�Y � yL'.
x+
� � � I 1I� I' � i � I :� S „ � .�_--i... I � ,?�',J .
� ,> I�� _ F�, : .l� ii� :• L� ..---- '�-,-� - ---�- - .' -����� -
� . � - - o�e , ¢,_�----'-i �__~="_— { �i���- +r� ;
I' � ��� ./� ------ .�,?. :.-.
'`, , �b`.3 __ __�_ =:-_-�--=:: �-=_:�� ���� . . .
�' ' JI II.' -�� �- —._:. � {����="-�_
Ilt�S��7��� � _1:_E � �J ; i� " i_, � .. .._ ---: �_---��� �� _�r' y',!_ ---_
':.._I — � '-� `-1' �, ki� . -- - .,-' �__ ��—
i � � 'iJ �r '---" . . .. i.
� �\ �y���� ' i .�_.,, � .� . -����� . ...+" ':� 4_—�-r�,3 �',
l,f�� � +�} .5,� �� '-a���� .
r ��� � �� �e �����--- { _�--.. I�
itt � . ,c3 ' �'; °' � y' � , ";. `i ��.Irs�; f �1?..:.._� . ..::
_. •� . .1 � �:i�'�, � ��].t'w.^.� '���- � t --���,T
a �' �`i �� � .� �,,.' _ ..�.; � �t=�� F'�, �
u ' � a�
4j�E� \, ��� �.. . - � .. ���� :.. � . '--�k �_ � � ^
:r' . . . . }' -. ��- � �� .�����'�:'r'�: '.L' . �.�.r.
�,f ka � ,', tl g . ��..._r_t—� _�.—�,��_
�"}'.���*� �� i+ F, � �b��ft �L�r:���p.. j�r
{ j {� _ '+�� � e �.+�� �—�� q�It � I�. �� I
iM1F]li��t' 'il'� . .��• -" ' . ""' �I � '_'
" " � _ �- . ,^ : � , .,�. � � . . . a..�pyb"yP���'' ..:_,..� _; i1Fi� y
°'s i �, a l f ��`._ \ { t« � . --'" _. ' -- ---'- .-: --..
I�i� 9, i r
1��-i�r,4 `I'' �
� �����i
�j' l �
;�i, 1 ��`q.�
i"� L��
,' � 'g�
'i�ASAI GYAi i.7/N1AYl'1 1/7,'�n?,7Y7d3N H3M35 WY11N45 Oh
e � p s �I
Ii�l .I; li�����i�g �I �
� 1�4' � � : x� '�°� �I i
''#��'!( li ����`I.-��;�"+L� �
� I: =1��;�t� ,�� i;,;
� 41 �� II - -f:.i ,
�� I� . {�
,�:� .
I i �. �
� ay
I�
rr�''• i jl M �'.� :-,��'�� .l� -_.- �-��: __ — _--- � --- : _:: .
''i� k�� ��a �' ���. ----- - ---- . , �:�__------- -
�'�i�ti� ,�. ----�--- � �_�—_--- , �
_.._—.- -. k � " x f. M �n 'I �
!:\DWG-20�2089-7.7.3D7�Design�Specifiea#ions�Project Specificatians\Phase 1\bi� 01-General Requirements�0171
23.16.Q1_Attachment A_5urvey Staking 5tandards.docx
Page 2a of 22
SJ'A60p� "l�idLl�YCf�4YlUV 1tR1
• $iA O'+��AD "' L�'Yll (FIA'O L14!
��y FR�P.IM MVePfJt
p�r
X 1S'7�'
Ltsas��
�nrt£AAL1�li R�
BUC 6 `�
crn- z
sa791Ycs,p r-�ra+war.l
ftJrnr ++c.in:Yt iM
5.' G'��
%���� �i �'\
IE IYN'FF �
�
%�
�� (�i
9kE�7 (�`
.7�.iL' V
� �
� ` _�
�y i,. i
57A USi'xi7 -12'IYL(FLffiD Wti
RE4'DVE k Si4iVMrE' EX15T.
(WE YFLVE � �O�i
cY.NwECi" 70 rtXISl:s'ivAER
rxsr.u�, ti,�mrn sr.E.Evs
r-�t�x ar�cFa
f L�f9'£ V,G�YE
K-66�09 �.8y,'1
�-�,nnss
v:e rti.�r nu. �'ad �r
F� sr��`�/���/�
�r t
� a d'
a�*`�
��1'//
0
,Sf ii. fAA'l1K1 � J� NL fFiA'D L
EfSTI�,L
Fd2'Lt�L517YJD SL�EYE
5T {i- G''r' i�ii�AT�R PlF�
aarrx�r ra�:rrw.v��s
N�65C*711.�J
F.�?.xK',iC1AFl:iE
FiQ�v�xxr.�►a 3TADE�S75 - BWi
h+6�44W.S125 !$�7AiLr
r•zr3s�rr.�rro • r1�X 6'�1�t_T,E�'
rss�r� v�E �
hFIRE' M'dYfi/-�
,,�'� 1lLF &'HYU�4k57 ,��.�1
�t`��$. {� hC�`G151'£ Vuvf
A`�'37/f3DD.�9
"�a'' £�'P,A9�iB8
tas )
�y �, +� -" uNry�� M w.Fcri �.ra
+`� �,wL'�(f Yrye�, il.r R �iu @tY A
��� ����
��
�;,m. �' rz�° c-
PAe�v'
� 15'�7 �
�\ �,�F��.�..r�i�7irCh,r. .�_� �—�
TBN 'E-'�; . . ,�,,,;yp..—,- -. _
t 2
�'r�j� �.� iri/�i�Gfi i-p � �
—"'/-- -�
_-....� � __'
�'W''a'� n'-- � ..,TM.a-�-=�
�a n _.�...�1��
' --r^-_ " y..
�
• R�4$vE' k sAWiMaE
EXJSF: GQE YACV� �
[D7` A
f5tl3 R� dvPo AYl.Fuf�vat
fYrdlw�R �1C
lLR: 1nCGlY'dFi
w srxa�rse � rrw srr.o�n.� �
h�� �t1:BER0 �� �jCl:E
� '�� Nfi9:OO5P�u�
c"-.`��6303}3813 t�'?ZS6]7/657D
R�yf' VJGL
S.4lV1iP�Y :
��� ����
I:�DWG20�2089-17.307�Design�Specifications�Project Specifications�Phase 1\Div O1-General Requirements�0�. 71
23.16.01_Attac�ment A_Survey Staking 5tandards.docx
Page 21 of 22
`J ��� � -- ��
��„'� � ��a
- �1� f � -�
, _
i� �.��� -��
._ ;, r���
. i � I
' �� .�����'.
�i� -
� },!
i
yrkk �� �.
�i�: �.� ��
�� � � $# 8 : '`� a�
� °i3+ � 4;+ �a
��� � ��: � � .'�$ ��
4 1��� ` � � F4�� i �'S
; i+s[� ? ��� ��� '�y.'��� .���
k:f. i m��� I' �}=`����"I lry�l�'�
�
� h ' �o
� �����$ � � � E
�a 3 : d
�. a � � x������ & �i�' �
' � I� I �� p' �- '.Rr,s' _� •I a�.
` � I� fF` �II li_' -5��. ..�RI�� ¢Y
ti��_ ��� � � I i Y;.�s;, _.� �.
j;;' ���I .. I-s :Y, . . ;33d�
;�� y �':�� ��j i :f '��' °t = ��li ��
��' ��� I '�' ' ��I' ' � � � � � �
�'�S� � �������
�xl�„ . � ..,.�� -�_.� _ �
.,.
!!7 SS 'dCkfd OS�O'V.CS ,3N77 N�1tlW q� _� ' '
. �: - � I:�e:�� r� -....._.. �......_..� .
'�"-�,. � �� I �s
' � .I' 'S'+� I''S\'�r;' <a
...-� ,�akj' rC-,,If�; � �€ . F� • _�
I :I 1 ii�i' � �1 ..
�i� � I k
� � � �' j I '� �--�
ae waeaaE
I .' 'I �� h���'d'4qe
� .-I 4 � , i��F#� �
j1 .r' �'4.`{ tl iI r.r.� �
. 1` � II�'� h�l4i�..i�ll�'i
��I� I � �3 � , If,i \ ..
� �� „� � �:.
� _ . {- _ � ' ` ��,�•� `•�`�
� ��' � I � � ''\
$ �y� �I � ;�,i �; !� `l�
��x . � � �i � .
(� W � ' � ,;' d� �`' :
��� �: , 7 , � �� :c� ;� �x
�� .�` � ��.
� �.;, . �_<�� �
� w�y � ;' ��� ��g�'s ��',
�� , � c. � / � n,
�Q� ; .{ i . � � w
� s;_ �a�= i - ! � �'' "
� . � `��� _�� :, �
, ,
, i � �: �,V '. i ,�� .
��, � �: ; �� ' I fw
ng � i �- � ��� -���' -�- � �.�
I;;G�91' �' };` -.���-� � + r
� � �, � .
� � ,�, ; �
���, . �� ���� I
�;�`` � {� , � ' � '��' s¢"
:�,. �, :��4;���l���
M1 � \ w\. ..� 'I�.. � ..,��fl.l��..
'til' I' {�-a'�. ��� � ��� � - -
�I � � �• �~� ���' � \�� '�
�:'��y,ar}:' a ��p'��. _ 3 bp� � �\
�`7.ry, : � f.F '�' : �� �
Ii�P.o, {:��i';' y`�'� � . - ��'' li I �� �i ��� � y ? �
�,���i��,�X`� �i�. ;,? ��
4
+;+i7�t7w 11T���' �1A'�Y�I
i I_T' '_'�'_i-�
-�I-�-''� —'-
��t.'7�,�,..���'�- -�'
�� � � :.I::.�
. ,.� :. 'ii; i i; �. '.' �- I
�� I� -.9"li� �: �_--'il'��- i '
.�.i_.:,�w_�:.._,i','=" �
.;�. :� �
114 . ill :'�j' ...
I��'� i '
��: b. u�_:. �' �i �._.i�
; ' ��.'. . '. i .� �.
;i;. �. � ��''I� II I!. ;r.:'
.'' � i. �. ����m�r-��n�i
����'w ' ' I
�� _.l '; a:,�RA�3`'�k;
I � ����_ .
. .,i� _.��_. r_r �.
' I�;:;
� �. � ,�,I�!�: : I.'
I L'_.I..�"_"{ L_._I:._� I�
I���I � ��.I I�,� I I.._..I,
� �� , r!1I._n ��.�I��li��r!c'.�,�
�. � � �; � , �
. Iy �,.Il�,i,�l;i;_,.—,::
,i,��lf;��l�l I�I;� �;���
— �'.�" I":�i;� �{: ���_ �' I
.��i�� r.''i..���1
'I�' �-:.i I1:='' �iL_!" �':.
i � ��i
.;��_�'r1J.f�r:���' ��.
i_ � .
i �t���-i�`-.fn���
i- �����:1.:�},�,_ _.i
-� �''��''.����,' ; ;� i.. i
�'�; � �r. � � �'�: I . .I
, °;': '.; �t..:' : ��
, ,; — ��--�,
�,�� . �,��,,,
I,.. �+F�, .. �; :.;.
�� �, , rl "���
+Jiy I '
.. _.ri� .I"�!.i��. i.
�, .--�—�r�s �}
i �, . : I ! ;i
'I'-',I'+i� .:.!. .����'ll
��,� ,' -��--�:I
.��i� I�._ .. � ��'�1� "x:;:�
�I r I. '�J_ I I: I�
��.� . ��` I
..li, 5 �.�I_.II _ _ .
.r���V � I.�i���� I!I� ��
���i� � �If.
I!.-�_ ...._ � .....'+i� �• �
� �i+ .�'!I.: .I�..
�'=- a�':��;�"� :.
�.��'..:r 'i-'�
� � ; �i����l I I
: i�, `-'I
j.' - ;: � jf:ij���::-��j .i�.
,:r n�� .. i. �s.��..^.L�i.`y � r'
I..'.:.Tu�J:—
fr � r tii !
r � „ , �
�
i
I
�:1� W v �TzcTa_ .r�-� .�or�c�rSnZaP ccm cc'«vrra�x�-c7c cs vp ccm �craTorr��-res�c .eZ.�vx�crra.�rrrcccrasrcn�cnsa�� 1% 1
23.16.01_Attachment A_Sur�ey 5taking Standards.docx
Page �2 of 22
Ob�iously the .cs� or .txt file cannot be signed/sealed by a surveyor in the format
requested. This is just an example and afl this information should be noted when
deli�ered tn the City so it is clear to what coordinate system fihe data is in.
PpiNf No. NORT}iING EA5TIIVG ELEV.
1 6946257.189 2296079.165
2 69A6250.893 229GOG2.142
3 69d6307.399 229503$.306
4 694627.D,587 2296011.[�75
5 694G195.23 22950'1S.S16
6 6946194,528 229&422.721
7 69�1S13o.012 2'195991.115
S b546Q02167 2295919.133
9 69�6003.056 2295933,416
10 59�5984.677 2295880.52
11 6945986.473 2295859.R42
12 G945895.077 22958G0.9G2
13 &945596.591 2295862.188
14 69A5934286 1795&41925
15 69d5936.727 229583a.443
16 fi945835.678 2295799.707
ll 694581l.488 229582/.U11
18 6945754.776 2293758.G43
19 6�3457G8.563 2295778.A24
20 6945743.318 �295788.392
21 6945723.213 2295754.394
22 G945G82,27 2295744.22
23 69d5521.402 2295fi69.97]
7.4 8945fi43,407 )795735.Oa
25 fi945571.059 2295G55.195
26 6445539 49& 2295667.863
Z7 6945519.834 2295b19.49
28 6945a17.879 �295580.27
2J 6345456.557 22956d3.1A5
30 6945387,356 Z295597.1Q1
31 6945370.688 Z295606.793
32 69d53II3.53 Z�95G1U.559
33 69A5321.228 229555i.105
34 5945319.365 �Z95539.77A
35 69452d2.289 2295570.715
36 6945233,624 22955�1}.526
37 6945206.483 2295529305
38 6945142.015 2295557.666
39 6345113.445 2295520.335
qU 6BASD49.UZ ��955Z7.345
41 694SQ41.Q24 Z29SS52.675
42 6945038.878 229555?.197
A3 6345�06.397 7295518.1�5
A4 6944944,782 729557,{1.695
45 69449�13.432 229555G.479
A6 6�A486U.415 229553d,39i
u�scHiN ri�an�
726.69 SSh1H RIM
725.668 GV RIM
725.85 GV RIM
723358 SS�R�1 RIM
722,123 GV RIM
722325 FH
7�9.448 Wh,1 HIAA
713.331 WM RIMt
7i3.552 CO FiIM
7I1.66� 55N[H RIM
7iQ.04S WM RI�41
707.72 WM IlllVt
708.2f35 WI�9 Rlivt
7D9.4F7 WI�9 Rlfvt
710.n84 CO RIM
707J74 SSMH RIM
708392 5SMH RIM
711.218 SSMH RI[Vl
i1C1A86 GV RIM
31U.63] G��RIM
T12.849 GV RIM
71G.G8G WMt RIM
723.76 Wtit FIM
7'i 9.737 CQ RI M
727.514 SSMH Rilvi
729.iZ3 �1J�r1 R1Nl
732.685 W�,1 R]t�A
740.521 W�l RIM
736,451 CO RIM
740.756 GV R1F�i
740.97fi GV Rli�
�ao.aaa Fi i
7A6.3�1 W�] RiNi
746.777 CO Fl3t,�
745.$54 W�41 ftEtv�
?49.59 SSMN RIM
151.058 W;N REM
750.853 WNl RIMi
751.871 ti/JiN AEM
752.257 55141H RiA'I
751J9 W�VI REIvi
751.88 W�YI RENi
"152.615 �lJM Rlt�
757_.8f11 Ws�] R€N€
i5Z.156 W'11 R!M
752.�86 SSIVIH RlNt
- _..
, `
�, _
J;�DWG-20�2089-17,3Q7�besign�Speci#ications�Project 5pecifications�Phase 1�Di� 01-General Requirernents�0171
23.16.01_Attachment A_5ur�ey Staking Standards.docx
Page 24 of 24
C, Uther preferred as-buil# defi�rerable
Some �endors have indicated that it is easier to deliver this inforrr�ation in a different
format. Below is an example spreadsheet that is also acceptable ar�d can 6e obtained by
request from the survey superir�tendent.
J:\DWG-2D�2089-17.307�Design\5pecifications�Project 5pecifications\Phase 1�Div 01-General Requirements\q1 i1
23.16.01_Attachment A�Survey Staking Standards.docx
Page 25 of 25
� � '� �
N
i � � �
�' .� � :1
�
c :c
� ;
` �'
�� � � ! � � � � � � � � � � � ry � � �
_ _ . �#����� $��������
. � - - - -�- � �
�
x � � s � K
L�` „ y� ��, Y� ��u L�s �y�Y a
. . • � � a � '� �
� , I - . . ' ,$ ..� .� , � -� -.� .J3 � _ - - � .-. .
�
^ � � � � �
d � � � � : �
,� . �
� ;, '� � � � � � � � �
� � �� � � � � � � �
�, a � � �
r� ¢ s` a w is
� I � T � K � � � �
I' �� �
f� �
fi i �1 �
� � �� � � � � # ,� & �
� � � � � � � � � �
� � g :r ` � :` �
..r • � � � � '° �
, � � � �
I
__. _...--�--� �--�-- �— ---- -�--�- -�--�- ---- -�--�- --�--� ----�-
i
� � '� � � � � '� � � �
.� � i I � � � �i � � ��,' � � � �r �r
� ` I .� � � a� ;r, � �r � �,� F°
� s 'M � i � �.
r�..� } F � _ _
� • I i' � � „
�� • � '� '� �` �'
' ]:
7? � �
�. �
V
� Qy �
_ � i. � � �
„
- ' I '
- ' i
S '
yy� l�9 _'_ """ _ "'"" "'"'"' "'_' "'""" _'_'_""' _" """"'
q
� �
�• � �
IIB I� �
" . w A4 �
_ IE Nk �+ }I
. � � I � �' ,�d � �i
.� � � � �
: � � '� �
C4 �
J;\DWG-20�2Q89-17.307�Design�Specifications�Project Specifications�Phase 1�Di� Q1-G�neral Requirements�01 71
23.16.01_Attachment A_Sur�ey Staking 5tandards.docx
Page 26 of 26
DI 74 23 - L
CLEANI[JG
Page 1 of 4
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
t0
11
i2
13
14
SECTION 01 '�4 �3
CLEANING
A. Section includes:
l. Intermediate and final cleaning for Work not it�cluding special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard 5pecification
1. None.
C. Related Speci�cation Sections include, but are not necessarily limited to:
1. Division a— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Seciion 32 92 13 — Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
15 A. MeasuremenC and Payment
i b 1. Work assoeiated with this Item is considered subsidiary to the various Items bid.
17 No separate payment will be allowed %r this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20 A. Scheduling
21 1. Sc$edule cleaning operations so that dust and other contaminants disturbed by
22 cleaning process will not fall an newly painted surfaces.
23 2. Schedule final cleaning upon completion of Work and immediately prior to final
24 inspection.
25 1.� SUBM�TTALS [NOT USED]
26 1.6 ACTION SUBMITTALS/INFORMATIONAL �USMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAiNTENANCE MATERiAL SUBMiTTALS jNOT USED]
29
30
31
32
33
1.9 QUALITY ASSURA,NCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCT[DN SPHCIFICATION DOCiJMENTS City Project No. 101015
RcvisedJuiy [, 2011
01 74 23 - 2
CLEANING
Page 2 of 4
] 1.11 FIELD [SiTE] CONDiTIONS [NOT USED]
2 113� WARRANTY [NOT USED]
3 PART 2 - PRODUCTS
4 �.1 OWNER-FURNISHED [oR] OWNER-SUPPLYEDPRODUCTS (NOT USED]
5 �.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and unconta�ninated
9 3. For manufactured surfaces
10 a. Material recommended by rt�anufacturer
] 1 2.3 ACCESSORiES [NOT USED]
12 2.4 SOURCE QUALITY CONTRaL [NOT U,SEDj
13 PART 3 - EXECUTION
14 3.1 TIVSTALLERS [NOT USED]
15 3.2 EXAMINAT�ON [NOT USED]
l6 3.3 PREPARATION [NOT USED]
17 3.4 APPLICATION [NOT USED]
18 3.5 REPATR / RESTORATION [NOT USED]
19 3.6 RE�iNSTALLATION [NOT USED]
20 3.i FIELD [on] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING
24 A. General
25 1. Prevent accumulation of wastes that create hazardous conditions.
26 2. Conduct cleaning and dispasal operations to comply with faws and safety orders of
27 governing authorities.
28 3. Do not dispose of �olatile wastes such as mineral spirits, oil or paint thinner in
29 storm or sanitary drains o�- sewers.
30 4. Dispose of degradable debris at an approved solid waste dispasal site.
3l 5. Dispose of nondegz'adable debris at an approved solcd waste dispasal site ar in an
32 alternate manner approved by City and regulakory agencies.
CITY OP PORT WORTH Krager Drivc Phase II
STANDARD COi15TRUCTTON SPECIFICATTON DOCUMENTS City Project No. ] 01 d l5
Revised 7uly 1, 20l 1
U17423-3
CLEANItJG
Page 3 of 4
L 6. Handle materials in a controlled manner with as few handlings as possible.
2 7. T�oroughly clean, sweep, wash ar�d polish alI Work and equipment associated with
3 this project.
4 $. Remove alI si�ns oitempora�y consiructian and activities incidental to construction
5 of required permanent Work.
6 9. Ifproject is not cleaned to the satisfaction of the City, the City reserves the right to
7 have the cleaning completed at the expense of the Contractor.
8 10. Da not burn on-si#e.
9
10
ll
12
I3
14
15
i6
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience af
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily �n strategicatly located container(s):
a. Cover to prevent blowing by wind
b. 5tore debris away from canstructian or operational activities
c. Haul frorn site at a minimum of once per week
4. Vacuum clean interior areas when ready to r�ceive fnish painting.
a. Continue vacuum cleaning Qn an as-needed basis, until Final Acce�atance.
5. Prior to stortn events, thoroughly clean site of a�l loose or unsecured iterns, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Clear�ing
1. Remove grease, mastic, adhesives, dust, dir�, stains, fingerprints, labels and other
foreign inaterials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mir�-ars.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
consituction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
S. Mop office and control room floors.
35 D. Exterior (Siie or Right of Way) Final Cleaning
36 1. Remave trash and debris containers from site.
37 a. Re-sced areas dishzrbed l�y location of trash and debris containers in accordance
38 with Section 32 92 l3.
39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
40 that may hinder or disrupt the flow of traffic along the roadvvay.
41 3. Clean any interior areas including, but not limited to, vaults, rr�anholes, structures,
42 junction boxes and inlets.
43 4. If no �onger required for maintenance of erosion facilities, and upon appro�al by
44 City, remove era5ion controi fram site.
CITX OF FORT WORTH Kroger Drivc Phasc II
STANDARD CONSTRUCTiON SPECIFICATIDN DOCCJMENTS City Project No. 1 D 1015
Rcviscd luly 1, 20i 1
0� 7423-4
CLEANING
Pa�e 4 of 4
1 5. Clean signs, lights, signals, etc.
2 311 CL�SEOUT ACTIVITIES [NOT USED]
3 3.12 PROTECTION [NOT USED]
4 313 MAINTENANCE [NOT USED]
5 3.14 ATTACHMENTS [NOT USED]
6 END O�' SECTION
7
Reeision Log
DATE NAME SUMMARY OF CHANGE
S
CiTY OF FORT WORTH Krogcr Drivc Phasc Il
STANBARD CONSTRUCTIDI� SPECiFTCATTOT�I DOCUMENTS City Project No. l0lUl5
Revised July l, 201 l
oi��i9-i
CL05EOUT REQUiREMENT5
Page 1 of 3
l
2
3 PART1- GENERAL
4 1.1 SLTMMARY
SECTION Ol 77 19
CLOSEOUT REQUIREMENTS
5 A. Sectian Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth 5tandard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessariIy limited to:
1 D 1. Division 0— Sidding Requirements, Contract Fortns and Conditions of the Contract
11 2. Division l— General Requirements
12 1.�. PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payrrze�t vwill be allowed for t�iis �tem.
16 1.3 REFERENCES [NOT USED)
17 1.4 ADMIN�STRATIVE REQUIREMENTS
18 A. Guarantees, Bor�ds and Affidavits
19 1. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for VVork or equipment as specified are
21 satisfactorily filed with the Ciry.
22 B, Release ofLiens or Claims
23 1. No applieatton for final payment vtrill be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City's Project Representative.
GITY pF FORT WORTH Kroger Drive Phase TI
STANDARD CONSTRUCTiON SPECiFICATiON DdCUMENTS Cily Project No. ! 01015
Revised July t, 201 I
oi �� �9-z
CLOSE,OCIT RF,QUiREMENT5
Page 2 of 3
1 l.b INFORMATIONAL SUBMiTTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED}
3 PART 2- PRODUCTS [NOT U�ED]
4 PART 3 - EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATION �NOT USEDj
7 3.3 PREPARATION [NOT USED]
S 3.4 CLOSEQIIT PROCEDURE
9
lU
11
12
l3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
A. Ps-ior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section O1 78 39
2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23
B. Prior to requesting Final Tnspection, perfox tn �n.al cleaning in accordance with Section
01 74 23.
C. FinalInspection
l. After final cleaning, providc notice to the City �roject Representative that the Work
is completed. �
a. The City will make an initial Final Inspection wiCh the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon xeceiving writien notice from the City, immediately undertake the Work
requ�red to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. Upon completion of Work associated with the items Iisted in the City's written
notice, inform t�e City, that the required Work has been completed. Upon receipt
of this notice, the City, in the presence of the Cantractor, will make a subsequent
Final Inspection of the project.
4. Provide all special accessories rcquired to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the �rst lubrication of the equYpment
c. Initial fill up of all chcmical tanks an� fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expetadable items as required far initial start-up and operation of all
equipment
D. NoticeofProjectCompletion
CITY (}F FORT WORTH
STANDARD CONSTRUCTTpN SPECTFTCATiQN DOCUMENTS
Revised July I, 20! 1
Kroger Urive Phase II
City Project No. I D 1015
DI7719-3
CLOSEOUT REQU�REM�NTS
�age 3 of 3
I
2
3
4
S
6
7
8
4
10
ll
l2
13
�4
15
16
17
18
19
20
zi
22
23
1. Or�ce the City Project Representative fnds the Work subsequent to Final Inspection
to be satisfactory, the Ciry wi1� issue a Notice of Praject Completion (Green Sheet}.
E. Supporting Documentatian
1. Coardinate with the City Project Representative to complete t1�e foltowing
additional farms:
a. Final Payment Request
U. Statement of Contract Time
c. Affidavit of Payrr�ent and Release of Liens
d. Consent of Surery to Final Payinent
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Leiter of Fina] Accepiance
l. Upon review and acceptance Qf Notice of Project Completiorz and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payrnent.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-iNSTALLATiON [NOT USED]
3.7 FIELD [aR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES [NOT USED]
24 3,12 PROTECTION [NOT USED]
25 3.13 MA�NTENANCE [NOT USED}
26 314 ATTACHMENTS [NOT USED]
27
28
END OF SECTION
Revision Log
I]ATE NAME SUMMARY OF CHANGE
29
CITY OF FORT WORTH Krogcr Brivc Phasc II
STANDARD CONSTRUCTION SPECIFICATION DOCUIVEENTS City ProjectNo. [O1D15
Rcviscd.Tuly !, 2011
01 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION O1 78 23
OPERATiON AND MAINTENANCE DATA
5 A. Section Includes:
6 1. Product data and related information appropriate for City's maintenanee and
7 operatiot� of px'oducts furnished under Contract
8 2. Such products may include, but are not limited to:
9 a. Traffic Controliers
10 b. Irrigatron Controllers (to be operated by th� City)
1 ] c. Butterfly Valves
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14
15
16
17 1.2
18
19
2D
21 I.3
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiaty to the various Ttems bid.
No separate payment will be allowed %r t��is Item.
REFERENCES �NOT U�EDJ
22 1.4 ADMINISTRATIVE REQY.1'IREMENTS
23 A. Scheduie
24 l. Submit manuals in �nal form to the City wiihin 30 caIendar days of product
25 shipment to the project site.
26 1.� SUBMITTALS
27 A. Submittals shall be in accordance with Seciion 01 33 00 . All subrnittals shall be
28 approved by the City prior to de1ivery.
29 I.6 INFORMATIONAL SUBMITTALS
30
31
32
33
34
35
36
37
A. 5ubmittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Sizc: $'/z inches x 11 inches
b. Paper
1) 40 pound minimum, white, far typed pages
2) Ho1es reinforced wit�i plastic, clath or metal
c. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH Kroger Drive Phase Ii
STAI�IDARD CONSTRUCTION SP�CIPICAT[ON DOCLTMENTS City ProjccY No. 101015
Revised Decembcr 20, 2012
Ol 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
]
2
3
4
5
6
7
S
9
10
11
12
13
14
15
16
17
18
19
20
21
d. Drawings
1} Pravide reinforced punched binder tab, bind in with text
2} Reduce �arger drawings and fald ta size of text �ages.
e. Provide fly-leaf for each separate product, or each piece of operating
equipment.
i) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Coeer
1) Tdentify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter co�ered in the rnanual
3, Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are usec�, correlate �he data into related consistent
group�ngs.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
22 I. Neaily typewritten table of contents for each vo[ume, arranged in systernatic order
23 a. Contractor, name of responsible principal, address and telephone number
24 b. A list of each product required to be itac�uded, indexed to content of the volume
25 c. List, with each product:
26 1) The name, address and telepl�one number of the subcontractor or installer
27 2} A list of each prociuct required to be included, indexed to content o� the
28 valume
29 3} identi�y area nf responsibility of each
30 4} Local source of supply for parts and replacement
31 d. Identify each praduct by product name and other identifying symbols as set
32 farth in Cantract Documents.
33 2. Product Data
34 a. Include only those sheets which are pertinent to the specific product.
35 b. Annotate each sheet to:
36 1) Clearly identify specific product or part installed
37 2} Clearly identify data applicable to installation
38 3} DeFete references to inapplicable infarmation
39 3. Drawings
40 a. Supplement pt•oduct ciata with drawings as necessary to cleariy illustrate:
41 1) Relatians of component parts of equipment and systems
42 2} Contrnl aad flow diagranns
43 b. Coordinate drawings with information in Project Record Documents to assure
44 carrect illustration of completed installation.
45 c. Do not use Project Record Drawings as maintenance drawings.
46 4. Written text, as required to supple�nent product data far the particular installation:
47 a. Organize in consistent format under separate headings far different procedures.
48 b. Provide logical sequence of instructions of each procedure,
CITY OF FORT WORTH Kroger Drive Phase II
STA�1bAR� CONSTRTICTIOi� SPECIFCC�ITTOAI bOCUMF..NT5 City Projcct IYo. 101015
Revised December 20, 2012
017823-3
OPFRt1T[ON AND MAIIVTENANCE IaATA
Pagc 3 of 5
1
2
3
4
5
b
7
8
9
10
1l
12
13
14
15
l6
17
l8
19
20
21
22
23
24
25
26
27
28
29
30
3r
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
5. Copy of each warranty, bond and service contract issued
a. Provide infQrmation sheet for City personnei giving:
1) Proper procedures in event of fai lure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submi# 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full infarmation on products
I) Catalog numher, size, composition
2) Color and texiure designations
3) Information required for reordering special manufactured pcoducts
b. Instructions %r care and maintenance
I} Manufacturer's recomrnendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimen�al to
product
3) Recommended schedule far cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving fiill information on products
1) Applicable standards
2} Chemical eamposition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipmeni and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as app�•opriate:
a. Description of unit and component parts
Z) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomcnclature and commercial number of replaceable parts
b. Operating procedures
l) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, siopping, shut-down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance pracedures
1) Routine operations
2) Guide to °trouble shooting"
3) Disassembly, repair and reassembly
4) AIignme�t, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturcr's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1} Predicted life of parts su.bject to wear
2) Items recornmended to be stocked as spare parts
g. As installed control diagrams by cot�trols manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH
STANDARD CONSTRUCTIOM SPECIFICATION i]QCUMENTS
Rcviscd bcccmbcr 20, 2012
Kroger Drive Phase iI
Ciry Project No. lolols
01 78 23 - 4
OPEItATION A�1D MAINTENANCE DATA
Page 4 of 5
1
2
3
4
5
6
7
S
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
i,
J•
ic.
3. Contenf, for each electric and electronic system, as appropxiate:
a. Description of system and component paris
1) Function, norraal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and conntr�ercial number of replaceable parts
b. Circuit directories of panelboards
1} Electrical service
2} Controls
3) Communications
c. As installed calor coded wiring diagrams
d. Operating procedures
1} Routine and normal operating instructions
2) Sequences required
3} Spccial operating instructions
e. Maintenance procedures
1) Routine �perations
2} Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance insh�uctions
g. List of original manufacturer`s spare parts, manufacturer's current p�-ices, and
recommended quantities to be maintained in storage
h. Other data as required under pertine�t Sections of Specifications
4. Prepare and include additiona] data when the need for sueh data becornes apparent
during instrExction of City's personnel.
Charts of valve tag numbers, with Iocation and functian of each valve
List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be rnaintained in storage
Other data as required under pertinent S�ctions of 5peciiications
30 l.9 CLOSEOUT SUBMITTALS �NOT USED]
3l t.8 MAINTENANCE MATERiAL SUBMiTTALS (NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by perso�el with the following criteria:
34 I. Trained and experienced in maintenance and operation of described products
35 2. 5killcd as technical writer to the exteni required to communicate esscntial data
36 3. Skilled as draftsman competent Lo prepare required drawings
CITY OF FORT WORTH I{roger Dri�e Phase II
STANbARb CONSTRIFCT[ON SPECIFiCATiON bOCUMF..i1TS Ciry Projcct IVo. l O1015
Revised �]ecember 20, 2012
017823-5
OPERATION ANB MAINTE�IANCE DATA
i l.lp DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1,11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARR.ANTY [NOT USED]
4 PART 2- PRODUCTS �NOT USED]
PART 3 - EXECUTION [NOT USED]
6
END OF SECTION
Page 5 of 5
Revision Log
DATE NAM� SUMMARY OF CHANGE
8/3I/2012 D. Johnson LS.A.1 -- title of section removed
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTION SP�CIPICAT[ON DOCUM�NTS City Project No. l D 101 S
Reviscd Dcccmbcr 20, 2012
O17839-1
PROJECT RECORD DOCUMENTS
Pagc 1 of 4
1
2
3 PART1- GENERAL
4
5
6
7
8
9
l0
11
12
13
i4
15
16
17
1.1 SUMMARY
SECTION Oi 78 39
PROJECT RECORD DOCUMENTS
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, induding:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter lZeports
B. Deviations from this City of Fort Worth 5tandard Specification
1. None.
C. Related Specification Sections inciude, but are not necessarily limited to:
1. Division Q— Bidding Requirements, Cantract Forms and Conditions of the Contract
2. Divis�on 1— General Requirements
1.� PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associa�ed with this Item is considercd subsidiary to the various Items bid.
20 No separate payment wil( be aIlowed for this Ttem.
21 ] .3 REFERENCES [NOT USED]
22
23
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
24 A. Prior to submitting a request for Final Inspection, dcliver Project Record Documents to
25 City's Project Representative.
26 1.6 ACTION SUBMITTAL,SIINFORMATIONAL SUBMITTAL,S {NOT USED]
27
28
29
30
31
32
33
34
35
36
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUSMITTAL� �NOT USED]
I.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adcquate
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 thai future search for items shown in the Contract
Documents may reIy reasonabl� an i�aformatian oUtained fro�n the approved Project
Record Documents.
CiTY OF FORT WORTH Kroger Drive Phase Ii
STANDARD CONSTRLFCTION SP�C[FICATION DOCUMGNTS City Project No, t 01015
Revised 7uly 1, 2011
o��s39-a
PROJ�.CT RECORD DOCUMEt�lTS
Page 2 of 4
� 3. To iacilitate accuracy of records, make entries within 24 hours after receipt of
2 information that thc change has occurred.
3 4. Provide factual infonnation regarding al1 aspects of the Work, both concealed and
4 visible, to enable future modifcation of the Work to proceed without lengthy and
5 expensive site measurement, investigatian and examination.
6 110 STORAGE AND HANDLING
7
8
9
io
11
12
13
14
15
I6
A. Storage and Handling Require�nents
l, Maintain the job set ofRecord Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2, In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In sucl� case, provide replace�ents to the standards originally required by the
Contract Documents.
L11 FIELD [SITE] CONDITIONS [NOT USED]
i.t2 WARRANTY �NOT USED]
17 PART � - PRODUCTS
18 �.1 OWNER�FURNISHED [on] OWNER-SUPPLIED PRODUCTS [NOT USED�
�
20
21
22
�.� RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, securc fr�m the City, at no
charge io the Contraetor, 1 complete set of all Documents comprising the Contract.
23 B. Final Recard Documents
24 1. At a#ime nearing the completian of #he Work and prior to Final Inspection, provide
25 the City 1 complete set of all Final Record Drawings in the Contract.
26 2.3 ACCESSORIES [NOT USED]
27 �.4 SOURCE QLTALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 3.� INSTALLERS [NOT USED]
30
31
32
33
34
35
3.� EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A, Maintenance of Joh Set
l. Immediately upon receipt of the job set, identify each af the Documents with the
titte, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH
STANDARD COI�ISTRUCTION ,SPECIFICATION DOCUMENTS
Revised July 1, 201 1
I{roger Drive Phase II
Ciry Project No. 101015
01 7839-3
PROJEGT RECQRD DOCUMENTS
Page 3 of 4
1 2. Pr�s�rvation
2 a. Considering kh� Contract completion time, the probable number of occasions
3 upon which the job set must be taken out for new entries and for examination,
4 and the conditions under which these activities will be perfor•med, devise a
5 suitable method for protecting the job set.
6 b. Do not use the j ob set for any purpose except entry of new data and for review
7 by the City, until start of transfer of data ta fmal Project Record. Documents.
8 c. Maintain the job set at the site of work.
9 3. Coordination with Construction Survey
10 a. At a minimum, in accordance with the intervals set forth in Section O 1 71 23,
11 clearly mark any deviations from Contract Documents associated with
12 inskallation of the infrastructure.
l3 4. Making entries on Drawings
14 a. Record any deviations from Contract Documents.
15 b. Use an erasable colored pencil {not ink or indelible pencil), clearly descri�e the
16 change by graphic line and noie as required.
17 c. Date all entries.
� 8 d. Call aktention to the entry by a"cloud" drawn around the area or areas afFected.
19 e. In the event of overlapping changes, use different colors far the overlapping
20 changes.
2] 5. Conversion ofschematic layouts
22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
23 ducts, and similar items, are shown schematically and are not intended to
24 portray precise physical layout.
25 I) Final physical arrangement is determined by the Contractor, subject to the
26 City's approval.
27 2) However, design of fi�ture modifications of the facility may require
28 accurate information as to the final physical layout of items which are
29 shown only schematically on the Drawings.
30 b. Show on the job set of Record Drawings, by dimension accurate to within I
31 inc1�, the centerline of each run of items.
32 1) Final physical arrangement is determined by the Contractor, subject to the
33 City's approval.
34 2) Show, by symbol or note, the vertical location of the item ("under slah", "in
35 ceiling plenum", "exposed", and t�e like}.
36 3) Make a�l identification suff'iciently descriptive that it may be related
37 reliably to the Specifications.
38 c. The City may waive the requi�•ements for conversion of schematic layouts
39 where, in the City's judgment, conversion se�-ves no vseful purpose. However,
40 do not rely upon waivers being issued excegt as speci�cally issued in writing
41 by the Ciry.
42 B. Fina1 Project Record Documents
43 1. Transfer of data to Drawings
44 a. Carefully transfer change data shown on the job set of Record Drawings to the
45 corresponding final doeuments, coordinating the changes as rec�uired.
46 b. Clearly indicate at each affected detail and other Drawing a full description of
47 changes made duri�ng consYruction, and the actua� locatinn of iter�s.
C17'Y OF FQRT WQRTH Kroger Drive Phase II
STAi�IDARD CONSTRUCTION SPECTwTCA'I'ION DOCUM�N`CS City Project Na. 101015
Rcviscd July [, 201 l
ai �s3y-�
PRO7�CT R�CORD DQCUMENTS
Page 4 of 4
1
2
3
4
5
6
7
8
4
l0
11
12
13
14
15
16
17
18
19
20
21
22
23
24
f►�T.�
c. CaII attention to each entry by drawing a"cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with tl�e proper rnedia to assure
longevity and clear reproduction.
2. Transfer of data to other pocuments
a. If the Documents, other than Drawings, ha�e been kept clean during progress of
the Work, and if entries thereon have been orderly io the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as fnal
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy af that
Document from the City at the City's usual charge for reproduction and
handli�g, and carefully transfer the change data ta the new copy ta the approval
of the City.
3.� REPAIR / RESTORATION [NOT USED]
3.b RE-iNSTALLATION [NOT USED]
3.� FIELD [ou] SiTE QUALITY CONTROL [NOT USED�
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING �NOT USED]
3.10 CLEANING [NOT USEDj
3.11 CLOSEQUT ACTIVITIES [NOT USED]
3.12 PROTECTIQN [NOT USED]
3.13 MAINTENANCE [NOT USED�
3.14 ATTACHMENTS {NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
26
CITY OF FORT W[)i2TH
5TANDARD CO�ISTRUCTION SP�CIPICATION DOCUMENTS
Reviscd July l, 20 L 1
Krogcr ilrive Phase TI
City Project No. 1fl1035
32 &4 00 - i
PLANTING iRRIGATIpiV
Page 1 of 4
I
2
3
4
5
6
7
8
9
10
11
12
13
l4
15
15
17
18
19
20
2i
22
23
24
25
26
27
28
29
30
3l
�ECTION 32 84 QO
PLANTING IR.RIGATION
PART 1 - GENERAL
1.1 SUMMARY
A. This Section includes piping, valves, sprinklers, specialties, controls, and wiring for automatic
control irrigat�on system.
1.� DEFINITIONS
A. Lateral Piping: Downstream from control valves to sprinklers, specialties, and drain valves.
Piping is under pressure during flaw.
B. Irrigation Main Piping: Dowr�stream from point of connection to water distribution piping to,
and including, control vaIves. Piping is under water-distribution-system pressure.
1.3 SUBMITTALS
A. Product Data: Include pressure ratings, rated capacines, and settings of selected models for the
followir�g:
1. 5ystem valves.
2. Specialty valves.
3. Control-valve boxes.
4. �prinklers.
5. irrigation specia[ties.
6. Controllers as s�ecified in construction documents
B. Operation and maintenance data.
1.4 QUAL�TY ASSURANCE
A. Electrical Components, Devices, and Aecessories: Listed and labeled as defined in NFFA 70,
Article iUO, by a testing agency acceptable to authoriiies ha�ing jurisdiction, and marked for
intenaed use.
PART 2 - PRODUCTS
�1 MANUFACTURERS
A. As indicated on the drawings.
2.2 PIPES, TUBES, AND FITTINGS
A. PVC Pipe: ASTM D 1785, �VC 1120 compound, Class 200.
I. PVC Socket Fittings, Sci�edule 40: ASTM D 2465.
Kroger Drive Pliase Ii
City Project No. 10101 S
Revised 7anuary 09, 2019
328�F00-2
PLAIVTING IRRIGATION
Page 2 oF4
1
2
3
4
5
6
7
8
9
10
ll
12
13
14
]5
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
�..3 GENERAL-DUTY VALVE�
A, PVC Ball Valves: MSS SP-122, nonunion type, with full-port ball, socket or threaded detachable
end connectors, and pressure rating not Iess than I50 psig.
2.4 SPECIALTY VALVES
A. Plastic Automatic Control Valves: Molded-plastic body, normally closed, diaphrag�n type with
manuaf flaw adjustment, and operated by 24-V ac solenoid.
1, Manufacturer as indicated on the drawings.
B. Quick-Couplexs: Factory-fabricated, bronze or brass, two-piece assert�bly. Include coupler
water-seal valve; removable upper body with spring-loaded or wei�hted, rtibber-covered cap,
hose swivel with ASME B1.24.7, 3/4-11.SNH threads for garden hose on outlet; and operating
key.
1. Manufacturer as indicated on the drawings.
C. Drainage Backf I1: Cleaned gravel ar crushed stor�e, graded fxonr� 3/4 inch minixnum to 1 inch
maximum.
2.� SPRINKLERS
A. Description: Plastic housing and corrosion-resistant interior parts designed For uniforn� coverage
over entire spray area indicated, at aeailable water pressure.
l. Manufacturer as indicated on the drawings.
�.6 AUTOMATiC-CONTROL SYSTEM
A. Manufacturer as ind.icated on the dra.wings and as specified in constniction documents
PART3-EXECUT�ON
3.1 EARTHWORK
A. Install piping and wiring in sleeees under sidewalics and paeing per the drawings.
B. Provide minimum cover over top o�und�rground pipin� according to the following:
1. Irrigatian Main Piping: Mini�num depth of i S inches.
2. Lateral Piping: � 2 inches.
3. �leeves: l8 inches.
3.2 PIPING APPLICATIONS
A. Underground Irrigation Main Piping: PVC pipe and socket iittings; and solvent-cemented joints
per the drawings.
B. Lateral Piping: Class 2Q0 PVC pipe and soc[�et �ttings per the drawings and details.
C. Sleeves: Class 200 PVC pipe and socket fittings; and solvent-cemented joants.
3.3 VALVE APPLICAT�ONS
A. Control Valves: Per the drawings.
I{roger Drive Phase II
City Project No. 101015
Revised January 09, 2014
328400-3
PLAN`i'ING [RRIGATION
Page 3 of 4
1
2
3
4
5
6
7
8
9
]0
]1
12
13
14
15
16
17
18
i9
20
2I
22
23
24
25
26
27
28
29
30
31
32
3.4
3.�
3.6
3.7
3.8
INSTALLATION
A. Install piping free of sags and bends.
B. install graups of pipes parallel ta each other, spaced to permit valve servicing.
C. Install fittings for changes in direction and branch connections.
D. Install unions adjacent to vaives a.nd to final connections to other components.
E. Lay piping on solid base, uniformly sloped without humps or depressions.
F. Control Valves: instail in control-valve box.
G. Flush circuit piping with full head of water and install sprinklers after hydrostatic test is
completed.
H. Locate sprinkler heads to maintain a minimum distance of 2 inches from pa�ed suriaces.
I. Install freestanding controllers on precast concrete bases per the drawing.
J. Instalt control cable in same trench as irrigation piping and at least 2 inches below or beside
piping, Provide conductors of size not smaIler than recommended by controller manufacturer.
Install cablc in s�parate sieeve under pav�d areas if imgation piping is installed in sleeve.
LABELING AND IDENTIFYING
A. Not used
FIELD QUAL�TY CONTROL
A. Perform the following field tests and inspections and prepare test reports:
1. Leak Test: After installation, charge system and test for leaks. Repair l�aks and retest until
no leaks exist.
2. Operational Test: After eleetrical circuitry has been energized, operate controllers and
automatic control valves to confirm proper system operation.
3. Test and adjust controls and safeties. Replace damaged and malfunctioning controis and
equipment.
B. Rernove ancl replace units and re-inspect as specified above.
ADJUSTYNG
A. Adjust settings of controllers.
B. Adjust antamatic control valves to provide flow rate ofrated ope�ating pressure required for eacl�
sprinkler circuit.
C. Adjusi sprinklers so tk�ey will be flush with, or �zot more than 1/2 inch above, �nish grade.
PRiCE AND PAYMENT PROCEDURE�
A. Measuresnent of t�is item is as stated in the Proposa� For�n.
Kroger Drive Phase lI
City Project No. 1010 ] 5
Revised ]anuary 09, 2019
328400-4
F'LANTING IRRIGATION
Page 4 of 4
1 B. Paym�nt for this item shall be by the contract unit p�ice and shall be futl compensation for
2 furnishing all Water Departcnent permit applicatians, Water Department inspections, Water
3 Department tapping fees, iabor, equipment, tools, s�pplies antE incidentals necessary to complete
4 the work.
5
6
END OF SECTION
Kroger Drive Pliase Ii
Ciry Project No. 101015
Re�ised January 09, 2019
A.�]PEI�I�I�
CiTY OF FORT WORTH Kroger Drive Phase li
STANDARD CONSTRUCTIO�1 SPECIF[CATION DOCUMENTS City ProjectNo. 1D1015
Revised July ], 20l 1
���40�2 S�i�s����ce ��� Pfl�y�ica� ����li��o�rns
TI�[�S �A�IE �LlE�F7[' ][l�TEl��IOI�AIL�Y �I�AN�
C[TY OF FORT WORTH Kroger Drive Piiase II
STANDARD CONSTRUCTION SPECIF'ICATIpN DpCUMENTS City Project No. 101015
Revised July 1, 20! 1
�
2
6
m
n
�
�
N
N
O
�
�
�
n.
K
n
�'
W
�
�
0
�
W
� m m � �
� n m b d
Z � -• s �
n ."-�- � y
— K
m ip R m
� N
� ..
n
�� � n c
� � 3
N N 2 � .3. 'e
u " � � _,
- O � � m 3 �
� 4 - � � � ��
OO N Ip � �
_ _ " C
� �
K � � nd N °°a a�
n = n�- w .v�i � Q m
� o ��?� � y o J A o d H
- a J N� � �� n Gl
O
� h Y ` Q� � O X� a
pp h o _
S �;
� � �d 'n" n r�
4 k`o �
" � �c
�y^—� �p
74 �
ln Oo "� � �
� A � �
�
V
PI G1
� � 0 � �
� y m
- � —
3 s u,
d
6 ..C. Li �= �
�� � 3 �
.��f � �
�I* � n �
� N M1 p � � ��if �
i} S J �
y Z IX n_� R p V �
� G! _ � �
�� o � �
� �
� A �-•��� � o �
} � {� n �
�� a i� a m Qo
ani ani � _ ' .� C/1
a v o Ph
ao
�i � n m �
0
� � � � a
0 0 � i � (�
o�o w ,�
� � � �
� � �
m m o � +F �
� �
a� �
0 o w ; � rfi
N F'
�•
O O � � �
� a V � �
N O
�L A
V 00 �
A N �
N N J � � �
IWII A ol
O 00 N �
O A
A lo �
l0 A
61 J �
� � �
J Qi � � o
F+ Qi � .
N O1 �
O J �
O F` � �.
o � �8 � �
R
m � � �
N v �
n n O C � �+
� � f0 n 1° m
0 0 � = s a
3 k -'• 3
a o � m d 3
� � � � x N �
� `� � � K m
0 0 � .
� � - °:
�' 3' p � O
�C 3
� � .,i
n
y = �
� 1 �
� �
� � ++,
� 4 N
,� � r.:
F ; � b
� $�-
N
�n��r�r�s��r��� r���������rs
Hl�bl�41�Y �i7 �aND �A�Siil!!��#� �OI��,�V�R� . �~ - _
i�I�H�AY 3i7 A�IQ KI��}G�R I��!tiJ�
�0(i�''1�P!��YH,1°��AS
I�repared far:
Pael�eco i��cF�
61p0 Western Place
Fort Worth, Texas �G1�7
Attn: Mr. Christopher Cha, P.E.
�� ������� ����
: •��
ti .,
:�
' 1
��
ENGIN�E�21NG
fV�arch �0�8
PRUJL�Ci �VO. �5-�59�7
www. jrbengineering.�om
� N G I N E E R i N G
March 15, 2i118
Mr. ChristopherJ. Cha, P.�.
Pacheco Koch
6�00 Western Plac�, Suite 10Q1
Fort Worth, Texas 76107
Re: Geotechnical �ngineering Report
intersection Improvements
Hig�way 3�i and �asswond Baulevard
I�ighway 3�i and Kroger Drive
Fot't Worth, Texas
JR� ReporC Rla. 1�-159�7
Qear Mr, Cha:
JftB Engine�ering, LLC. (JRB) is pleased to submit aur Geotechnical Engir�eering Report for t�� abnve
referenced project. The �eotechnical er€gineering servic�s performed for this study were carried out in
general accordance with JRB Proposal No, P-247Q8-18 dated lanuary 25, 20�.8.
This repart presen#s engineering analyses and recornmendations for site grading, foundations and
pavemer�ts with respect to available praject characteristics. Fiesult5 of our field exploration and laboratory
testir�g are shown in detail in the appendix section of the study.
We appreciate the cont9nued nppartunity to be o# service to yo� on t#�is prvject and lo�k forward to providing
additional Geotechnical Engineering and Cons'truction Materials iesting services as the project progresses
through Che detailed design and consiruction phases. Please contact �as if you have any questions nr if we
can be of fur�her assistance.
Respectfully Submitted,
\ ���
Kim L. M�cy, 5.�..T., CS�IA
Vice Presid�nt �- W�st Qivisi
Texas Engineering Firm License No, F-11503
_ �{ � - � �� if F . `��
John A. Focht III, P.
Tec�nical Director
�
60313
�����°- a�.�
��.tis.2
3R6 Engineering, LLC � 8908 Ambassador Row � t�allas, TX 77�4p j O�ce 713-996-9979
�A�d� �� �ORIY�NTS
Paee
1 I f�iROn[1CT10�1 ...............................................................................................................................�
� PURPOSES AiV� SCOPE OF ST'U�Y .............................................................�.......,....,................,........3
3 FiE�� O��RATlOf1�S A�1fD �A�ARATORY T�S�ING ..................................................a............,...............3i
4 GENE�3AL SfY� COi1lDlT'1�i�5 .............................................................................................................�
4.15ite Geology ........................................................................................................................................4
4,1.1 Grayson Marl and Main 5treet Lirr�estone, undivided Forrnation (Kgm] ....................................4
4.2 Subsurface Soil Conclitions .................................................................................................................5
4.3 Groundwater ...................................................................................................................................... 5
S Af�fAlYSiS Ai�D R��011+YftAl�N�pAiIO�S ...............................................................................................6
5,15eismic 5ite Class ,.......,. ........................................,,....,,......,......,........,......,.....,...,..........................,... 6
5.2 Patential VerCical Rise ................... .....................................................................................................6
5.3 Excavatian Safety Considerations .......................................................................................................7
6 PIRId�N➢��IiS ...........................�...............,,,..,....,.,..<.......,...........................,,.............,.............,........�
S.1 �igid Pavements ................................................................................................................................. 7
6.2 Pa�ement 5ubgrade Preparation .......................................................................................................9
7 Sii� PR�PAFtAT'IOit� peN9 �fEL l�LACE�IIE�T ......................................................................................1(i
7.1 General ............................................................................................................................................:10
!,2 Earthwork .........................................................................................................................................11
7.2,1 Site Preparation .........................................................................................................................11
7.2.Z Site Grading ...............................................................................................................................12
7.2.3 Utility Backfill .............................................................................................................................13
7.2.4 Density Tests .............................................................................................................................13
7.3 Construction Ot�servatians ...............................................................................................................14
� STU�Y CLOSU�� ............................................................................................................................14
9 CB�YRf%i�T 2n�8 J�� �RlGIIVEERING, L�C ........................................................................................9.5
,4PP��IDI� A
Plate
V1CINITYMAP ......................................................................................................................................................................A.1
GEOLOGYMRP ....................................................................................................................................................................A.2
BOR#NG LOCATION DIAGRAM ....................................................................................................................................A.3
LQGSOF BORING ............................................................................... .................................................................A.4AJ
KEY TO CLASSiFICATIONS AND SYMBOLS ...................................................................................................................A.B
UN[FIE� SOiL CLASSIFiCATION SYST�M .....................................................................................................................A.9
SWELLTEST RESULTS .............................................................................................................................................. A.iO
CONCRETE COR� 1'HICKNESSES AND CQMPR�55iVE STRENGTH RESULTS ............................................................. A.11
r4PPENDIX B
Pase
IMPOiiTAfVT II�FORMATION ABQUT �HiS GEOT�CHNiCAI �NGINEERING REPQRT .......................................................B-1
�a,�� � �
www.jr'bengineering.ccln't PROJECT N0. 18-15947
- - - ��� s�rl!'"
1 INiR��UCTI�h�
This repart presents aur geotechnical study for Che intersection improvements at U.S. Highway 377 and
Basswond Boulevard ar�d IJ.S, i�ighway 377 and Krager [}ri�e, Currently, the intersection a# US 377 and
lCroger Rrive is a T-intersection with three nnrthbound thru lanes, one narth left turn �ane, tftree
southbound thru lanes, one east left turn land and one east right turn fane. The in��rsection ai US 377
and Bassvvood Boulevard l�as three northbound thru lanes and one left turn lane, three southbound thru
lanes and one left tut'n lane, one eastbound thru lane with one right turn lane and ot�e left turn lan� and
two westhound thru lane� with one left turn lane.
it is anticipated that these roadways will classify as arterial and cammercial connectors per the City of Fart
Worth's cfassificatio� system (per Pa�ement Design Manual, dated January 29, 2015) and Master
Thoroughfare Plan, dated May 3, 2016.
Intersection improvements including thru lane addi�ivns, turn lane additions and constructed
roUndabo�ts are planned for thi5 project ihis study was perfarmed based on the Scape of Services
presented in our Proposa! Na. P-247Q8-18 dated lanuary 25, 2018.
Traffic cvunts or loading eonditions were nat available at the time of this study. Therefore, we have
calcufated maximum ESRi. values for the City's minimum pavement design. If higher volumes are
expected, than those presented ir� section C.� Rigid Pa�ements, Table a, th�y should be discussed prior
to final design.
A site uicinity map and g�o[ogy map are attached a� Plates A,1 and A.2, respective6y. The general locat�an
and arientation of the site are shown on the Boring �.ocation Qiagram, P1ate A.3, in Appendix A o# this
study.
Pa�� � 2
wuvw.jrbengineering.com PROJECT NO. 18-15547
� �URP�SES A�a SC��� A� STUDY
The principa! purpases of this study are to evaluate Che general soil and rack conditions at the praposed
site and to develop geoteehnical recommendations for the design and construction of foundations and
paveme�tt. To accomplish its intendee! purposes, the study was conducted in the fiollowing phases;
• Borings were driiled and sampled to evaluate the soil ant# rock conditians at the boring lacations and
ta abtain sail and rock samples
� l.aboratory tests were conducted on selected sampies recovered from the k�nrings t� evaivate the
pertinent engineering characteristics of the foundatfon svils and rock
• Engineering anaEyses were per�ormed using field and laboratory data, tn develop foundation and
pavement design recommendations
3 FI�Li] �P�RAT°��f�S Af�� LABQRAi�RY i�SiING
Th� borings were located in the field by JRB Engineering personnef with measurements taicen from site
landmarks and using an aeria! image of the site. These locatior�s v+jere not surveyed. 7he pravided
locations are aecurate only to the extent implied by the technique used in their determination.
Soif and rock sampl�s were callected by comp�eting a total of four borings in February 20?$. The
approximate boring locations are shown on Pfate A.3, Baring Location aiagram. Sample depth, description
of soils anc! classifica�ion (based on the Unified Soii Ciassificatiort 5ystem) are presented or� the Logs of
Boring, Plates A.4 thraugh A.7. Keys to terms and symbols useci on the logs are shown on plates A.8 and
A.9, Presented betow are the proposed structures, the borings that were drilled and their depths.
'�able 1: idoaduvay+ �oring �ocations anc� Dep�hs
S�ruc�iure/Equipm��f 8oring �Vo, ��vance� Depth
��•�
Sasswood Boulevard� 1 11
Kroger �rive ����� 2 thru 4 1.0
PAGE j 3
www.jrbengineering.com PROJECT NO. 18-15947
Laboratory soil tests were perfarmec! on seiected sarr�ples recovered fram the borings to eanf9rm visual
ciassification and determine the pertinent engineering properties of the sails encountered. Classificatian
test results are presented on tf�e �ags af Boring. Swell tests were perforrr�ed on selected soil samples
and the resulfs are tabulated and presented in the Appendix section or� P[ate A.10.
Concrete cores were also obtained frorri each baring location. See concrete thickrtesses and cQmpressive
strength resul#s preser�ted in the A�pendix section on PEate A.11.
Deseriptions o# the proc�dures used in the field and laboratory phases of this study are presented in �he
Appendix of this report.
� ���v���� si�E eo����ion�s
4.� Si�e Gealagy
Based an the subsurface conditians eneountered in the borings and the Geologic Atlas of Texas, Dalfas
Sheet €published by the Bureau of Ecanomic Geology), the site appears to be mapped within the Grayson
Marl and Main Street Limesto�e, undivided formation, The USGS Mir�eral Resourees On-Line Spatial Data
reference contains the follov�ing description.
4,1.2� Grayson iV��rl and I�Yain SCeeer Limestone, un�ir�icied �ormation (Kgm)
GraysQn Marl mostly marl, light greenish-gray ta mediurn gray, neartop some thin interbeds o# limestone,
nodular, slightly sandy, gray, fossilifer�us; weathers grayish-yelEaw; thickness 15 to 6Q feet. Main Street
Limestone, thick limestone beds, coarse grained, hard, interbedded with thin marl beds; yellouv-gray,
white, broerun; thlckness 1� to 20 feet.
Please nc�te thatthe geaingic mapping was originally �aerformed using aeria� photography. Lacal variations
and anomali�s do occur.
�AGE � 4
www.jrbengineering.cvm PRQJECT 1V0. 1&15947
�.� Subsueface Sail Condi4ions
Tf�e various strata and their approximate depths and thickness are shown on the Logs of Boring. The
stratification boundaries shown c�n the Logs of 8oring represent the approximate locations of changes in
types of soil artd rock; in-situ, the transi�iort between rnaterial types may be gradua! and indistinc�.
This study was nat performed in an effort to pro�ide the �ontractor with information guidance in
evaluating t�e rippability or exeavatability of the subsurface materials at this site, and rnay lead to
incorrect conclusiorts if used for that purpose. A brief �ummary of fihe 5trati�raphy indieated by tF�e
borings is given below.
Tl�e ertcnuntered subsurface conditions can be generalized as dark gray, tan or gray fat clays (CHj, A
weathered limestone layer was encountered in Boring B-1 at 4 to 6 feet with underlying fat clays. Possible
fill material was encountered in Borings B-3 and 8-4 at depths to 9 ar�d 6 feet, respeeti�efy. The borings
vvere terminated between 1D ar�d 1� feet belouv existing grade.
The plasticity index of the cohesi�e samples tested �aried from 19 to 40, indicating moderate to high soi[
plasticity. A high pfasticity index is generally associated with a high potential for t}�e active cfayey sails to
shrink and swell with changes in moisture content.
4.3 Groundwater
The f�arings were advanced using flight augers to nbser�e the poter�tial for water seepage during and after
drilling, Free water was not observed in the borings durir�g or upon completion of drilling. The scap� of
work did nat include lang term observations af graundvuater or perched water conditions. In additior�, it
is difficuit to accurately predict the magnitude nf subsurface +lvater fluctuatians that might oecur folbwing
periads of inclement weather. Water can be encountered above any of the less permeable sail crr rock at
this site, creating a te�-nporary perched water condition, particularly during wet periods pf the year. Water
levefs shauld be expected to fluctuate throughout the year with variations in precipitation, runoff,
irrigation, site topography, utilities and the water ievels in nearby surface water features anr� ather factors
nat e�ideni at the tirne of the field ser�ices.
aA�� � S
www.jrbengineering.com PRO�ECT N0. 1$-15947
Thes� abserr�ations have been made during the course of the fi�id exploratian, as indicated on the Logs
vf Baring. A groc�ndwater study has nat been performed. �.ang-term observations wou[d be necessary to
more aceurately �valuate fihe water le►�els and fluctuatior�s. If these services are desired, 1RB would be
pfeased to provide water le�el rnonitoring as an additionaE scope of services.
5 Analysis �nd Rec�mmendations
�.1 Seismic Sitie Class
The site class for seismic c{esi�n is based on se�eral fattars that include soii profile (soil ar rock), shear
wave velpcity, density, relati�e hardness, and strettigth, a�eraged over a depth af 100 feet. The borings
for this proj�ct did not extend to a depth nf 1Uti feet; therefore, we assumed the sniE and rock cnnditions
befow the depth of t�e borings to be similar to those encnuntered at the termination depth of the borirtgs.
Based on Section 1613.3.2 of the 2015 InCernational 8uifding Code and Table z0.3-1 of ASCE 7-10, we
recomrr�end using Si�e Class C(soft rock/stiff soil profiie) fdr seismic ctesign.
5.2 Potential Ver#ical Rise
Pntential Vertical Rise (PVRj calculations were performed in general accordance with the Texas
Departmen� of Transpprtatinn (Txi�OT� Meihod 124-�. This methad is err�pirical and is based nn ihe
Atterberg limits and m€�isture content af th� s�bsurface soils. Usir�g the TxUqi' m�Chod within a 10 foot
deep activ� zane in a dry moisture condiiion, ihe estimated PVft is aboiat 4 inches.
At the tirr�e of our fiield expioration, the sampled soils at �he site ranged fram a dry to slightly moist
maisture eondition. ResuEts of free swelf �ests are� reporked on Plate A.1n and are between 0.2 and 1.3
percent.
Based on the estimated PVR using the 7'xDQ7 m�tho�, we recommend thafi � PVR of 4 inches be adopted
for d�sign. Soil maisture cantents do nat remain eonstant aver tirrye. !f the soils are allowed to dry
apprecia�fy, priar to artdJor during construt#ion, the ealculated PVR could exceed 4 inches when the soils
are subsequently give #ree access to water.
PAGE � 6
wwuv.jrbettgineering.cnm PROJECT EVQ. 18-15947
Th� r�commended PVfi does not include a Factor of Safety. We recornr��nd tha# the designers apply the
appropriat� Factor of Safety for their design.
S.3 �xcae+aiion 5afe#y Consideratians
Please note fihat in accordance with Texas State Law, the design and mainCenance of exc�vatian safety
systems is the sole responsibility of the co�tractor. Attention is drawn to OSHA Standards 29 CFR —1926
5ubpart P, inciuding Appendices A and B, for guidance in the design of such systems.
6 PAV��/I�IViS
6.i. �igid �avernents
When designing propased pa�ement secti€�ns for driveways and parking areas, subgrade canditions must
i�e considered, along with expected traffic use/frequency, pa�ement type ancf design period. For this
project, an arterial street classi�ication f�as beer� assumed. Per Table 3.3 -- Minimum Desigr� Thickness of
Rigid Pavements of the City of Fort Worth Pa�rement C3esign Manual {January 29, 2015j, a r►�inimum
thickness ofi 9 inches of JRCP is required far arterial roadways. The 4ollowing information was used in our
analysis;
Table 2: Pavemeni Uesign Input llafues
Description Value
Street classifications Arterial/Commercial Connector
Pa�ement type lointed Reinforced Concrete Pavement (JRCPy
Subgracte soil description Fat cEay (CW)
Subgrade stabilizatian Lime
Subgrade thickness 8 inches
Annua) equivalent single axle load {ESAL} 3dQ,000
Traffic growth 2.5% �
D�sign Nfe 3Q years
Total design ESALs 13,170,000
Reliahility, R 9Q/
Standard deviativn, S� U.39
PAGE � 7
www.jrbengineering.com PR�JECT fVO. 18-1.594i
The pa�ement thi�kness det�rminations were performed in general accardance with the AASNT� Guide
for the Design af Pavem�nt Structures �1993 editionj and the WinPAS software, �ersian 12 (WinPAS
results included in Apper�dix Aj. The recommended pavement sections are presented in the following
table:
These pavement sections are �stirnates has�d on assurr�ec! traffic volumes, A more precise desigr� can 6e
made with detaifed traffic foading inforrriatian.
Table �: Minirnum Pavement Seeti�ns and Assumed Traffic
Traffic Use Design ESAL Pnrtland Cemen# Concrete
Count Subgrade �'reatment (pCCJ Yhic�tness
Arterial/Corr�mercial Cor�ne[far 13,170,p00 g��'�h�s lime treated
subgrade 1D inches
- -- --
�> ,.�__ --
arvac. � �ca�c � ClCI tv iuc.di aE�u�lil:F[�c11 feqU9f�fT12f1I5 TDI` iOdpWd]I5, use the design criteria, Wil[C�t WI��
result in the stronger, more durable pavement section.
The concrete minimum 28-day compress[ve strength shauid be selected based on the expected traffic. As
a rr�inimum, reinforcing steel should consist of #�3 bars spaced at a maximum o# 18 inc�es o� center in
each ciirection,
P,����s
www.jrbengineering.com PRQlE�T NO. 18-15547
Paverrjer�t recamrnendations are based on the assumed loading conditions and corrtmonly accepted
design pracedures that should provide satisfactory performance for the design life qf th� pavement. The
concrete pavement should have between 4 and 6 percent entrainec! air. Nand-placed concrete should
ha�e a maxim�tm slump af 5�nches. A sand-feveling course shouid not be permitted beneath pa�ements.
All steel reinforcernent, dowei spating/diarneter and pavement joints should conform to appficable city
startdards.
Saw cutting 5�ould be performed in specified iocatians to cor�trol cracking due to shrinkage. Saw cutting
should begin as soon as the concrete has obtained enough strength to k�ep frorn ravelir�g, but 6efare
cracks ean be initiated inter�a�ly. 5aw cut depths generally range from I to % o# the pavement thickness,
but should be performed as directed �y the civil engineer.
6.� pa�ement Subgrade �reparation
Al! topsoii, vegetation, flexible base and any urtsuitable mate�ials should he removed. Th� pa�ement
subgrade 5hnuld be proofrolled wit� a fully loaded tandem axle dump truck or simiiar pneumatic-tire
equipment to loeate areas of loose subgrade. kn areas �o be cut, the praofroll shoulct be performed afiter
the final grade is established. In areas to �e fifled, the proofroli should be perfort�ed prior to piacemertt
of engineered fill and afier sub�rade canstructian is complete. Areas of Eoase or soft subgrade
eneountered in the proofroll should be removed and replaced with engineered fill, or moisture
conditioned �dried or wetted, as need�d? and cvrnpacted in place.
Lime is cnmmoniy usecl for treating ciay soils in fihis area. lt is estimated that at I�ast 6 to 8 pertent-
hydrated !i�-ne by dry weight (36 to 48 pounds per square yard per &inch de�ti�j wilf be req�ired to treat
the exasting soiEs. The actual Eime requirernent and sulfate �evels should be determined after the
pa�ement subgrade has reached final grade. Lime treatment shvu[d be perforrr�ed ir� aecardance with
Item 260, current Stanciard Specifieatians far Construction of Highways, Streets, and Bridges, iexas
�epartment of Transpvrtation (TxE3D7� or applicable standards. Sulfiate levels shauld be less than 2,000
�pm. 5hould sulfate �eveis excead �,000 ppm, dauble-lime application procedures s�ould be anticipated.
The lirne treated subgrade should have a plasticity index between 5 and 1.5, �ae compacted between 95
and 100 percer�t of standard proctor maximum dry density (ASTM D698j at a rrEoisture content at ar abQve
the optim�m moisture eontent (opt -�),
PAGE j 9
www.jrbengineering.com PROJEC'f N0. 18-15947
It should be understood that lirr�e treating the upper 8 inches of the subgrade soi�s will not reduce the
shrinking and swelling af the subgrade, which occurs with normal seasonaE rr�oist�re fluctuations.
Therefore, seme di#'Fererttial �ertical mo�ements of the pa�ements should be expected. Lirne treatrnent
wiil, hQwe�er, provide a working platform during construction and create a less eradible subgrade fnr
pavement support. Thi.� will reduce the pot�ntial for �oids to develop beneath the paverr�ent, which
increases the risk of pavement distress and possible faiEure.
The treated subgrade shauld extend a minimum of 24 inches outside the curb �ine. �E�is will improve the
support edge of the pavement and lessen the edge e#fect associated with shrir�kage during dry periods.
The use of sand or select fill as a leveling course beneath the pavement should be prohibit�d as these
more poraus soils allow water inflow between the pavement and subgrade-causing heave ancf strength
loss of the subgrade. Utility trenches that lie beneath the pavement rnust be prvperly compaeted prior
to the treatment af the pavernent subgrade.
7 Si�e Preparation and �ill Placement
The following recommendations for site preparation and fill placement may contain elements that dq nvt
appear ta apply to the presently known condition� at the proj�ct site. Thes� items F�ave been included in
this appendix since our experience has been �hat unforeseen obstacles are entountered on some project
sites and progress can be delayed while written guidance is prepared. WE�ile we cannat co�er every
possib[e circums#ance, we ha�e attempted to addres� the rnost frequently occurring issues in this report
sec#ion.
i.i �er�eral
E�ery attempt should be made to limit the extreme wetting or drying vf the 5ubsurface soils because
swelling anc� shrinkage ofthesE soi�s will resuEt. 5tandard cons#ruction practices of providing goad surface
water drainage should be used. All grading should provide positi�e drainage away from the paving and
should prevent waCer from cnllecting r�ear the edge o# pavements and structures. Also, ditches or swales
should be provided to carry the run-aff water both during and after canstr�action. Landscaped areas
should lae watered moderately, without allowing the clay soils tn becoine too dry or too wet.
PAGE � 10
www.jrbengineering.cam PROIECT NQ. 18-15947
Utility excavation andjor site preparation may expose shallow lirrtes�one, +nrhich can be difficuft to
excavate. �he contractor selected shoulcf F�ave experience in construc�ian and excavatfon within these
formations.
Backfil! for utility fines sho�ld cansist of site-exca�ated soil, if the #�ackfili is too c�ense ar too dry, it will
swel! and a mound wifl form along the trench line, !f the backfill is too loose or too wet, it will settle and
a depression wil( form alang the trench iine. BackfiN shnuld be compacted as recammended in sectian
7.�.1 Site Preparatic�n.
Root systems from trees and shrubs can draw a substantiaE amount of water frnm the clay soils at this
site, causing the clays to dry and shrink. This co�id cause settfement beneath the pavements. Trees and
large bushes shauld be located a distance equal to at least one-haff their anticipated mature height away
fram the pa�ernents.
Af! exca�ations should be slnped, shored, or shielded in aecordance with �SHA requirements.
i.� �ar�hwori�
�.�.� Site Preparation
Preparation of �he site, For any future construction, shaufd include the rema�al and proper dispasal of any
abstructians that woufd hinder construetian. These abstruetions shaufd include ail �av�rnents,
abandoned structures, foundations, debris, +Nater weNs, septic tar�ks and loose material. it is the intent
of these recommendations to provic�e for the removal and disposa! of ail abstructions not 5p�cificafly
provided for elsewhere by the plans and specificatians.
In general, we recommend that alI active utilities that would extend beneath fihe pavement, and are not
intended to pro�ide service tn the associated structures, E�e rerauted around the pavement. Rny
abanddned lines should be remaved and disposed af properly. All abandoned utilities wi�hin the
pavement that are nnt rerr�oved, represent a risk to future perfiormance; if the iines are abandor�ed in
place, they must �� fuliy grvuted and capped so that the pipes do not prnvi�e a ready canduit for water.
aA�� � i�
ww+rr.jrbengineering.cam PROJECT ND. 18-15947
This study was not �repared for use in e�aluatir�g the rippability or excavatability nf the subsurface
rnaterials at this site, nr fnr use in estimating the nur�ber of trucks needed to haul away excavation spoils
hased an #he expectecf �alur�e af excavated rr�ateriais. The cantractor must use his or her own experience
in the area oftE�is site when forming canciusivns regarding appropria#e means and me#�ods tv accomplisM
the planned c4nstruction, specifically incltading excavation tao�s, excavation rates and number of trucks.
AII �oncrete, trees, stumps, brush, abandoned structures, roots, vegetation, rubbish and any other
undesirable matter should be removed and disposed of pro�aerly. ft is the intent of these
recomrr�endatians to provide a laose s�arface with no features that would tend to pre�ent uniform
cornpaction i�y the equipment to be used,
All areas to be filled should be disced or bladed ur�til uniform and free from iarge clods. 5oils shauld be
brvught to the proper moisture content and campacted as indicated in Table 4, Fiil Placement Criteria,
belotni.
�ab#e 4: Fiil Placern�nt Criferia
Item Descri�#ion Piasiieity [ampactinn i]snsity IV�oisture
Req�irement 5tandard Requirement Requirement
95%#0 100% af �ptimum
On-site soils General �ane ASTM D698 maximum dry moisture to 4%
grading abave optirnum
density
moEsture
95% to 10Q% of Qi�timum
Imparted General Liquid timit less moisture to 4%
general fill grading than 60 ASTM Db98 rrsaxi�um dry �boue optimum
density
rrso i stu re
Lirne TreaterJ Pa�eznent PI between 5 and 9�� �° 1(}�% of Optirrz�m
subgrade support 15 ASTM D69$ maximum dry moisture to 4�
density abave optimum
moisiure
i.2.2 Si�e Grading
Site grading aperations, where required, should �e performed in accordance with the recamm�ndations
provided in this report. �'he sife grading plans and canstructinn shauld strive to achieve positi�e drainage
around �he pavement. Inadequate drainage around the pavement wif� eause excessive verticaf differential
mo�ements to occur.
�a�� � ��
www.jrbe�gineering.carn PROJECi NO. 18-15947
�.�.3 U�ility �aekfil�
If on-site clayey soils are used as batkfili, these materials should be placed in maximum 6-inch fifts and
pr�perJy compacted �o between 95 and 100 percent of the maximum dry density, as determirted by
standard Proctar test (ASTM p698), and at a rnoisture eonten# of at least two percentage points (min +�2/)
abo�e the soils optimurr► moisture content. In instances where utility lines are rnore than 10 feet deep,
the backfilf belaw 1Q feet shoufd be compacted ta 1a0 pereent of the maximum dry density, as determined
by standard Proctor #est (ASTM D698}, and at a moist�are content of wifhin twc� percentage points (-2 to
+2�) of the soils optirr�um moisture content.
It is typical for fills o�er 10 foot in depth �o experience settlement. Qn an auerage, fills over 10 feet will
experience betweer� 1 and 2 percent settlernent. This should be considered when designing utility fines
beneath pavements, flatwork ar any structure.
�.�,� Uer�si#y Tesgs
Field density tests shouid b� matfe by the geotechnical engineer or his representative. Density tests
shouid be taken in each layer of the eampacted materiaf below the disturbed surface. !f the materials fail
to meet the density specifi�d, the cvurse shaulcf be reworked as necessary to vbtain the specified
moisture content and cornpaetior�.
The specified moisture cantent and cornpaetior� rnust be maintained until placement of the overlying lift,
or canstruction of overlying flatwark. Failure tn maintain the moisture cantent and compaction coufd
result in exeessive 5oil rno�ement and can Mave a detrimental effect an a�erEying structure such as shallow
faundations and Naor slabs. The contractor must provide some rneans of cvntrofling the moisture content
and cor�npaction (such as water hoses, watertrucks, ete.}. Maintaining subgrade moisture and compaction
is aiirvays critical, but will require extra effort during warm, windy and/or sunny conditions. Density and
moisture testing is recornmended to pro�ide some ir�dication that adequate earthwork is being provided.
However, the quality of the fill is the sole responsibifity of the contractor. Satisfact�ry tesCing is not a
guarantee of the quality of the contraetor's earthwork operations.
AAGE � 13
www.jrbengineering.com PROIEC7' I�O. 1$-15947
�.�t �onstructian Gbser+rat€ons
[n any geo�echnical investigatic�n, the design recammendatians are based an a limited amount of
information about the stabsurfac� conditians. In the analysis, the geotechnical engineer must assume the
subsurface eonditions are similar to the conditions encountered in the bori�gs. Nowever, during
construction q�ite often anorrtaiies in the subsurface conditions are revealed. The potential for the
presence flf �aried geofogic farmations and significantly dif#erent support cor�ditiarts at this site, which
could result in changes in our d�sign recommendations, increas�s tf�e risk ofi damaging soif mavements at
th�s site. Therefare, it is reeomrrtended that 1R� �ngineering, L�C, be retained to observe earthwork and
perform rrtaterials evaEuation anc{ testing during ihe construction phase crf the prnject, 7his enables the
geotechnical �ngineer to stay abreast of the �roject and to I�e readily a�ailable t� evaluate unanticipated
conditions, to conduct additional tests if re�uired and, when necessary, to recomrnend alternative
solutians tn unanticipated conditions.
it is proposed that construction phase observation and materials testing commenc� by the projeet
geatechnical engineer at the outset of the project, �xp�ri�nce has shown that the rnost suitable me#hod
for pracuring these services �s for the owner to corr#ract direct[y with the project geotechnicaf engineer.
ihis results in a clear, direct [ine of communication between the owner and fihe owner's design engineers,
and the geotechnica! engineer.
8 S�udy Closure
7he anaiyses, conclusions and recommendations cantained in this study are 6ased on site canditions as
they existed at the time of the field exploratior� and further on the assumption that the expEoratnry
borings are representative af tMc subsurface conditic�ns throughvut the site; that is, the s�t�surface
conditions e��ryw�ere are not significantly different frp� those disclosed by the borings at the time they
were carnpl�ted. If during canstruction, different subsurface canditions fram thase encauntered in our
borings are observed, or app�ar to be present in excavations, we must be advised prornptly so tF�at we
can review these canditions and recnnsider our recnrr►mendatians uvhere necessary, !f there is a
substantial lapse o# time between subrr�ission of this study and the start of the work at the site, if
PAGE � 14
www.jrbengineering.com PROJECT NO. 18-15947
conclitions have changed due eith�r to natural causes or to construction operations at or adjacent to the
site, or if structure locations, structural loads or finish grad�s are changed, we urge that we be prQmptly
informed and retained to re�iew our study to determine the applicability of the conclusions ar�d
recammendations, Cansidering the changed canditions and/or tirne Eapse.
Further, it is urged tha# JRB �nglneering, LLC. be retained to review those portions of the plans and
specifitations for this particular project that pertain ta earthwork and foundations as a rneans to
determine whether ti�e plans and specifications are cansistent with the recommendations contained in
this study. In addition, we are available to observe canstruction, particularEy the compaetic�n of structuraf
f+ll, or backfiil and the construction of foundatians as recorr�mended in the study, ar�d such other fieid
observations as might be necessary.
Thts study has been pre�ared for the exclusive use of CLIEfVT and their designated agents for specitic
applicatian to design of this project. We have used that degree of care and skill ordinarily exereised under
similar conditian5 by reputable rnembers of nur profession praeticing in the same or similar lacality. No
warranty, ex}�ressed or i�nplied, is made or intended.
9 Copyright ��1� JRB �ngineerin�, ��C.
This dvcurnent, including aIl text and graphics, are copyrighted rnaterials that are the property of JRB
Engineering, LLC, except as other,nrise noted. Tt�is document may not be used, in whoie or En part, wit#�out
ihe express written perrr��ssion of JRB Engineering, LLC.
PAGE � 15
www.jrber�gineering.cvm PROJECT NO. 18-15947
�r��IVl.��/� �
�
s
�
�
�
6�
. .�
L `:
�_�,�- ; �
�Ycn,:r -,�,
la�+� .- �4. „-.!i
:��� �_
�i �%t t7ej�
.��
,•,' �'�..
rl !f.
. � � ,,. .,, , -
`r< . • lts�
^� ���:,.,��� �����..y,
E: � � '`; .
� .; AI
�1. � �,,•�! f � i ;
C: ' •
. ��.
��a:vtall €�d
(''F� t, €.',_i �•� ;.
„4:.i�_R•."� LZ
��
�
�
f3<�,�:Yt�etrJ� �ItVU
��
C_' s4�
..� �"
ry� .'_
�
�.,-�.� ,. , .
i'l
' F'
� � �
ENGI NE�F21fV G
i: z ' .. rf
� k
. k . 5� `��
..{'i �
1� '
7
�
f
}�
_ �l�,r�ar•�r�'.; W_� ; -
'•1 • �V i.4 � i ��
�e..
� ��� E �
�
� .~'V
i �
,_ �
i �
•.� _r �! +' _
r�
(
�
r
. �-�r�<<����,��r�uti�,�. , .
�
_ �
' t
`'. �;' � �
}: ,r^
rs z � rtf , �
'� � � �
::. � �.�
.�i - . 1_ �'
�; • �r ;
.'.]l '�r � _�•,s '�
..;,. � ��•r y.,�
.. ,
� ��rn,^� F#rY
�
}
-SIT�
}'
�t�ti�;•,ti���n�l �ivd ._ �� �s3ti.141C1�;1
f"
.f
'.��'tl��e -�i� . � � • 'y "_
� .�, r 1 .e:
& � �� .
N ` � a r.� �
�. � � �z V �
l`'f t C hei j3�r71.3l5 Rti
��� � � �
� � ,.:r:•�•nhtr.._,: i.ir rJ
fl �
� .•I ikl_.�.�i 3e� �
�
PLAtE A.1
VICIAlI�Y MAP
INTERSECTION 377 IMPROVEM�NTS
HIGHWAY 377 AIV� BA&SWOO� �RiVE
FORT WORTH, T�XAS
t.e� �l
;, ��,�..�1, _��
�-.. :1
' . �
� - -��\ �
q.,� ����
JF
�� 4� �l. .
�
SGALE: NTS ;
�
R.�p�.s �J f..►
-- �:
•.I 7
t�
�
__ ���f�
..'
.,1
:,
� � t:
�
�
:� �
E'r � u r y{=. 'N i7F .
.i 1 31it3. { �i)�I� �t.
w' � f. ::5 —
� � ` �Rs,a.., i,�
.t 1't' � , ��il r'.i � r,t � �
k... _ •.y " L�
�'r�' � • �.s1 j, e ���., � ,u yr. �
� '!']!� � r� .i�� , . .
.i �
'��l.tf'�s�, R[I "'
�
�+���,t�,�,�•�< t�Y
; �a
_ , �1
� Y� � - �.
� ti� �
�� i = ... �
1. � S �
r� i;Na�lrt�a�a Rtl � �,Pv,G�aT�dr�
.i` `- fr
t�'� . �
PROJECT NO:
FILE NAME:
DRAWN BY��
REVISED BY:
REVISED BY:
APPRdVED BY:
'�8-95947
1815947,DWG
-''iursW yr R
�
� � QATE: �
DATE:
KM qA7E: 02-28-2098
�R,
1•_ '
•,r��.
. .. � �
�'
;*
,� `
. ..,-,�.�a� --�I���'i�fllllll;�i,� . ,i�.� i , i . .,�i ' . ' .' I � �- .
���f I `� r - — _'� � �
' `� �;��� 9��, �� li,���ll� �I' Ir � ��q � � � � p� -
fl� ��� �ry . � I � �� � Ii ��� �, + '�' � � .
��P � a '�'���� � �Ilil �I� � , � . � � �
�
� �� r��?�t �]y� ,�� �; ,.. �, � .
� � ���+!3,f� � µ��7 � - . `' . 7'� , I i ' � f .' "'�� ��
��717rJ'� Yl�y��l���'�.��ii.. r� '�� �� II� i�' ' _, � ll r�� �r�r.
� "1 ! � � +�' _'� '. ,
� .- _ C��I�� il 1'if k+' � r r'�` _
� � ' ' "' — — ..`7i _ .,�' , �
�--y, a i 1 �. � I �
I� - _ — - - - �--����� ��i ' YI � ' '
1 �° ` � + I, f
a'��• � � ' .
A � � ���� � • .
, �� ��' t �
� tit5 1�� , 5 J� � Ii` I
� I � . . .�
i �� �� � ; , � .i
»r '� ';:� _
w �';�:'��:' �,; ,.::: _
� ti - ;� { x� ' '�_ 4�; :�? r� ���' .�1I� r, ,ti:��� �
_ --- . - � �:�v. , " .�� � 7 = ��.s } !!:�+f �t�. +
��'� - - , i - �i"V' .
.� +; f- � � ��'�����';�� - 4��� ��'
�•x ��- : ,.
;,.�._. � ��
- '�
�, �.,� j�� � ,y�
��+ � w
'ti I� - -I � � d r . . +' �
� f k�'
r �-'-- r'
�—�j � p .. � rtf � y� — i� .
x m r' — —
�� � . , i �
T � � � � . �'
p u, cy "{'i X , �'`:,.�. #
A� a �' r� ' i �� . '_� �_ !_i. s . � •-�!
�nZ C�� ,� I I? +�
d o m n� I;��Ts:� �� ... �, ,��;
2D-E _Iq � .�'�ii
�'
u,� O� ., ,r
.�mro �d �
�ad v — - I:,. �. � � �
tn�m � ��r�,� . '
� � il.� i+�i�� ��. { I
O 2 T17 � ' ,�
C � � i ��� � ii.�'�U �I� li�lf -�_ � �I�� :"r7� -
m . . � �- � ���=�,
��.� �?f' 'I I�����I + y'� { I ,�i �'S�? c.
��7���1�;-.i�ia,� �.�•- . �` � �i�` lir_ _ �,s�
� „ ,�_ .�I ;w� _ � � I ';'. �
� ' ' I I � � i � � � � .. � � I S�I� '�I�S� rl�
� �.�� ' � � '��� :�.�' � ` �
I .� �ii��. :�r,�a �� �
�� �7�
,� -� ���'
n �7 �1 C7 -n b `T i �� � ��� . - ., ��.1^�� ��'fi�.
'�0 C C � f � � i -"1 � ` +t� ; . _ .
' O m m z � m � 4 - . , � � ,,. � .,, I; � � ��� ,��
� O .p p7 � --i I i .'.'� +' �'`t+ ��� ' I I�'� 5
� � < � `� a �!; .� ,. � ., �_ ti���. ,�';6� ' , .
� ', �j �� �Q41, '1� �r� � �-�
. �"'� ,��.� . . . � �,�. , �, ,.� . "'
I ' (�
; �� I � 1 .�,, � �� . �. I
� ��` ,r } i� �' :
� � ,�� .,�, �i � � "
� � � 4° � - � , � ,�.. �
� `� � ,� ' �, ' '� �
aovv -�' - �.., "G
-ni�-Ar�g � - . � .�} �;�,
mmmm�y � . � (� '
o . .� I�ia { . i: � ,
N N �. I '".�i � � � '.�
3V �1 ' _.�7 _....: - � '� i �' .
go N �y .,� ��y �'�' " ' i �.f;r ? f � [`� '. -
m W '+ � � I� ;� I I � I � i�.I�.,�Y�
I III� } � 1 s z�.
. - —. � � 1' � I i �� � :.i .. �PI I "t4 , .��I
— � k� ,;- „. _
�� .
I��' �!.. I �� F�1 f� , �� i A� � I I f-
� � �� .] �r
Z � � ��q� � � }.
� F� }� �
I' F I # n ;'�� �
I � r'� � .�, �i- � :
, ry� �ryn � ,
� � ` - I �w� ��� � i .
�i . � �� e py � I �"!+" � �,_ . `'"y}�' � .��,� I
� _ ` � � .' ��;��ri� 'S�¢sF ,��G����x, _
� � ' 4I �� };, � �TI' , ` f,�
� I �� ��' � � }YI + ... i�. � ��i � �
� + � — � ... '� . ,(� .I -
� *' '''
. � ;I � - — ,�i�
� . p��
�, :� a , LL 'a.
���.Iy,'}� - ;� �
.Y �� � � � r
. - '�. � � � �• k
� � ' � � � , ,,7�
*� i I, �„ �� . a 4 +, _.
. , k�1 1' rt' � �
' "�al ,� �� � '�
_ � Ci � T r �;1 ' �
� ami '�— I ��;;.��� ' +' �'
I, � i ' '
T { m � � � �"� I ..� � , � ' . . �I � ' � . ;
� N � r I . ��I���L � _ �� r , ��
� �a z � �_ . .. � �4,: �_� -
� c � a -�i Y ���;'
-j m 4 -[ m '„i � � ,
y ,. a; I�
-��� Zc"' 1h=: . �}I I
v �, �
D Q � (D I .: r,+ . ' � ,, � �� � �-� i _—_ ,� ',
'.,, D m � -}� �,��.`]��lif_f �1i'�`.�I_',����-!� � ' , �� +��� ! � ��,
. ZI � D I �' � ► —'� � 'r r�
� � � � _I '� � , ~#IF'ry �� �ts� - I 1 �i��r�
� �� �'�� � I � I �`*�' �� J7
. � � 1 - { .;� .. ..
' - - - - - �+�� rt ' — � �j ''' ' '
��. I r .t�
. � �. � � ..� �� --�,
�
�_: ,;
%� ' ' �t� � % ,
+ , i
� � � � � , . . � � � � �
ro � �
'�- � � L� �}l �
C� . q� � ,"�
'D Uj Uj � � T! - �;. ti - F � � �
0 a O � 3� JI{Y _ •n�
� � � � tal1'� {�I '
r 1 I
� �L � I � I � �!.
� , �
M rt I�
E o :2 . i
Tk (y ..a 1 � � � f i
� � � u � ' - - � ,
D '�' R � � ' � � �
Iy �� � 1
O � Q 'CJ 7 '� 1� �
D�r A k u — i* ,.
m rri m m f� y .ti� � �' ��
y� � JJ �
n��i n
iV i+} ' � L
N�p � . I ;.
p r�
Oa Co
,;� y4 .
. w a , ,�� A�' ° e y.� 6 s ri*�ta•:�� '�` ,
� • �.,'
d.
i {•�N
�
_ I � I
I' # '��
� � +�
� {
1 � � yi"
i �
V �-!�
�
�
��
r4
�
�
.�� ' ' �
_ - � i � �* _ , .
c . ,y�
. l� �ti ' _�
�+ � _�; ; _ . ` �. w�
�M# J � ' ; I�
. �
_ ��
.�,
I
+ �� � .
� � - �F x . . �
� �1
� .y 7
. ' F � F�� M �'�
�. r'� tir ,
�- � � "�A
� � �� � '� �
�'� �.t �" �� � ��
wa�� i' �i
f� i� � — _�. - :�'�,� i I �n
-.�� I = .�. --� --�� I., -_:1;�, ' , _ . -
. ���� ![�'J I. +4�+- '� r;� . ' f'� �' .
I' i f� .J'''.r�}',�, i i 1.
ti. `I��I{ I � — � }��':1
~'��' *11� � � ��.
s�� I.� +� °. + � �'� ��i . `'k', �G' y`
� W �
= m O ��'�� I' � �; �,
a �n z � ��° t7+�� . � r , ,�j'!
��-�i � � ��� } _ { � f � � � � •
��o Ov r� � .
on
a W n� ,, sl� 5.���:'; . +�
� w � � m � �� 5�=�;, i, � , �' , - - -
�r
��� o� ..� ,�,�, . . , � I . '' , �, �
X�p On }� +"+ ���rf4�� � '�� �rvi�� , � �' �J
� 0 � � � k *i � '� � � � �1} 'l�' "4�� ��;
vrn � � � —
xsz � --
� � � " a �' ,1
m n � -- �, . i'j► � � � �
� , � ���,� `�' �� , I , +
_- � 'N�. � I . +Jr �f�
1� �! 'S . ♦. +
` -i� _'- � 4� I _ ��� �I � � � �i�[ .
��: - � _ F.',�_ . �'R � 1�, r �- ^ , ��,`i.t�. _
� - ;i _ , i;� � � , � I
r�' �� �' � 91�� � � y
l.. - �
—.� "� � I� '�j' �' � 1
+ I I I � �i
1 '��' I ! A! � I R �+
D � � O � � ' .�'�� ;I '"� ''ri ,
� ,
v � < � m o - - . ; �,f�,� ' ' � ,.n'�-� +
7° �zrn
omrnznn �, ��� � � � � � � +�+'
� m� 6 v� �� t �� ��'� ��� a�' �
a oo w � � z - - i ,� . - _ _
w � { Q -'-' -.��_4� � - � � I' - �� �' ,
,� -=�, _ �� - �,� .� ,�'� ,
.�, + _...� . .,�ti � .
�'�',,: 'F�� ''# �.� � � `��,,��. I, '%'� �' �
X n -` -' 4 '�1 ` ' �'T_J{,�5 i i ' S'� .3"J � I Ff _ V �� r �
� � Oo Oo - 1 {._, # �. . _ _ I �F . � — . '� � I
� � . ; ' � .s +' .{1��. � � - ' # ' � I '1. . ,
,jy (O c '� . , � �.'iw'. " .� ' - � � s ,"�+�7�ti.
[7 fl O O -y�, � {�ay �" i � �� ".�k:`� . . -. .. � - _ `�����F..{ i►''
a n n v � _� ;.� � _ ��, `� , � " , . . � ; �� , F , �
-i --i � T � . : � i'� . " - ��;
m m rn r�ir, ci - ,i' - _`-� '�� . � �f{. ' .� � �' . . . * ',':
n�i npi ,� i� ��y.' ` t��+;kr-+� . .. -1'"'"�, xJ.~�.�'�,-
m rn� - - . il'!: „�.'}..17R1.�� �!f%� ���I� F+I�,�?���'' I�'1 ' �_ "r., �iy� � - -. i�a y F is,e
N N +I� �� � � '"r7�� ;'1r'' �'. _
o a �$?rd�y',. �t� i��r'�'.r�� __ � �r..'} 't'
�+..7YI F �
W W � '� +'JiA • . ��'sf: . �. - �' ��'r� � a ,f,+
7�.. ���17 �4� � �i��'�j�
+ � �f� .,� � � .���� , • } �
_ .._. � .��iiit:����r ' � � i.�' b� �.s.J�" �� I
Fra�ecc Na. Bort�,� No. Interseetion Impr�v�ments - Hig�way 377 and
1�-1�947 B- 1� Basswc►od Drive Fort Warth Texas _ �, -
Loration � Water Obser�at'spns (feet) � � � �
Basswood Bl�d. VVhiie Drilling . Nut �ncn�nker�d,_�
_•-•-.t—_ .. ._
Compietiai Completion At Boring GompEetion Nat �ncounterect ���G 1 fV E E R I N G
__--..—._.._ ��� _ _ ._.__ .�_..�
_ept 14 0� nte ��,]�_]g End of DHy After Borin�Coin €etion Nat Measured
Snrface �levation Type
CFA
.�
Y — _�_� .��__.�,�_._.,� __._�. Q c � �
w p i ��, �^ � c� � �
�
r� � a' �� 33 ° d �a
a a, � • • � ao � a' S mm
� � � Stra�urn l�escript�on e Q � �, m �a ; e �' � �= = � �
, �,� K � u c� 3 � � � �
� �A �� �7 �= in•— matti .Y�+� � ��
ud y m c. r� � a, �� m E �e � o o �"� c o�
aG �oG �n� �v`� �_t �.� A � �c� � a �U e.
rr� v crric.r i �c�, i�vcr ---�i. i ECE�ne� aapn
inshes coi�crete, 2 inclies agg��e�ate base
� FA'i' CLAY (CH} - dark gray ^ � J
- ta n
5
- tan and gray,
LOG o� Bo�nv� tvo. B� 1
�]
' Boring 1'erniinated at I 1�eet - T�
GP5 Cooi�iinates: 32.874(151. -97.263391
t .50
4.5+ -r 79
29
24 3� 25
�la�e A,4
Projeet [Vo_ Boring Na.
18�a5947 B� �
�..bC�ElpTl
Kro e�• Dreve & Chiefton W.
Coinp�etion Completion
Depth 10Ar Dace 2-16-18
5�rface Elevation �
� o
� �
y T
� �
interseetiQn �nt�provements - Highway 377 and
Basswood Dri�e Fort Worth, Texas
�w _ � Water Observations (fcei)
While Drilling �� Not Encnunte�
� _ At Boring Completion Nat �ncounte
Gnct o�er Borin�Com letion hlot Measured
Type �
CFA
Stra�um 1)escriptiun
AAVEMCNT SECTCON - --7.5 inches concrete, :
inches aggregate base, G incl�es time ri•eated c�ay
#"i' Ci.AY {CH) - gray and tu��,
node3Ees and gravel
� � �
EMGIN�EF2INE�
«
Q c�i o �.
�. � L � N � �
� � 8 Q p
� a N � O
a � N N
o A� (g 81e �a e � �� � g 6
a : � � � � �
V e � F�- a �v`�i � �� � � ' � d y e � c°, �
tt mv e.Ca �e� �E m� ,�� oo �'� coN
+�' a[� uak- am �:� Q� a� �if � a �� e.
I MI.7
4.5+
�
SAI�iUY L�A��f CLAY (('I.) - tan ancE �ray
cafcareo;is
F3orii�� Tenninntecl at i U Feet
�PS C'oordint�tes: 32.Ri 1312, -972&7574
27
l7 I 32
LOG OF' BORING NO. �� � Plate A.�
_ _______.._� _
Project No, Bormb No.
18-i59�7_ B� 3
I..�uc�tioa
�c�Ilri�e & Park Vista �ircle
Ca�npletian Comp[etion
Depth la.�r Date �-�6-�i'�
Surface E1cvaEion
� o v
� A Q
Q T �
�
Intersection Improvements - High�vay 377 a�ad
Bass�vaod Drive Fort Worth, Texas _ �
� ��Water pbservatians (feet)
'Est While Dri�ling �_ � Not Encauntered
At Boring Completion Not Encountereci
F..nc1 oF �a�After Boring E;ompletian Not Measured �
Type - — - � �-----�---
CFA
Stratum I�escription
PAVEME�fT SECTION ---1.& inc�es asphal�
inches concreCe, 6 i«clzes lime treated clay
FA'1` CLAY (CHj - F[LL, i�j� and gray, mofil�
wforga�iic debris
� � �
� FV C3 E N E E R E N G
wr
p � a d
� l,t � C N �
c
m� 3 � y° o.° � �•°
Qi N
O� O Ole o e � �+" � e d
e ;� � m c c+ n s� � �..
. � . ;a Nd ea
� �� �a �i �= N`= u�w . s � °vE
� a� m � t� ,a d�� �a ��� a o �''�i c o'�'
� L � rn �- a rn �[ � a, :� a � � c� A �. � C� �i'
l
5
- FILL, dark gray
75 � 5
~F'AT CLAY (CH) - hrown wlferraus arid
nod�sles
�� �3uiin�;'i'ci7jtmaie�t at 10 fGct ��
GPS C�wrdinut�.s: 32.911355, -97,z53607
LOG OF BORING NO. �� 3 Plate A.fi
Project No. Boring�ro. Intersectian Improvements - Hi�hway 3'�'� anci
ig"1�g47 B- � Basswood Dri�e Fort Wpr#It Texas
� _. _ _ _ �. ___.�-_-�._�____—.
E..rrcnEiun WaFer Qbservations [ f�,�;t)
Kr e�• Drive & Park Vista Circte ;Hst � Wt„�e or��t�ng ____ Nnt �'ncounte
C � I t C ! ' --- ---
� �,
y �' I �
-- --�
o�np e�on om� et�fln ,4t Banng CompleUon Npt �ncountered �^' ��^� E E R �^� G
Qepth 10.�r D�te �,016-18 End of �.?tt AfteE• i3� C:�an� �leiiu» � Alat Measured --
5urface Eievntion 'i}r�e -�- -
eFa
w o
� �
� �
o �
Straturn Description
� r c.irxc,l� l�['�l, i 1[fl� -^t I.`1 113Cii(:S i1S�71
inches concrete, 6 inches lin�e ireatect c�ay
1T ['�,AY {CFy} - fll..E.. tan sc�ct g�-Ay, nia
o� o =
� � u° � t� � c
d� �3 �° o.� �o
�� ao � b �' �.: .. ��
; � � 'R��1tl1 �° 9= a� c� � � C � c
V A1 � '� Gi ..+" :+ �+" ' k N a. � p
� i0 �� 7 �'— Vl '— iA 9Y
ua mv a,t� �� QE �� m-a 'oo �"� �a"y'
� �� Ui F� R, r� J J �:.1 [#. �� C7 C� �. � C) L+.
7
��
�
- FILE., dark �,��ay
Y (CFII -
k�fIll
L �PS
�.oG o� Bo�v� rro. �� 4
�I I 0 l��et
32.911375, €)7.2574RR
22
Plate A.7
SOIL OR ROCK TYP�S - - -
�/fi,i•:,I FILL - Fill �`''�"�'� ' SIN _ USCS � � �
i �'4r !`f;;;�;.`:;� -
' " INell Graded Sand
- �^^�^�^--^ - -- E N G i IV E E R l hi G
� `��. CL - 11SCS � SC - USCS
�/�' Lean Clay Gla e Sand �Ri�-�ING Alda SAMPLING METHODS
YY
� CLG - U�CS ° GW - �SCS
Gra�elly Lean Clay ��6 Well-Graded Grav�l
,� CH - USCS � �
�'� F'at Clay � MARL - Mar�
� " �- Shslby Split Texas
4. CNC'.� - USCS � SHALE �"�be spoon Cone
�
Graveliy Fat Clay 1NEATH�RED - 5hale ��"
GC - USCS SHALE - Shafe
Glayey Gravel �
I' "I ' NIL - USCS � WLS - L,imeskon��
Silt � Weathered
'` SP - USC L—�. .._ _ _ __ ' �- �
� � LIMESTONE - Limesto�e ��'A HSA �ook
PpoCly-Graded S��td �ore
` T�RNiS ��SCR1BIt�G ��IdSIST'�NCY, COiVDlTIO{Y, AN� STRUCiU�E �� 501L
Fine Grained Soiis �Mo�e 4na� so°� �gssi�,9 r�o. 20o s�eve� � � �
Consistency Penefrometer Readir�g, (tsf� Unconfined Campressian, (psfj
V�ry Soft ¢ 0.5 � 1000
Saft Q.5 to 1.D 100f3 to 2D00
Firm 1.D to 2.13 20(30 fo 4000
Hard 2,€i to 4.0 40(}0 to 8000
Very Hard } 4.fl � 8000
Caarse Grained Soiis �Mn�� ma� 50�� �eta��ed o� No. zoa s�a��j
Penetration Resistance �)escriptive Itern Relati�e C�ensity
(81ows f Font)
0 to 4 Very Loase p ta 2g��a
4 t0 90 Loose 20 to 4(3%
10 io 30 fUledium �ense 4 fl�o �Q%
30 t0 SD Qen5e 70 [O 90%
Over 50 Very �ense 90 to 100%
Soil Structure --- - �-- � - -
Galcereous Confaine appreciable deposiis of calcium carbonate; generaliy nodular
SlicKensided Havinq inc�ined p4anes of weakness that ate sEick and glossy in appeara,nce
Laminated Compased of thin iayers of �arying caior or texture
Fissured Containing cracks, sometimes filled with fina sand or silt
fnterbedded Compased of aliemated layers of different soil types, usual(y in approximately equal proportions
1'�€tll�S ��SC�I�II�G P�iYSICA� PROP�R�IES O� F�OCK -
Kardness and �egree of Ceme�tation J - - � .
Very Soft or Plastic Gan he remalded in hand; corresponds in consistency up to hard in saris
Sni# Can be saratched with �ngernail
Moderately Ward Can be scratcY€ed 8asiiy wiYh knife; cannpt be scratched with fingernail
Hard Difficalt ta scrat�h with knif�
Very Hard Cannot be scratched with kni%
Paor[y Cemented or Frlabie Easily oruinbled
CementEd Bqund togr�ther by chemically precipitated m8terial; Quartz, calcite, dolomite, sider€te, and iron oxide are common cementing
maf�:rials.
�egree o� Weathering -
Ur�weaihered Rocic in iis natural siate befqre being exposed to atmosphersc agents
Slightly Weaihered � Noted predominantly by color change with no disintegra#ed zones
Weathered Cor�piete color change with zones o€ slighlly deoomposed rocfc
Extrernely Weathered Corriplete color change with co�sistency, tsx#ure, and gener�l appearanca approaching soil
it�Y `�O CLASSIFIGATION AA1� SYM�OL.S � 1�LAi� A.8
Major DivisEons Grp' Typical Names �-aboratory Classification --
_ 5Ym• s Criteria � � �
a� �, Well graded gravels,
� � C? '�''� � EIV GFFV��RING
; � �, c gravel-sand mixtures, •o -----
•��—, u� c'`u Q little or no fin�s �; o � �� �z "
� � �� � C=--60 greater than 4: C=---'°-- between 1 and 3
� � � � `p �ro u bo ° � x E7
�y cs .^� � � Poorly graded gravels, � �" °°
o .ro u U� GP gra�el-sand mixtures, � "
N �� aa v little or no fines o No# meeting all gradation requirements
ri �' � ity ai " a for GW
� � � � - � � .c� — �-----.� -
�' � � v° u� Silty gravels, gravel -"� c�n v�i� � Liquid and Plastic lirnits Liquid and plastic
r°n L �� � cu � GM sand - silt mixtures �.? ��� �elow "A" line ar P.1. limits plotting in
v � � � � � � `" `� � �? � h�tched zar�e
� � � � � � � � o� � V � greater khan 4
.� � L � � p � cv � � �n .,_._._ . between 4 a�d i
`�+ � n. � �' z �:� Li uid and Plastic limits are borderline
c� ;_ � �, �� Clay�y gravels, gravel � p
� � Q o GC �� ��? � apove "A" iine with P.I. cases requirIng use
�, •`� � .y � - sand - clay rnixtures v . �
L°�...' � L c� �� ?� greater tt�an 7 of dual symbois
o�
� � � : �n --
.-.
V � ,�? � Well raded sands, � � : � �o �
w o� �� SW graveliy sands, littl� 01' �,o ;� C=---- greater than 6: C=��'°�- between 1 and 3
b �
C ll a C
Ri ti9 � N� Il0 �I�I�S �� ? Q � du% D o
�,., -- C ..r : • �7
� � � � ° Poorly graded sands, � a : � a "�-� � . __ ��
m r� •— � �� � �.! fVo# rneetin all radation r� uirements
y �� U� 5F' g+'a�elly sands, li##le or �,� �; � g a
vs d� _., cn o �� . for SW
o� � � �- no fines r�'s> �, a� � �
� p � __ — _ .,..._ � � � o. c� au �
� ��� � � Silt sands, sand silt �� o� r L�i uid and Plas#ic limits Li uid and lastic
zd�; ��,� SM y ���,��a� q � P
�� �.� c rriixtures �. ��- c� ��- below "A" iine or F'.I, limits pio##ing
m � ,� � � Q � � � K..e�t
�_ �� a��� o I�ss tF�an 4 between 4 and 7
� � � Q � " c � �' �, n � are borderline
a� ��� Cfayey sands, sand ���'� �"`� �iquid and Plas#ic fimits cases requiring use
� � Q� SC clay mixturas ��� abov� "A" line �vith P.i. of cfuai syrnbois
� � � � greater than 7
Inorganic silts and very i[ne ' "
� N sands, rock flour, siity or
� y, � M� elayey fine sands, or clayey 60
_ __
(� ��, .-. silfs with slight plasticity � � j
{;,� ._ �
� �y � � Inorganic clays of !aw to ; ; � � j
� � � � C� rrsedium pfas#icily, gravetly � ; ; : E
. __.__G_ _ .
a � '� � clays, sandy clays, silty 5Q ; . .._.� .._... __.�... _.. .�- — ,-- __ .��_ _ � . . . - - �-- --_
� �� cia s, and lean c!a s ; ' j � GH , i
r � Drganic siits and organic � � 1 : �
� ` OL sil#y clays of low plasticity � 4� __ _ .._ ----�- - - - _._ __..' �___. �_ ... �... ..
.� � � � � -- �
� �y �____� . ;
�� Inorganic silts, micaceous � � ! � l I
� N � MH pr diatornacenus fir�e s�ndy U 30 - . � - � - -- - — -
��� vs � or silty soils, elas#ie silts c�"n �
L7 � c� �� � --� � , � `,�� � OH� and �MH
� � � � � Inorga�ic alays of high 20 - - � -_ a�7` � -_ + � � _
� � � � � CH ptasticity, faE clays ^ � -` - J� ^
9
� ,�v v � i � CL � �
� � � � 10 � � ` � '
� � Organic clays af rnedium to - � � � �__ __ __
- .. �.._.._ _ .. . � _
L OH �i9� p�asticity, organic silts � � ' ;
�L• L M1 and IO� � � i
� � .
�
� . o __ _.._ _ . I � �- - -__
� �.•� 0 10 20 30 40 50 50 70 SO 90 100
o rn�'o Pt �'eat and ofher highly
� � �' � arganic soils L1QUiD LIM17
V � �L,4STICITY CHA�i
UR11FI��! S�iL G�ASSII�tC�TIOAI SYSY�M � p�AT� A.9
�W�LL T���' ��5�1��'�
Geotechnical �ngine�ring Report
Iniersectian Impro�em�nis
Highway 377 and Basswood Baulevard
Highway 377 and Kroger Drive
Fort Worth, Texas
Jf2B f'roject �urt�ber: 18-15947
��pth Plasticity Initiaf �inal �oad 5we1! (R�)
Liyuid Plastic
Bnring (�} Index �AC NY� �%) (psfj
Limit Limit �°��
.� , ._�
B-1 2-4 63 24 39 28 29 375 fl.2
__ _ _ _ � _ _.. __ ._._.. ..�.—.—. _ _._ _ :
B-2 �4-6 5� 17 33 21 22 625 13
g-� 6-8 57 18 39 24 y- 25 �_— �7S �.2
B-4 8-10 53 21 32 -- —�22 � 23 1125 0.2
Fiate A.10
C�N�Ft�i� C�I�f� Ti-�1�l4N��� A�1D C�flr1�R���V�
�iFt�WG�H R�.�ULT�
Geotechnical �ngineering Report
lniersection Irrtprovements
Highway 377 and 8asswaod Bvulevard -
Highway 377 and Kroger Drive
Fort Worth, �exas
JRB Project Number: 18-15947
���' Concrete7i�ickr�ess Comppessi�eStr�engiFi
�are �oca�io� TF�ic!¢ness
(incl�esj f��ehes} (psi)
8�1 1.3 8.6 � 6,680
B-2 n/a 7.5 ^ 5 51D �
__�. _.__..._. _ _ �...r...._ _� _ � —�_r
B-3 1.8 _ 7.8 _ �._..._. g,470
B-4 1.9 7.7 7,060
Note: the HMA layer was saw cut from the core prior to performing compressive strength testing.
Plate A.11
������ix �
ihe Geoprofe5sional �usiness Associatian {G�A)
has p�epared this advisory to i�el}� you - assumedly
a client reqresentative- interpr�et and apply this
gevtechnical-engineering Peport as effect€ve�fy
as possible. In that way, clier�ts can benefit from
a It�wered exposure to the subsur�ace problerns
that, fo� decades, have %een a principal cause af
constpuction defays, cast ovecruns, cfai�s, and
disputes. If yau have questions or want nrore
information ahout any ofi tf�e issues discussed below,
contact your G��-rnember geatechnical engin�er.
Active invol�ement in the Geoprofessional Business
AsSociation exposes geotechnica! engineers to a
wide ar�ay of rrisk�confro�tation techniques that can
be of genuine b�ne�i for everyone invol�ed with a
CpflBtrUC�l011 piOJ@Ct.
(seafechnical-�ngir�eering Services Are �erformed for
5pecific �urposes, �ersons, and �rojects
GeoEechnicaE engineers structure li�eir seruices to i��eet tl�e specific
neecls oF tlieir clieuts. A geotechaiical-engirieering sC�ic�y c€�nducted
fe�r �3 given civil engineer will not likeiy tticet the neecis of a civil-
4vorks ca�istructo�• or even �e di(ierei�t ci��il engineer. fiecause eacl�
geoteeht�icaE-engiiiee�'ing study is ttnique, each geotechnicnl-
engittecring repprt is unique, prepared soleIy for the client. Those wha
re1}� on a geotecTrrricr�l-er �qin�er•E+�g repor� prepr�red for a di,€jer•en! clicnt
ccrr� be serior.rsly rl�isdeJ. �k� o�lc except authari�ed client represeiYtatives
slu�uld �•ety on tf�is geotechnica!-engineerii�g eepc�rt withc3iat first
confcrriit� �vith ti�e �eotechnical cn�i�te�r who prepared it �{ruf �to oifc
- irot even yo« - should a�ply thfs report for nrry prerpnse or project exeepi
the arte ot•rgiiiully catttcrrtplate�t.
Ftead this Repart in �ull
Costiy p�•oblenis have occurred because those relying on a geotechnic�l-
engineering repoi�t did t�ot read ii iir its cr�tir�ety.l7o �tot rely an an
execiitive suar�inar}', I)o t3ot reAd selected elements o�ilyc Resrd this repart
in full.
You iVeed ta lnform Your Geotechnical �ngineer
about Change
Ynur �;cocechnic�i engifaeei� considered unique, projec!-speciftc Factors
w[�en designing tlie study he6E��d rhis report ancE devetoping the
conlirmation-c�ependeizt �•ccammendatior�s tiie report conveys. A feav
#ypic�l Caclors include�
• t[3e client's• goals, c�hjectiucs, butlgel, schedule, anc�
E•isk-rtia��i�gen�cnt prefere�stes;
. the �eneral nat�ire oF the sEructure int�nlve�f, its si•r.e,
confi�utalion, anit performancc critcria;
� the stri�cture's �c�c,�tion ar►cE orientaHnn cm the site; a�tid
� nther planned or existing site improvernents, such as
retaining walls, access roads, }�arking lots, nnd
underground utiiities.
'Ijpicai changes tl�at couEd erode the reliability c�f this report include
those thac affect:
. the site`s size or shape;
. the t�unctic�n oFthe prnposed structure, as �vhen il's
changed From a parki�zg �;arage to an of�ice building, �r
from 1 light-i►�dusErial �lant lo a refrigeraked warehouse;
• the elevatinn, C011�l�llt'2lC1QCE, loeation, orientafiai�, o€
�veight of the prnposed strtreture;
� tf�e com}�usition ol'tlie desigi� texm; or
. project otivnership.
As a gri�cral rulc, �ttiv�iys intarm yaiEr gcotcchnical engineer c�f project
changes - eveit minor c�ncs - and rec�uest an asscssme�it oC lheir
in-�pacE. 77te �cntechnical ertgirrecr• �vfso j�rcparc:d tltis report carrnvt nrtept
respc�nsihili�y nrliability fnrprol�[eir�s tluu rrrise bccaruse thegeotechitica!
errgir�eer w�s rac�t ir�fare�icc! abuut ricvelopr2ients tf�e engi�tcer ntherwise
wnirlir Erave enr�sictrr�eri.
�'his Ftepor# May PJat �e ��liabie
�[)o rrat rery on this repnrt if you� geotechnicat en�ineer prepared it:
• !or a cliffereut clienl;
• for �� dif�erent }>ro}ect;
• ior a cEifCerent sile (thaf jnayvt may r�ol inciude all or a
portian vf the origi�i�El site); or
• beEot'e in�portatlt evettts accureed at the si4e or adjacei7t
#n it; e,�;., it�an-n�a��e events [ike construetip» �ir
environme�ital remecliation, or natural eve�its like flaods,
drougi�ts, earthquakes, or grou�idwater tluccuatio�ts.
Note, too, lh�t il coulc� bc um4ise ta rety on a geniechnica[-en�ineerin�
rc}�ort whose reliability ���ay have bcen aftected by the passagc of time,
hecause a€ (ac#ors like cl�anged subsurFace conditions, new nr modified
codcs, sta�idards, or regulations; or �iew techni�ues oe� tools. If yotir
geotechnieal er�girteef• {res �rot i�tr{ic�ttect nrt "nppfj�-by" date an the report,
ask �vhat it s��oa+ld be, nnd, in general, if yau arc tiic leasE Uif uY�certain
abaut the cc�ntin�ied reliability of this report, conkad yout' gebtechnical
engineer I�efore apglying ii. A mi��or aiztount of aclditiona[ tesling or
analysis - if any is requirec� at all -- could pre� ent major problenis.
IWost o# the "�indings" Refated in This �tepori �re
Pro�essiona� Op3nions
liefc3te c��r�struckion begins, geotecfu�icaE engineers explore a site's
si�izsiirFace throiEgh varinus san�pii�zg �nd testing procedEues.
Ccntechrricr�l ett�ineer•s crtrr oLserve actua! st+hsarrfi�ce r.ondittor�s onfy at
tlrose sj�ccifi�� loc�rtie�ras wfaere srztriplit�hr �crr�l lestirEg were perfornicrt. 'I he
c�ata dEri�erl (rum th�tt sntnpling at�el tesli��g weee reviewcd by yatu-
�;eotechnieal et�gi►teer who tl�ei� a��plicit ��rofcssianal judgEiie��t to
form opinia�s ahnut suhsttrface conditioits thrnughout the site. itictttal
si�ewicie-sabst[�-face ccauditio�is uiay dif�er - maybe si�;nificantly - From
those indirited in this a•eport. Co��Eront that risk by retaining yr>ur
geotechnical eugineer to serve ni� thr d�si�n teaa� Froin ��rnjeet start ta
projecY linisf�, so dtie individttal can pravide informed guictance yuickfy,
whe�iever needed.
: ■ �
�_ � � �
� �
�his R�port's Recommendations Are
Con�rmation-�epen de nt
�II1L' i'L't:(11111111'Ii�iltlilli� �RL'It1S�44i �E] �I3(ti Ct;�.f()E'� — IIIl;IllCI111� a�ty option.
t1r .�ItcCI1,�ItYcS -.1P{ y:011�lk'ltliliit�l]-tsc�7d�1[{��71_ Eit OIIlCI' �t'orcis, thc�y ra.<.
r+a1 /iri�al. l3ec:���+s (�li` �t'sl(ECiltlil'A� CCY�,IIitL'1' SYltn ticvelc�pc'CI CIt4'Iri fC`IEccl
hetirlfy c»3 j�Ed�;n�er�t �i�c! o�iniun tc� do sn. Yc�ur�cateCi�Eii��ul eugl�acea�
c��» Ein:dia�• th� recrfn3rnr�i�l�linE►s uuf)'li�IL"Y f3lisc�rvirrg ru;rtartl a�rlu►rr/�rre
E'U/7[Ililt7lFJ 1'CVC'i[�l'CC iILEYSi11��., �:t1I1SEE`lli��ilEl. II E�11'illlJ��} OliS[:I'i�R�IQII y()I1E'
gcc►tc�h�iie;;i1 eil�ie�rer roniirms tha� tl�r con�litinns assts�iZeci to exi�t
.t�lU;IIIY t�[) 47i���, Slll` i'Ci:l?F11113Cl1C��IIC�IiS�iilll Ilt' rcli�ct tipon, a���intin�;
X7l� f]L�li'I' ��1a���4s hlvc c>�c�c-reJ_ 71�egCuit'CIlltlirll tli�17t�61' IYIl�1 �71'6'pr�r'e�i
tl�is rrj+�r� e:rmua! irssri»oc rrsffi)itS►J)i�ll�, nr li�tl�ility� fnr cn1;lir•rxrrtiaa�-
rlep�t+ti��tr! ��ecert:si�iufrrfrttimi• iJ'�ar�s fizi) la r�.�tr�iit fltul t!►�gfilt r�r tir pftrf i�rr�r
crl�tsrt•uerr"un f�i,s�•rvrrtinn.
This Re�ort Could Be Misinterpreted
Qthe�• design �,rc�fessionals' niisinterpretation of geotecliuicll-
e��ginst���ia�g reports has resulted in costly prot�lents. Can6�ont that risk
by h;���ii��; your geotecli�iicai engincer se�•ve as a full-time iueiiiber of the
desigt� teain, to:
• conFer �vith nther design-team it7e��zbers,
• help de�reEo}� specificatians,
. revie�v pertinent e3euzeaits of other design professiotials'
pla�ts a�id specifi�ations, and
• be on ha��d qvickiy wheneve�• gentecl7nical-eag;neering
guidajice is needed.
YoiE shoiild a]so confront the ��isk c�f constr�ictors misinteipretir�g this
re�ort, Dcr so by retaining yoiir �;eatechnical ee�gineea� to participate i��
prebicl a��ci preconste•uctio4a confe��ei3ces aeid ko pe�•torm constructiora
obaeE�vation,
Give Constructors a Carnplete Report and Guidance
SUn�4 vtivncrs �qcl dzsig�r }�rr�i'vssic3�is►Is ntisE:�3cc�tfy i�elicvr il�cy ccro shift
ar�ianticiF��,1c�i�subscirE�cc-¢c�neilttnns Eiabilkf}• ia cvnsN�urlc�rs lyy lirtaiti��y
tt�e i►�&�r��t�tion ti�cy �rc3ricie li��• bid prc���3rution. Tz� liclp ��rc�c��t
(�1R' L'E15iE�`, l".QE]ll:lllll)U� �?CUI7Et1115 I�IIs �]�'RCil4C EjBS t�tISCCI, Illilllcj�'. (�lt
co�a7plete geotechE�ica�-e3�gineer'sng re}�ort, along with ai�y attach�nents
ur ��ppe�idices, wilh your contract docuauents, but be cerlcain to r�ote
f(1115�tCLiE1lIS�3' i�7ElI y()f{�V(.' !]1['lltLlt(I II�tL' rirrrtt�rict[ f�t ii��nrf��ir�1i»rin!
purpns�s cu�ij�.'li� �1�`;1Stj t171Stl1il�ct'SLiiIlCElll�„ you may �tisa tva�u tu E�ote
tltal "h�iar�na{ti��t►:tE ;���r�>uses" mcatis ���tstruclors h��vr i�« ri�Eil tc> mfy
oq ii�e i�itcr�irt.uio��s, 6�1i11di15, cnitGlstvions, or re�nntu�eitci:tticjt�s i��
the re}�ort, but they �i�csy rely nn the F�ctu�l ciata relative tr� the specific
tin�es, locafiiot�5, and cfepthsJeievatiu€15 reFzrenced. 13e certlin th�l
tnns�ract�rs ka�<��v rl�ey may kerr,� aboul spcetFic; �rajecf rec�uireii�ents,
i���lu�filz� ty��titxt5 reEccled frtttt� tl�i E�epnrfi, ur�l1� f'rx��ii tlic clesign
�trza�iE��s,lEacl sperilicatiaizs_ ]tue�ii�id cuns[r4icto�•s tl�at tliey may
�
� y��.
peE�Forn� tE�eir own studies ii they w�attt to, and be strrc tn ctllnw erii�+r3h
tirne Yo perrnit them to do so. Only tlten ntigl�i yotii be 'tn a po5lUnit
to �ivr conslt'k�cl�rs Eltir i�1C=�rntaticm �cvstil�t��lr: tu yotii. ���I�il� rcntciriit�
lE��E�i [a sit 1c�:�st sfi.��-c sa�nc cif� llte ti3iancial rev}+c��sfi�ili[E�s sl�����i�ii�g
If[111i t[lSiiClfl�1�i11L(� CiSEiI{tI1f�115. {„Ulll�llC#lil�'� �!'C:�)JC� �Ifl[� V['�CU[1S[PiltiLlfl[l
��n��ere��ccs �.�n alsc�� (�r vel�iataie in Eliis rex�,cel.
Read Respansibility �rovisions Closeiy
5ome client representatives, de5i�;n protessioi�als, antt �onstructo�'s do
nc�t rellize that geatecluiic<11 engineee'siig is far less exact than other
engineering discipli�tes. 1l:ai lack ofui�derstaildt��� has nurtu�-ed
unreaJistic expectations tltat hat�e resu[ted i� disappaintnzeuts, delays,
cost overruns, claijns> and disputes. To corsff-ont that risk, geotechnical
en�iii�crs cc»1��iu)nE�• irzc�fl�lc t:�Etlalt��iinry �yrrn�isic»ts i�a tlteir repot�s.
SPlt7t'.EI111CS C�i6�lec1 "Iillil[;i{inc�s;' itt:lI}�' ()j [���SC �7C4)1"1S�S1il.`. l�1EIECiIIC
tultet•r �iqt4chpfC:il citgin�:e��s' rc.s}wnsil�iEit'tcs f�c�;�it .t�ld entl, tU Itclp
olhe►-+ rc���;ni�e EI]� It' uti+•�t ies�ant3�il>ilitic�ti <�ntE 3�i+ks. R�rr�d 11�u,se
l�rcfs�isle�r:scJosely. Askquesrions. Yourgeotecl�aiical engii�eershoii[d
resE?cjnd fi�ll� anc� frankly,
Ceosnvironmental �once�ns 1�re I�o# Covered
"Ihe personnel, eqiEipinent, antt tecltniques used to perForm ��t
envlronmental study - e.g., a"phasc-one' c�r "phase-two" e�zviroiu��ental
site assess�nent - dif}er signific<intly f��on� thase i�sed to �erforin
a geotechnica9-engineering study. For Ci�at reasoi�, �i geatech�iica[-
engi�ieering repos-t daes i�ot usu�illy relate any environi��ental finctings,
conciusions, ot• recumfnendatior�s; e,g., about the li[celihc�od of
encounlering ttncler�round sEora�e tanks ar re��ilateci coa�t;smiitants.
L'�erirUie�fpated su�surface cfn�irv�uaEenta! problefns have lerl ta project
fiailr�o•es. If yau liave not yrt c�htalEj��d yaur a���n ejivironrnental
I11EqE'lil.lilqik,;�sk yc�ur ��aueclutie�il ct►rts�ilt��E�t Car r�.k-ttsn��agcanc�nt
gx�iz�:�iEcc. +1s u ge�3eral rulc, r�r� �rvt �x1y ��ii �rr� ea���17'tlttlFfcftftl! !'4'�r��rl
pr•cp���r�l fnr n�!1%rcaEt �lic*fu. �itc. �>r�>rrtjra�f, cor tltcE[ is urcu3� ►Ju�u;r,t
frior�ths old.
Obtair� �ro#essianal Asststance to �eal with Moistu�e
Infilfration and Mold
WE�ile yaur geotechnical engineer nYay I�ave ad�trrsseci grc>i�ndwakcr,
water ii�filtratian, nr siinifar issues in tl�is report. iione of the en�;i ncer;s
services svere desig�ied, ccri�ducted, oj• i«tended to pre�ent ianco€itrolied
migs•ation of i���sisture - iirclu�iirtg watcr vapnr From thc sc�il tl�ruu�€i
bi�ildi�i� slabs ��nd svalls and i�i[o tlie %ciilciing iRterio��, rt=Itcrc ii can
ea�Ese n�nlcl growt}t and n�aiterial-perFot�tt��ince deiicief�ei�s. Acrordingly,
prvper i:rrplevr�er�kutim� u� th� gea�ecl�itica! err�irreer's rec.a�nrrtctedallons
will nat nf itself be suj�"icicnt to prevcr�t nroisturs ir�filtrntrorr. Confrunt
the rislc of inois�zire in�ltratioi� by inciud's�ig building-envelope or �i�old
specialists c�e� the design team. Geoterh�rfcut engieaeers rrre not huiJdrng-
envetope ar mold specialists.
���������������
�u�i����
A�SO�IATI�1�!
1'eEe�l�►one: 301/565-2'733
e-mail; irafo@geoprofessional.oa�g www.geoprafession�l,arg
(:cr�yrlg[iF 20[6 l�}` Ge'i1�71'P�CSSIOi18I BU53I1C55 ASSUCIJIIOfI �GQt�� F3li�)ISC�IIiSIl, reproduction, o� copying uf this Jsxumerii, in �vhole ttt iti purt, by an}� rneans �vlrFusnever, is stf•icdy
pruhi$ited, except ��•ith G[3A's specitic ivri;ten permissiu:7 Eixcerpting, yunting, or uther�sise extracting warding Frot� tl�is duc�i�o�ent is pe�'i3�i[ted uniy ivilh the express writteij Eiermisxiun
oFGBA, ahJ anly (o€ purpvses oFsd�ola�ly reaearch nr bc�ok re�-iei,c OciEy membcrs uf GBA inay u,e ihis docun�e�it ar;ts �vor<1�ng as a cornplement ta ur as a3i ele�nefv uf a report of any
ki3id, Any nilier fin3i, indi��icSuai, os• uther entity tlia[ sv uses thfs doclin�e�it withnut being a GIiA meniber cn�ild be �onvE�itting negligei+t
���60�60� lVi��o���;� �.nd Wo�e� ����d �3�s��ess
��te�°��°�se C�r�pflIla��e
TH�S �.A�]E ]C,E�"�' �l�TTEl��iOi\TAILI�Y ]�LAI\T�
CITY OF FOR'i' WOFZTH Kroger Drive Phase II
STANDARD COIVSTRUCTION SP�CIF[CATION DOCUMENTS City Project No. ] Ol 0 t 5
Revised July [, 201 I
�� � � •�� � �~ �
_""'��„����'
�ii� �� �'�ri ��r�G�
l�i��ri�� I�������� �r���r�ri�� �p��i�i��ti�n�
����I�4L� 1��1�FtU�TI��� FOF� ��F�i����
A�PL1Gi�zION Q� P'�LICY
!f the tofa� dollar vaiue af the eonfrract is $�{3,0(30.07 oe �tare, tt�en a{��� subcontrac�inc� goal is a licable.
poLicY �r��������
[t is #he policy of ih� City of Fort Worfi� to ensure the fufl and equifabie par�icipation by Mino�iiy Business �nterprises
(MB�) En fhe procur�ment of all goods and services. A!f requirerr�ents and regulafions stafed in #he City's currer�i
8usiness Diversi#y �nterprise Ordinance applies to this �id.
. - ----_ _ 17
�gN�PL.lA�C� iA �f� SF'�GI�ICAiIC�P��
On City corttracts $5d,0�0A� or mnre where a itiflB� subconfracting goa� is ap�lied, Of�erars are re�uir�d to carripiy
with the int�ni of the Cify's Susiness Di�ersity �r�ferprise Orctinance by an� af the faUowing:
9. FV�est nr e;�ceed the above sta�eci �fVI�E:. goal thr�augh FIAB� su�cant�acting parfiicip�tion, or
2. I�iee� or� exce�d the above stafed �11�� gual it�rougi� i1��� Jo�ht Veniure par#icipafior�, or;
3. Cnad �aifih �ffort doce�men�tiar�, or;
4. Prime 4i�ai�er dncumen#at�an.
�UEifVill'T'AL �F ��i��ll�t�� �1C}GIa��NTATIO(�
- ------_ -__ - - - - - - __ _ _ ---- -- -- ,
The applicabl� dacuments must be received by the by the assigned City of Fort Worih F'roject Manager ar
Departme�nt �esEgnee, wi#hir� the follo�+ing iimes allocat�d, in order far ihe entire bid ta ��a �^^SlderBd r�v�onsi�� �n
the s�ecif�catior�s. �� . � ° � ' '
__. -.. . •- . .::. _ .
1. Subcont�actor� lJtiliza4ian Farm, if goal is
�met or exceeded:_ �
�. CsOOd ��Ith �ffb1#�F1d SU�]Cdittf'"SaCtOF
I,i�lllzutlBR �OPill, if parlici�ation is fess than
5t�t�d CJ�O��:
3. Govd �aith �ffark ar�c� S�bcontr�ctor
U4iliz�tion fo�rr�, if no MB��a�r�icipation:
4. Ptime ContracYor ifid�iver �orm, if you wi�1
pe�farm aE[ subcoritract9nglsupplier wark: _ �_
�. Jpfnt Vet��re For€n, it goa[ is r�tet or
exceeded:
received no lafer #han 2:�0 p.m., on the secand City business day
a�er the bid openir�g dafe,_exclusive of th� bid opening dafe.
recei�ed na later than 2:40 p.m., an the second City husiness day
after #he bid opening date, exclusi�e af Ehe bid opening clafe,
received no later than 2:�A p.rr3., on fihe second City b�asiness day
affer the hicE opening da#�, exclus�ve of #he bic! op�ning date. __
received no iaEer than 2:00 p.m., nn the s�cond Cify business day
efter the bid openi�g date, exclusive �f the bid apening dake.
received no later th�n 2:04 p.m., on the secor�d Cify �usiness day
after the bid o��r�i�..date, exclusive Qf th� bid openi�g dete.
�aIL€1R� i8 C�fIAI�LY I�li�'M �'H� CiTlf'� �lJ�i�l�S� C}iV�RS1TY �Ni�Ri�RIS� f7F?i�l�lA�f��, 11�tiLL R��IJLi ii�
TH� �!d E3El�C G�h1SiD�.R�[� [V�P!-���F'(�f�lSIV� i6 �P��I�I�A'i'I�JP�S.
�AlL.UR@ i� SU�MiY Ytf� ��C�;€J)�t�p N't�3� C1C»Uftlk��JiR�'IdP� WIL.L R�'�1�L7' 1Pd "CH� �I� ��lf�C's �BP��1D��t�b
f�€C)N-fi�SPCaP351V�. eR u�CdC�Rf� ��1LUR� �6ilIL�, i3�51J�.�' IPJ'fHE O�F'�R�� E3�lt�EC C11>QU�ol�1�IC�,� �C7�'t t�
f��FtfO� 8�r C�i�� YE,4R. iHRE� F�11LU�t�S lf� A FIV� YE�►f� P�RIC�n 1�VtiLL �i�SU�I' E!� ��iSC�U�L��rICAYlO�!
�'�R14b d�' iI�R�� YEA�2�.
- - -- __ _ -- --- -
Any questiorEs, pleas� contact 4he Office of �3�siness D1�rersity at {8'i7} 392-Zfii�.
Offrc� of i�usiness l7iversiry
EmaiL' mw6eofFice@fortwort�texas.gov
Phone: {87 i) 392�267�F
TeR3poi•7rily Revisecf A�ri[ G, 202� d��e to COVIDI9 �mergency
AiTACMMENT4A
F'age 1 of a
�'o��r ���Tx
--�:�r . -��--�--�-----
� �-
�if:y �� ��� U�����
��i�e �f Bu�i�e�s Di�+�r�i�y
�B� �t�b��n�����a��f�u�pti��� U�ili��tion _�_o_��
��_ �-� n.a� pA..t, �r-�- . � :�.�
i1e box ta descri6e
CsrtE�aation
� . �� �. � . 1� . � _. r , . _ _
�Cr�g�� �ri�e �h��� il �����'���,
r� f � �-�
City's tVi�E ProJect Goal: Offieror's IUIBE Projaa# Commitment: PE20J�Ci UMBER
� � a�a � �. � o�0 101015
ld�n�i�y �I� ��b�a�tr�ac����l�tap�ti�r� �a�a �+ili ��� a� �hi� �r��►j��t
�aiiur� to compl�te this form, in ��s en#ireiy with re�u�st�d doeurne�tation, an� recQived by #h� F'urchasing
; D�v�sion na later thart 2:00 �.rn. on tl�� secor�d City business day after bid opening, exaiusive of �icf opening date,
Iwilf resu4t in t�e �id being co�sid��ed nor�-responsive to bid sp�cificatior�s.
The �rtdersigned 4ff�ror agrees to enter into � farmal agre�ment with the MBE �rm(s) fisted En this utilization
schedule, canditianed upon executian of a contrac� with the City of Fort Warti�. Th� inter�ti�nai �ndlar isnvwing
misr�pre�sentatian of facts f5 gro�nds far cansideratior� Of dfSE�UaIi�iC�tlOn and will resuit in the bid b�ing
consider�d non-responsive to bid specificafions.
M�3�s lisied ta+rvard �eating th� proj�ct gaal rr�us� be iocated in Ehe six (6) aounty rr3arketplace aic t�e time of
bic� or the �iusiness i�as a Significar�� �usine�s �pesence in the �llarket�lace. Marketplace �s the g�ngraphic
area of iarr�n�. �alla�. Cien�on, Jo�nsor�. P�rEt�r. �nd Wis� ca�rnties,
Prim� contractars rnust identify by tier level ofi aff subcontractorsl5uppliers. Tiar: m�ans t�� leve! of
subcontraeting belaw the prime contractorlconsuitant i.e. a d[r�ct payment #rom the prime contractor tn a
subcontractor is co�sid�red 15i tier, a p�ym�nt by a subcontractar to its suppiier is considered 2�d tier. The prime
contract�r is responsible #o provide praof of p�yment of al( ti�red subco�trac#ors icEentified as a M�E and
counting those do�lars towards meeting the cantr�ct cvmrnitted goal. __�
A�� fViE�Es 11dIl��Y �� CF�TIFIE� �L�-��#�� �C�f�!°�°R�,C't° 1�1�'!l�R�.
�eciifiicailon m�ans those firms, lo�at�d within th� Marketpface, that have been determined to be a bonafde minarity
�usiness enterprise by the North Central Texas Regianal Certificati�n Agency (NC'T�iCA} and the DallasiF'ort WortM
Minarity Suppfier ��velo�ment Cauncil (DIFW MSi��).
lf #�aut�nq senric�s a�e ufili�ed, the ��€�ror wili be given credii as long as the M�3� iisted owns and
op�rat�s at ieast one fully licensed and operational tr�ck ta be us�d on ihe cor�tract. Tf�e MB� may I�ase
iruc�s fram a�other MB� firm, inc[uding MF3� owner-operat�d, and receiv� fulf MBE credi#. T'�e MB� may
le�se trucks from non-MB�s, including owr�er-operat�d, �ut w€II on[y receive credit for the fe�s and
cammissions e�rn�d bv th� MB� as o�tEine� in #he ]ease �qreem�nt._ ---
Rev. 2I13119
Fo��� i�iox���
_"��-o-= ,�:.`—
.�.
AT�ACHMENT 'EA
Page 2 of 4
Offerors are requir�d ro idenfify Ai.L, subcontraetars/suppliers, regardless of stafus, i.e., .�hin�ri�3r �nU n�n•MflE:t MBE firms are tp be
lisfed �rrst, use additiona! sheets if necessary. f'iease note that anly c�rtifed MBEs will be counted fo meet an MB� goal.
-- — � — —
SUBCON�RACTQF�lSUp�Lf�R °
Cotnparoy Na�ne -� � W � Lletail Detali
Address 1 � g Subcvntracting Sup�lies paElat Amount
7elephortel�ax e � � M WorEc �'urahased
Err�aif r g
Con#act P�rsan �
�� ;�� .(oMN � �r�, lk�-i � � S a a.
Go NS't'�.e-r'�°"1 ��r�
43g'� j_`� b�.��A►��•
� �� Da,�, r:� 1 ���y i �J L._! �'`' �5�5 �•5� •'- v
��l�"�.°-r�5345[.o�usr,a N� 'v�1l� ��`,tP/��#t•
Sg � -r 901 St�9q
� �� _
���,� ��rau�a.t
Sz� E E�.� Av�., �n.���: ��,�,s
Fv� �..lo�r.1, i`�o, i6 ��l � r E..,.J �
f� 1�IAw� I �S E� l��A�a�.1.E.� +," � T{[3zE7" �-�1 �R► � � �f/��r� � o-r:
$17 SG 1 7 4ao ' r'O1�
oa�� w�ur�'a
G1�.�sl�oabs L. • P .__..�.._.._.
so� z �a.,� +a Srn.4e�s� � �'��o ���.,..��
� �� ,��. �����' R n �..��
�1-��.�t.�c�tossr�abst-� �--�1 ❑ � `jr�'.�r�t�� � Ll �t C� -ar�
� CoM
� �`7 l�34 oot► N
r�an� T _ _
�GT SA,,.tUs-�t,�r�
� J� �.�% %� Wtf � ��1 � Sf' Sfi(] F�s
0
Cji�P�V 1 n]l2,. �'j"jv . "7 GOS % � � �
( �A.aw-+-�►.-� #f'"13L • �4
�.M s"T'�446.l-�-QAGYSAv3[.v74'►�. �
• tOT�J
$ �7 47� ZI�'�
!�A nsa� M frc � r,.s,c_
Vfl£.6.n1 �SPt+�rG, �.A. � lt�� ��.�'f�..�A-a.-.�
��of }-4q^J�?i.�.�iG��R.vl�i %}1N�3St{�v+�(,
�q�.r �rJ a�y't� , �C . � b 1 ! 8 � l�.-�
�n-�c�c,�a.c���sc.�sQ,�.�,� � �...�! ��,�a��7o,� � 6�� �7'�� s.S
$�7 s'�� 9z99
V�F .....� �
� �
Rev. 5115199
Fo��•'�o«��x
�.-�Q`'�
i� '_
ATTACHM�NTIA
Page 4 of 4
Tota! Dollar Amount of �fil�� Subcon#rac#orslSuppliers � � '7 } Z 3 �y _ � `
Totaf Dollar �lmount of �Io�o�B� SUf3CbEltt'�CtOi'S1SU�3�IIGfS � � 3s � W� •� t�
Y�T'�� �o���� A�o��T O� �aLl. �u��t?�i�A�ia��lsu�r��i��� � � � o �. g g � • 1 �
TF�e Off�ror wilf r�ot make additions, c�eietiorts, or substitutions ta th€s cerfiifed fist w�thout the priar aPproval of the'
Of�ice of �usiness Diversity through the submit�ai ofi a i?�qu�st %r Appro�al a�' Chang�/Addliian
form. A�y unjusti�ied change ar d�l�tion sh�lf be a materiai br��ch of co�tr�ct and may resuft irt deb�rm�nt ir�
accord with the procedures outlined in i�e ordinanc�. 7he Offeror st��ll submit a detailed explanatior� o�f
haw the request�:d c�ang�la�ditian er d�l�tion wili a�'ect th� comm�tted MB� gaaL (f the detail explanatior� fs
nat submitted, €i wili ��fEct the final compiianc� det�rmir�a#ian.
By a�xing a sign�ture to this fioem, th� dfferor further agr�es to pro�id�, cfirectly to the City upor� requ�st,
camplete and acctarate inform�tion regarding actual wor{� perform�d by all subcon�r�ctors, incl�ding MBE(s) a�d
any sp�ci�l �rrang�ments with M���. Yhe Offeror �lso agrees to allaw an audit andlor �xaminatian of any
books, reco�ds and fiies �eld by their company. �'he Offerar agr�es to allouv ff�� tr�nsmissinn of ir�terviews with
awners, prir�cipais, o�iicers, �m�foy�es and appEic�ble subconf�actorsfsupp[iers p�rticipating vn the contract that
will substan�iate the act�al w�rk performed by the MB�(s} on this contra�t, by an autharized a�cer or employee
of the City. Any ir�kenti�nal andlor knawing mis�epresenfatian of fiacfis wil! be grnunds �o� t�rrninatfng the contract
or de6arrr�ent from City work for a period of not less thar� three (3) y�:ars and �or initiating action und�r �ed�ral,
Stat� or Loca� laws concerning false staiements. Rny faifur� ta com�fy wit�a this ordinanc� creates a maierial
br�ach of t�e contract and may r�s�lt in ��et�rmir�atior� of an irr�spor�si�le Offeror and d�barment from
Participating in Gity work fo� a period of time not l�ss th�r� or�e (1} year.
-,. ; . �
..- - -''��-:�.
Authorixed Sipnature '��
�l��'��a�i' {� � �C:--►^3��-
iiile �' ,
�
��cF_ t--� A�?.1.,� ��A...►� �..s� d �.-�-
Company IVarne
� �u � n� �+A�i � 47�.,C� T
Prfnted Signature
Cantaot Namelittle (if differ�nt} '�'
--L�r I � �-r79 ,� g1�8
Talspho�e ar�dlor Fax ��
�'�0� N ��.�y�v �J-
Addres5 �
� R.�.1 ti�� ��,o T}a y �� t�� i
- - - -J-�..,�.�.-- - — -
CirylStatel�lp
Office Qf eusiness C3iverslty
Err►aii: mwbeo�c�@farlvuorthtexas.gov
Phane: (S�t7) 382-2674
S��.��;..► (� R�.�,.� �l �..� P av t ns �. . c o r►
�-ma!} Address
,,.,., � % #1 � z / � .
�ate
Rev. 5I15119
F�bru�ry 18, 201�
�hitip Rojo
�ejas Comm�rcial Canstruction, LLC.
�. O. �ox 103g�
River O��s, iX 76914
R�: ��� Certifcation Affda�it No. 1�784
��ar Rajo:
Cong�r�tulatEo�s! Your firrt� i�as been ceriifed by tf�e North Central �exas Regional Certification Ager�cy ("NCTRCAn) and wit�
the Siate of %xas lJnified CeHi�ication �rogram ("'�UGP") as a Oisadvantaged B�siness Enterprise (D��). Yo�r Cer4ifir.�tion
lder�tification Nu�ber Is HlIA�������R10�99. In accordance with U.S. �epar4ment of Transpor�atiofl (wU�DO�'") 9$� �er�ifleatia�
eligibility r�quirem�nts prom�lg�ted at 49 C.F.R �a� �6 ("the Regu�akions") your �irm is certified as a D�� in th€� foliowirrg �r�as
fisted o� page 2.
ihis certificatian shall remain valid, ur+less and until it has besn remo�ed in aaaor�anoa with procedures set io�i� in 49 C.�.R.
§2�.87. tr� �rder ta r�m�in cer#ified, yau must suf�mit annually, on the anniv�rs�ry of your Q�E cer4ificalion, ��i�o C�ar�g�
AftidaviY'.
A No Ghange A�da�it is a sworn affidavit aff#rrrting that there have been r�o changes in th� frm's circ�,mstances affectir�g its
si�e, �isadvanta�e� stat�s, ownership or ihe cantraf requirements of the regul�tion, ar any m�terial cH�n�e �n ##�e ir�forr��tivn
provided in its ���licati�n f�r D�� certi�icati�n, including the suppart doc�mentatior�. Any changes to contact infoe�atioR,
�wnershi�, �rtcJ/or ex����ion of s�n►ic�s �nust be cvmmunicate� to the NCT�CA within fhirty (30) d�ys of tHe chaflg�. �ailure to
pravi�� thes� cHa�g�s co�ltf result in your ffrm heing rerx�n�ed from tFie ceHified �ertdor �atab�se. �he IVCiRCA �n�l/ar t#te
iU�� reserve tge right to re-evafu�te a frrm's certification sEatus at anytirne that they determin� such re-evaluatior� is ws�t�'a�t�d.
T�i�r�k you for y�ur ��rti�ip�tior� in the NC�RC/�! DB�e Certi�catian Progr�m. �le�se cofltact me at �'l7-640-06�� it y�� t����
any qu�st�uns or if ! c�n be of �s�istance to you.
Sl�ear�ly.
�..���-
�Iicia Mitcheti, MPA
Executive nire�tor
6�a4 5� �iag3 �rTE+e� Sulte 1� ° �ilr���. Ye�as� 7�Oif � {819} �S {�ffi�) + (�l'ij 6�O�fi3�.5 �Fa�¢jib w�o.n�.erg
FoP afllf�e ay�lisatfi��s ge �: i�fdps://rtctrea.�a�.e,��r
f��ge ti
�abruary 9�, a01�
��iii� Rojo
�ej�s Com�n�rcia� Constr�ction, LLC.
�his flrm is Ger�ifled �n�1er th� fa!!awing commodity co�eslarea(s) of speciakty:
N +l��S $�C220: �@t�AiV1�i��lAL �P+I� F�.1�7'ii�4�7ORE�, �lJl�D1Fi� �BN��vCil�Pn
NdiCS ��79°�0:1�Idi�it 11f�D ��� LlN� APED R��oTI�D ai���Til�S �@P��gFtli�ii�Rf
�e�iruary �0, 2019
Phifip �ajo
Y�J�s �ornmercfal Canstr�ct�an, ��C.
P. @. �ax 1 D395
Riu�r ��ts, Tx �'6974
R�: Mi�ority Business �nterprise {[u�g�) Cer�ification Aifidavit Rfo. 1�7�4
Dear F��ja:
Cnn�r�t�E�tions! Ya�r fir� �as be�n ce�tifsed by ttr� NortFi Centrr�! Yexas Regi�n�l C�rtiGr.�ti�rr �4g�rtcy {"AlCiRCA") �s a
Minoriiy Busir�ass ��terpris� ([4A�E} in �ceor�a�c� witF� NCTRCA M�ElifVB�lS�� certifieation eli�i�ility �r��r�m rrquire�flt�.
Your Ce�t1f��Hon tdentfffcatfon N�tr�ber is H1Y�lW��B����t0�29. Your firm Is certifled as a f++9��lW��I�B� i� tHe fallow#ng �re�a
Ii�ted on ��ge 2.
�'his c�rtifc�tian is vffiii� for tNro ye�rs fram the dat� of this I�tt�r or, unless and until iE has been re�oved i� accor�ar�ce wittt
NC��i�A M�3LIW��I�B� �er�ifcation eligib�iity proc�dures. Ir� ord�r ta remain certified, yuu must submEt annu�lly, on the
anr�ivet�ry of yaur certiRcation, a"No CFsang� Affidavit'.
A No GI1�r�g� Affide��it �s � swom ��Pld�vit �ffirrnr ing t�tgt tFtere itave heen rno chahges ir� ti�e f���'s �i�u�n�tance� affe�tfn� ils
own�rsE�tp ar �antr�l, ar e�y rr�ateri�l cha�ge in th� iflf�rmatinn prnvlded in its �pplie�tion ior AA��/W��l3�3f� c�rtiflc�ti�n,
i�cludi�g ti�� eu��or� ��cum�niation. �4ny changes ta ca�tact informatio�, tiwn�rshig, �sndlar �x��nsian of s�rvic�� ��st b�
comrriur�ic�t�c3 to the �ICiRCl� within thirty (30j days of the ch�nge. �ailure to provid� these changes could result in yaur tirn9
b�i�g f��r��d fr��fit ttte C��ifi8c� vendoP d$tabase. T�te A1C��CA reserves the righi ta re-e�alNale a frm`s ceHifc�tion StatuB �t
�nylim� tlt�t It det�rrnin�s such re�evaEu�tion is warranted.
Tha�tk yau fac your per�lcipetivn in th� NC"iFiC� M��lW��1:�� Certlficatfen Pra�ra�rrr. Wl���e �onl�ct me �t 81 �-�4��Q6 If
yau �+�va any que�ti�ns or if ! can be a# �ssist�nce ta you.
�incePely,
�� �
�fici� Mitchell, M�A -
�xecudv� C�irector
�� SI� �I�g3 �, �it� f� � �Ilr��e�� %sas �'�451 ° ��17} €#J606 {f��e) ° (�1:� Cs�-53g5 {�as�j 6 wP.rw ns4r�.grg
� efl�i� a�li€�tF� � to: h�:J/r��.n�sadlv�.�n�
-_ ,
1� �'�T�����,
�
R�i�r�y �u�i� Er���� �nA��)
�°� �m���l ��tr�,.��.
��)� ��l��i�l �c�n�t�cr��i��, ���.
H� fft� w� i�te �� a� Al�r3i ���fir�l i� N���R f�� �� �nt�sa (�A�Ej Pa�ir�s
&�ara� �d � he��y �r4i�ee1 ir+ pr�d� �(�) fn R�e foi� �:
��T,'�=; � : ��, , s•-r:. �, ,, � -, n .i` _ - a ..
i - ,�_ �`� r', :r=• `t.
r;y : r' , . - .�, ,� � - � ,- - -- �� - �
�� � �� �� i�� ��� � �11� :��� � � �V�E'a'7
i��. T1i�8 t�f�{�ia6Y1 f�iE�83 �f6 !�� 6b@i �iYO j� (� ��fi f� �tl ��l11U� ���f! �1�f. /�t
�+ tF�� t�e i� a� Ir� gwnor�#,ip� t�r�ir�l o! Y�� fi�n �r A�retias, �titi� rr��t ee r�e
int�rr��Q�ty t� m� I�Hlt �e�te�i �'mtaas f�s��io�al ��iit�n ��v iQr �li�ili%+ ero�t�.
��i :��.�i
��:�v�,a��
�`��, ���o¢�t
�� �,'
�c� �
` f I � _t �
-;-{. �r'ri��� , i.��� �fl �,:;v �lu �
��ge 2
l�ebruary 20, �i]19
phili�a Rojo
i'�j�s Comr��rci�l C�nstrttctior�, L1C.
This flrm f� CeHifl�d u�d�r the 9ollowing �ommadity codes/area�sy of specialEy:
tt1��� �?�: ��IWlIiA��IAt� �6B lNil'i11�1�F�°IL B�Il.Dli�� �6W�YC3!l�il@R1
�l�l�� 23i'� 90: I�Y�iZ �I� ��iA�i L1fi� l�11�B R��6T�� 5����� �p���11���A�
�� ��' ��� $��' �
�I�:� �� ��1'� ��i�ii
Nlinvr�i�� �u�ine�s �n�erpris� ��ecificafiions
�rir�e Co�tractor 1�Vai�+�r ��rrr�
ATTACHM�NTIB
Page 1 of 1
OFFEROR COMPANY NAME: Check applicable box to describe Offeror's
Certification
• ••�JC IV�^�� J6
Paa��cr Nann�: �
__ _
Krog�er Drive Ph�s� i I BID D�1TE
City's MBE Project Goal: O#Feror's MBE Project Commitment: PROJECT N#JMBER
17 0�0 o�Q 101015
If both answers to this form are Y�S, do not complete ATTACHMENT '! C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must compfete ATTACHMENT 1 C. This form is only applicable if �th answers are yes.
Fall�s� to ��mplet� �lii� forrrx in �#s �n�ire#y are�l b� rec�lw�d by #h�+ �u�'���sln�_[�i►+is#or� �tio I�#er than �:0�
�.m,.t �r� tlte secand_�iiY bs��iness day af#er hid o�,�nlnq, e�c��usive of th� bkd �per�irrg date, will ��sult �n
�he bi� hei�g corrsEder�� �qn-r�sp�ns}vq to bid s�e��#ic�#ions.
Ildillill you per�rorm �his en�ire contrac� wi�hout subconfracfors? YES
If yes, please provide a detailed explanation that proves based an the size anc! scope of #his �0
project, this is your normal business prackice and provide an operational profile of yo�r bUsiness.
Will you perform this en�iire contracf wifhout suppliers? Y�S
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your narmal business practice and provide an inventory profile of your business. WO
The Offeror fur�her agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, includin� MBE{s} on #his contract, tF�e payment thereof and
any proposed changes to the original MBE{s} arrangements submitt�d with this bid. The Offeror also agrees #o
aliow an audit andlor examination of any books, records and files held by #heir company thak will substantiate the
ac#ual woric performed by the MBEs on this contracf, by an authorized officer or employee of the Cify. Any
intentional andlor knowing misre�resentation of facts wilf be grounds for terminating the contract or deharment
from City work for a period of not less than three (3} years and fnr initiating action under Federal, State or Local
faws concerning false sta#emer�ts. Any failure to comply with this ordinance creates a material breach of confract
and may result in a deteri-nination of an irrespansibl� OfFeror and barred from participating in Ci#y work for a
period of time not less than one (1) year.
Authorized Signafure
Tifle
Company Name
Address
CitylSkatelZip
Qffice of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-267A
Printed Signature
Conkact Name (if different�
Phone €Vumber Fax
Email Address
Date
Rev. 5195119
ATTACHM�NT' 1C
Page 1 of 4
T'��T �%� ��i�' �
.� ��__.
�it� of Fort 1lVorth
�Ain�rit� �usine�� �nterpri�e
I��E ��od �ai�h ��o� �grr�
OFFEROR COMPANY NAME: Check applicahle box to describe
Offerors Cerkification
PRO.lECTNAME: 'D8' i"�.�- -- ---
I�rog�r Dri�e Phase I� BIDDATE
City's MBE Projecf Goal: Offeror's MBE Rraject Commitment: PROJECT NUMBER
17 a�o o�a 101015
�f e#ti� Of��r�r did nc:t rr��e# or exceed tFt� NiB� su�aontfactir�g goal #or #h�� �xrnjeck, #he C7ff�ror rnuat c.�mplete #his
f4+m.
If the 9fferor's method of comp�iance wifih the �l�I�E gaal is based upon demonsfrafion of a
"good faiirh efFor�", the �fFeror will have �he burden of correc�ly and accura�el7� preparing and
submitting the documenta�iion required by the City. Compliance with each item, 'I thru 11 below,
shall satisfy the t'sood �aith Efforf requirement absen� proof o� �raud, inten�ional andlor 6tnowing
misrepresen�afion o� fhe facts or in�en�ional discrirnination by fihe Offeror.
F�ilu�e #o carnple#� #�is form, in �ts �ntir�#y wM�h �uppor'king docurr�en#�tipn, �nd rec��v�d ��r t�L
Furchasing �luls�on r�o lat$r th�►n �=�� p.m. on the s��ond �I#y t���iness ��y aFter bid op�nir�g, exclusive
of bi� openi�g �ate, will result ir� #h� bid �ein� ��n51�ert�d nt�n-r�s�ot��ive to �It� spe�lfl���ions.
1.) Please list each and every subcontracti�g andlor supplier opportunity for the completior� of this
project, regardless of whether it is to be pro�ided by a�fiBE or non�IVIBE. i�0 iVOY �.157 NAM�S QF
F'IRii�S On all projects, the Offeror must list each suhcontracting and or supplier opportunity
regardless of tier.
(Use additional sheeis, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev. 5l15119
ATTACHAAENi 1C
Page 2 nf 4
2.} Obtain a current (not more than two �aj manths old from the bid open date) list of IViBE subcantractors
andlor suppliers from the City's Office of �usiness �iv�rsity.
❑ Yes
� Wo
Date af LiSting
3.) �id you solicit bids from M�� firms, within the sufocontracfing andlor supplier areas previously listed,
at least ten calendar days prior #o bid opening by mail, exclusive of the day the bids are opened?
❑ Yes (If yes, attach MBE mail listing to inclucle name oi Frm and address and a dated copy of IeEter mailed.)
❑ iV0
4.) Did you solicit bids from 14A�� firms, within the subcor�tracting andlor supplier areas previously listed,
at least ten calendar days prior to bid opening by Felephone, exclusive of the day the bids are opened?
� Yes (ff yes, attach list to include name of MBE firm, ep rson contacted, phone num6er and date and time of contact.)
�Wo
5.j Did you solicit bids from i�9B� firms, within the subcontracting andlor supplier areas pre�iously listed,
at least ten cafendar days prior to bic! opening by iacsimile (fax), excl�sive of the clay the bids are
opened?
�YES (If yes, attach 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 that "undeli�erable confirmation" received must 6e printed directlyfrom the
facsimile for proper documentation. Failure to submit confirmation andlor "undeliverabfe confirmation"
documentation may render the GFE non-responsive.)
[�IO
6.) �id you solicit bids from M�� firms, within the subcontracting andlor supplier areas previously iisted,
at least ten calendar days prior to bid o�ening by ernail, exclusive of the day the bids are opened?
❑Yes
� {i�o
(If yes, attach email confirmation to include name of MBE firm, date and time. In addition, ff an email is returned
as undeliverable, then that "�tndefiverable message" receipt must be printed directlyfirom the emaif system for
proper documentation. Failure to submit confirmation andlor "undeliverable message" documentation may
rentier fhe GFE non-responsive.)
h:�TE: T#�e ��ur rr�e.hods #�entl�ied ��^.*� are scceptai:6L �o�' sulic�tE.^.g bl�s, an� �acF� s�!e�t�d i:�:�t�rnd
mu�t �4 a���ied #o tha appfi�a�le cont;°��t. 7he Ufferar m�s# de: urnar�t th�# e�th�r at feast tw� �tt�rr��ts
vJe:-e rnade �s�n� tkv� vf t�e f�t�r metha�s or #hat at I�a�'t on� s�cc�ss��� carrtaet was rrFade using �ne o�f
th� fou�r ane#ha�s ir� ord�r to deerned res#�or�sive #a t�e �oad �aEth �tfor# requ�r�rnant.
i�C}7�: 7he Offeror m�st cor�tact ths er�tlre IN�� list s��cif�c to ea�h sufoc��:r�ctfng and ss�p
a�a�rtunitv to b� �� eom�liar�ce wit#� ��estions 3 t#�ru �.
i.) Did you provide plans and specificafians to potential RiiBEs?
❑ Yes
❑ FVo
8.) Did you pro�ide the informa#ion regarding the location of pfans and specif�cations in order to assist
tF�e FiR�C�s?
� Yes
❑ iVo
Rev. 5I151t9
ATTACHfW�iV�' 1 C
�age 3 of 4
9. Did you prepare a quotation for the IIA��s to bid on goodslservices specific to their skill set?
{If yes, attach all copies of quotations.j
Yes
No
1 d.) ldldas the contact information on any of the listings not �alid?
(If yes, attach the informatian that was not valid in order for the Office of Business Uiversity to address
Yes the corrections needed.)
❑ ��
11.)Submit documentation if iVIBE quotes were rejec�ed. The documentation subrr�itted should be in the
forms of an affidavit, inciude a detailed explanation of why the flli�� was rejected and any supporting
documentation the Offerar wishes to be cansEdered by #he Cfty. In the e�ent of a bona fide dispute
concerning quotes, the Offeror will pro�ide for confidential in-camera access to an inspection o# any
rele�ant documentafion by City personnel.
Please use additiona! sheets, if necessa , and aftach_
Cam an iVame iele hone Contact Person Sco e of WorLc Reason for Re'ection
A�DI�IONAL INFORf4flATIORl:
Please pro�ide additional information you feel will further explain your good and honest efforts to obtain
i�ABE participation on this project.
ihe �fferor fur�her agrees �o provide, direcily to fihe City upon requesi, complete and
accurafe informa�ion regarding �c�ual r�ork performed on fihis conkracti, the payment
fhereof and any proposed changes �o �he original arrangements submitted �►ith �his bid.
�he �ifieror also agrees fio allow an audifi andlor examinafion of any books, records and
files held by their company that ►dvill subsfianfiiafie fihe actual wor� performed on this
con�rac�, by an au�hori�ed offic�r or employee of fihe Cifiy.
�►ny in�enfiional andlor �Cnora�+ing misrepresen�a�ion o� fac�s will be grounds for
fierminating the eontracfi or debarment from City wor� for a period of nofi less i:han i:hree
(3} y�ars and for inifiiating ac�ion under �'ederal, Sta#e or �.ocal laws concerning false
sta�err�en�s. Any failure �o comply r�i�h fihis ordinance shalt crea�e a material breach of
con�racf and may resul4 in a de�ermination of ar� irresponsible �fiferor and debarmen�
from parfiicipafiing in Ci�y wor�C for a period of i:ime no4 less �han one (1} year.
Re�. 5115l79
ATTi4CHI1fl�NT 1C
F'age 4 of 4
Yhe undersigned ce�%ifries �rhafi ihe information provided and the IId�B�(s) listed r�aslwere
contacfied in good faifih. Ifi is underst�od thai any I���(s) lis�ed 'm A��achmen� 1C will he
confacted and the reasons for n�t using them will be verified by fhe Ci�y's Office
of Business Diversi�y.
AutharFzed Signature
Title
Company Name
Adc�ress
CigylSgatelZip
O�Fice of Business �iversiky
Email: mwbeoffice@fortworthtexas.gov
Phone: (897) 392-2674
Printed Signature
Contact Wame and iitle (if different)
Phone Rlumber
Fax P�umber
Email Address
Date
Rev. 5115N9
Joint Venture
Page 1 of 3
�� � T ��� �
CITY OF FORT WORTH
1VIBE Joint Venture Eiigibilitv Form
All questians must be arrswered; rrse "N/,4" lfnot applica6le.
Name of Clty project: Kroger Drive Phase il
A joint venture form rrcust be completed on l project
RFPBid/Project Number: 1ofo,s
1. Joint venture infnrmation:
Joint Venture Name:
.Toint Venture Address:
�If applacahle�
Telephone: Facsimile: E-mail
Cellular:
Identify the firms that comprise the joint venture:
Please attach extra sheets ifadditiona! space is required to provide detailed explanations of work to be performed by each firm comprising fi�e
—____
foini venture
MBk: flrm Non-MBE �rm
name: name•
gusiness Ad[Iress: Business Address:
City, State, Zip: City, State, Zip:
Telephone E-mai[ Telephone E-mail
Cel lular Facsi►►�ile Ce�lular Facsimile
Certification Stat�s:
Name nf Certifying Agency:
�. Sco e of work erformed b the Joint Venture:
Describe the sco e of wor�C of the MBE: Destribe the sco e of work of the non-MBE:
Rev. 5115119
Jaint Venture
Page 2 of 3
3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward
meeting �he project goal?
4. Attach a cap� of the jc►int venture agreement.
5. List eomponents of ownership of joint venture: (l�o raot complete if this informatian is de�cribed in joint venture agreeynent)
Profit and lass sharing:
Capital contributions, including
equipment:
Other applicahle ownership interests:
6. �dentify by narne, race, sex and �rna those individuals {with tit]es) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payable and Recei�aUle):
Management decisiona:
a. E.stimating
---�----------------�--�------------�----------------�---------�----------------------�------
b. Marketing and Sales
-----------------�--�--�------------�----------------�---------�-----------------------------
c. Hiring and Firing of management
personnel
-----------------------�------------�-------------�--�---------------------------------------
d. Purchasing of major equipment
andlor supplies
Supervision of field aperations
The City's Oi#ice of Business Di�ersity will re�iew your joint �er�ture submission and will have firtaf
appro�al of the MBE pereentage applied toward the goal for the project lis�ed on #his form.
NOTE:
Frorn and after the date of project award, if any of the participar�ts, the individually defined scop�s of work or
the dollar amountslpercentages change from the ariginal�y approved information, then the participanks must
inform the Ciky's OfFice of Business Diversity immediately for approval. Any unjuskified change ar
deletion shall be a material breach of contract and may resulf �n debarm�nt in accord with the prncedures
ouklined in the Ciky's BDE Ordinance.
Re�. 5I15l39
Joint Venture
— _ _ -- -- — --
Pa e3of3
AFFIDAViT
The undersigned afiirms that the foregoing statexnents are irue and correct and include ali material infa�-mation
necessary to identify and explain the terms and operation of the joinE venture. Furthermore, the undersigned shal!
agree to provide to the joinfi venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the rig�t to request any additional information deemed necessary to determine if the joint
veniure is eligible. FaiIure to cooperate and/or provide requested informatiori within the time specified is grounds
for termination of the eligibility pracess.
The undersigned agree to permit audits, interviews with owners and examination aFtl�e boaks, records and �les
oi the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provisiot� shall result in the termination of any contract, which may be awarded undcr the provisions oi this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances cancerning faIse
staternents or willful misrepresentation of facts________ __
------ ---------------- - ------ -----------------------------------------------------------------------------------------------------------
Name of MBE firm Name of non-MBE firin
Printed Name qf Qwner Prinked idame of Owner
Signature of Owner Signature oF Owner
PrinEed Name of Owner Printed Name vf Owner
Signature of Owner SignaEure of Owner
Title Tit1e
Date Date
Notarization
State of
On this
County of
day of , 20 , before me appeared
and
to me personalty knovm and who, being duiy sworn, did execute the foregoing af�davit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public
Print Name
Notary Public
Signature
Commission Expires
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (S 17} 392-2674
(seal)
Rev. 51151'f 9
GC-�o�� �a�� �a�es
T�-IIS �A�]E I���� �I�T��l�T�IOI\TA�LL� ��AI��
CiTY OF FORT WORTH Kroger Drivc PE�ase il
STANDAKD CONSTRUCT[ON SPECIFICATION T]OCUMENTS City Project Na lO1015
Revised July 1, 2011
207.3 PREVAILIf�G WAG� RAT�S
{Heavy and Highway Construction Projects)
CLA551�ICA7101i1 DESCRIPTIOIV
Asphalt Distributor Operator
Asphalt Pauing Machine Operatar
Asphalt Ralcer
Broom or Sweeper Operator
Concrete Finisher, Paving and Structures
Concrete Pavement Finishing Machir�e Operator
Concrete Saw Operator
Crane Operator, Hydraulic 80 tons or less
Crane Operator, Lattice Boom SO ions or Less
Crane Operator, Lattice 800m Over 80 Tons
Crawler Tractor Operator
Electrician
�xcavator Operator, 5D,000 pounds or less
�xcavator Operator, O�er 50,000 pounds
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawfer Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator, 3 CY or Less
Front �nd l.oader Operator, Over 3 CY
Laborer, Common
Laborer, Utility
Loader/Backhoe Opera4or
Mechanic
Milling Machine Operator
Mo#or Grader Operator, Fine Grade
Motor Grader Operator, Rough
Off Road Hauler
Pavement Marking Machine C}perator
Pi�elayer
Retlaimer/Pulverizer Operator
Reinfnrcing Steei Worker
Roller Operator, Asphalt
Roller Operator, Other
Scraper Operator
5er�icer
Small Slipform Machine Qp�rator
Spread�r Bax pperator
Truck Driver Lowboy-Float
Truck Driver Transit-Mix
Truck Dri�er, 5ingle Axle
Truck Clriver, Single or Tandem Axle Dump Truck
Truck Driver, Tandem Axle Tractor with Semi Trailer
Welder
Work Zone Barricade 5ervicer
Wage Rage
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
� 2.69
11.74
14.12
16.05
14.48
18.12
17.27
20.52
14.07
19.80
17.19
16,99
10.05
�.3.8A
13.16
17.99
21.07
13.69
14.72
10.72
12.3�
15.18
17.68
14.32
17.19
16.02
12.25
1.3.63
13.24
11,01
16.18
13.08
11.51
12.96
14.58
15.46
� 4.73
16.z4
14.14
12.31
12.62
12.56
14.84
11.58
The Davis-Bacnn Act prevailing wage rates shown for Heavy and Highway canstruction projetts were determined by
the United States Department of Eabor and current as of September 2013. The titles and descriptions for the
tlassifitations listed are detailed in tF�e AGC of Texas' Standard Job Classifitations and �escriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of �
2013 PREVAlLING WAGE RATES
(Commercial Construction Projects)
CLASSIFIGATION DESCRIPTIO�I Wage Rate
AC Mechanic
AC Mechanic Helper
Acousticaf Ceiling Installer
Acousticaf Ceiling Installer Helper
Bricklayer/Stone Mason
Bricklayer/Stone Mason Trainee
Bricklayer/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Cutter/Sawer
Concrete Cutter/5awer Helper
Concrete Finisher
Concrete Finisher Helper
Concrete� Form Buifder
Concrete Form Bui[der Helper
Drywall Mechanic
Drywall Helper
Drywall Taper
flrywal9 Taper Helper
Electrician (Journeyman)
Elettritian Apprentite (Helper)
Electronic Techniciar�
Floor Layer
Floor Layer Melper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Metal BuildingAssembler
Metal Building Assembler Helper
Metal Installer (Mistellaneousj
Metal Installer Helper {Miscellaneous)
Metal Stud Frarner
Metal Stud Framer Helper
Painter
Painter Helper
Pipefitter
Pipefitter Helper
Pfasterer
Plasterer Helper
Plumber
Plumber Helper
Reinforcing Steel Setter
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
25.24
13.67
16,$3
12.70
19.45
13.31
�.0.91
17.75
14.32
17.00
11.00
15.77
11.00
15.z7
11.00
15.36
12,54
15.00
11.50
19,63
15.64
za,00
18.00
10.00
21.03
12.81
16.59
11.21
10.89
14.15
12.99
15,00
12,00
13.00
11.00
15.12
12.54
1fi.44
9.98
21.Z2
15,39
16.17
12.85
21.98
15.85
12.87
Pagelof2
Rein€orcing Steel 5etter Helper
Roofer
Roofer Helper
Sheet Metal Worker
5heet Metal Worker Helper
Sprinkler System Installer
Sprinkler System installer H�Iper
5teel Worker Structural
Stee! Worker Structural Helper
Waterproofer
Equipment Operators
Concrete Pump
Crane, [lamsheel, Backhoe, Derrick, D'l.ine Shovel
Farklift
Foundation Drill Operator
Front End Loader
Truck Driver
Wefder
Welder Hefper
5
$
$
$
$
$
$
�
$
$
$
$
�
$
$
$
$
$
11.08
16.90
11.15
16.35
13.11
19.17
14.15
17.00
13.74
15.00
18,50
19.31
16.45
�2.50
16.97
16.77
19.96
13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted
and published by khe North Texas Construction Industry (Fall 2012} Independently compiled by the Lane Gorman
Trubitt, PLLC Construction Group. The descriptions for the tlassifi�ations listed are provided on the TEXO's {The
Construction Association} we6site. www.texoassociation.org/Chapter/wagerates.asp
Page 2 of 2
GC-��e�9 �e��Il�s ��� �Jtfl1Il�i�s
��[�S ��G�E LEI��' �l\TTEl�i��01\TA�]L� ��AI�TI�
CITY OF FORT WORTH Kroger Drive PEtase Ii
STANDARD CpNSTRUCTION SPECIFICATipN DOCUMENTS City Aroject No. ! 01015
Reviscd July 1, 2011
APPLlCATI�N FOR
FLOODPLAIN DEVELOPMENT PERMiT
Name of Owner or Applicant Clty of Fol-t Worth - TPW
Address of Owner 2DQ Texas Streei
Fart WortF�, `fexas 76'f02
b�fe 09/04/20 � 9
Te�ephoneNo. $�739224�57
Nearest Stream
Whifes Branch Trib 3
Locatian of PermiY Area (Address or Legaf Descriptian}
1,600 LF �ast of the in#ersection of Ray White Road and Kroger Drive
F��7RPOSE OF REQUES7: ❑�xcavatlon ❑Fiiling ❑Dredging orMining
PLEASE TYP�
Permit No.
i� �- l 9 �-��a/�`_
�ffice Use �nly
� Appravad ❑ Appraved
Wifh
❑�er�ied�* Condifions*
Date ]n: ' Date Ouh
_ .7'7'�'""
Pracessed By: _- ,..� ��,u,, `
Appro�ed By: , -y _ . - ti
❑Utility Construction
i�J �uilding Permif �✓ Grading ❑Paving LlDriiling Operations ❑ Other
BRI�F I��SCRIPTION OF PROP05AL (Attach separate sheet if needed}
Concre#e and asphalt paving [mprnvements and culvert exter�sion along Kroger Driv�. No ei�vation changes are proposed
with #he paving impro�etnents. See attached �xhibit.
COMPL�7� APPLiCABL� QU�S710NS:
1. Ta#a! drainage area of watercourse
3. Has sife previously (fooded?
� 0,240 acres. 2. Ragulalory f�aad elev. �✓ i�ot availeble.
❑ Yes � No 4. [s site su�jecl ta ilooding? ❑ Yes �✓ No
5. ls sate access a�ailable during times of flood� �✓ Yes ❑ No ❑ Unknown
S. Is the proposal within fhe designafed floodway? ❑✓ Yes ❑ No ❑Unknown
7. Have all necessary prior appraval permits 6een obtained irom federal, s#ate or lacaf govarnmental agenc9es?� None Required
❑Yes �No (li no, explain, if yes, provide copies of approval letlers or permits.)
ATTACH '�H� �OLLQWiNC IF A�'PL#CABL�;
i. Two (2) sets scale drawings showing location, dimensians, elevatians ot existing and proposed topographlc alteraEions, existing and proposed sfructures,
locatian reiaiive to floodplain area.
2. Exfenf to which watercaurse or natural drainage will be allered or reiocafed.
3. Supporiing hydraulio cal�ulations, reporEs, eto., used as a basls for proposed fmprovemanls.
4. Lowesi floor elevaii4n (including basement} of afl proposed structures.
5, ElevaEion to which any non-res(dential sfrucEure shali be flood prooferE.
6. Ceriificatlon by registered professional engineer or archilect fhat flnod praofing crileria are met as set forth in Section 7-347, Sub-Section b, Ordinance Nn.
t7URING 7HE OCCURR�NC� O� A 1U0-Y�AI� F'R�QU�NCY F'LOOD WILL �'F��
PRaPOSAL:
1. Reduce capacity af char�nelslfloodwayslwatercaurse ir� floodplain area?
2. Measurably increase flood flowslhei�htsldamage on off-site properties7
3. lndividually nr cornbined wi#h other existing ar anticipated developm�n# �xpase adjacent
properties to acf��:rse flaad efFects?
4, fncrease velocities/volumes of ffood waters sufficien#ly to create significant erosion of
flood lain soils on sub�ect rn ert ar ad�acent ro ert u strearnldawnstream?
5. Encroach on floodway eausing increase in flood levels?
6. Provide campensata�v storaqe for anv measurable loss of flood storape capaci#v?
�
�❑
�❑
�
�
�❑
�
In�o. Not
No Available
0✓ ❑
� ❑
❑✓ ❑
�
I�1
��
I�I
�'�40DPLAIN DEVEL4PMENT PERM[T
The City of Fort Worth's Floodplain Perrnit Program is authorized by Section 7-318 of Ci#y Ordinanee No. 11998, adopted June 13,
1985. i'his permit is required for all de��lopr�ent taking p[ace within the area af the 'f 00-year floodplain (special flaod hazard areas)
as shown on #he current Flood lnsurance Rate Maps a�d F(ood Bourtdary-Floodway Maps, published by the Federal �mergency
Mar�agement Agency (F'�MA). These maps are a�aiEable for public inspeciion in the Engineering Departm�;nt, Municipal Building,
100D Thrnckmorfon Sfreet.
Failure to abiain a Floodp�ain Devefopment Perrnit ar vio�ating ather pro�isions of City �rdinance No. 11998 ar the conditions
describecE within the �ermit constitutes a misd�rneanor and upon con�iction, a person, firm, or carporation couEd be fined up to one
thousand dallars ($1,Qfl0) a day for each day tha# the viafation occurs.
I understand that the conditions vwhich may be stated far permit a�pra�al ar t�e pro�isians of City Ordinance No. 11998 may be
sup�:rseded by other provisior�s of Cify code or po[icies,
i further understancE that this Floodplain bevelopment �'ermit does not constitute finai a�pro�al until all develapment requirements
placed nn ihe properfy have been met. These requirements include, buk are nok lirriited to, City construction plan approvaf, platting and
cammunity facilities agreements. This proposal shall be subject #o any change in flaadpfain de�elopment policy at #he acfual time of
development.
Application is h�reby made for a p�rmit to authorize the activities described herein. ! h�reby certify that f am fami[iar with the
infarmafion conEained on this application a�d to the l�est ofi my knowl�;dge such information is irue and acc�rate. I fUrkhercertify that 1
possess the autharity ta undertake the propased activity. 1 understand t�at if my application is deni�d, I have sixty (6t3) days fram the
cfate of such denial to appeal the adverse action to the City Plan Commission.
�..��'�
Signature af Applicant ar Authorized Agent
OFFIC� USE ONLY
FLOOl�PI.AIN AR�A b�FINEb BY: � FEMA ❑ CQ� ❑ F'LOOf7 STUD1�5 ❑�[]GH WATER MARKS ❑ O�HER
F�MA IIVS. 7.ON� � F�MA MAP N�. ,� �- -=, �, �,�,;- �• FLOOD ELEV. f ��__ GROUNO ELEV.
FLOOQ PLAIN STIJDY
F'LATE NO. I F�LOOD ��.�V.
GOND1710NS FOF2 APPaOVAL* OR R�ASQNS FQR D�NIAI.*`
`THIS PERMI�' SHAI�I. �XP1R� 7WQ YEARS �'RUM 7H� DA�'� C?UT ON PAGE 1 ABDVE
GC����� �r�d�ct ���un�°��en��
'�'�[�[S �.�.�lE �..El��' �l�T�E1�7CX�l�A�Li�� �LAl�TK
CITY OF FORT WORTH Kroger Drive P13ase ii
STAiVDAR� CONSTRUCTION SPECiFiCATION DOCUMENTS City Project No. 101015
Revised July 1, 201 L
� �� � �� � ,,
���L � ��L, ��� 1 �����
����� 1J'���� 1 �J�l� �
57�.�.�lD�]�D �����J�'�' l��S�
�Jpda�ed: September 06, �019
The Fort Worth Water Department's Standard Product� List has been developed to
minimize the submittal review of products which meet the Fort Worth Water
Depa�-tment's Standard 5pecifications during utility construction projects. When
Technical Specifications for specific products, are included as part of the
Con�truction Contraci Documents, the requirements of ihe. Technical Specification
will ove�ide the Fort Worth Water Department's Siandard Specifications and the
Fort Worth Water Department's Standard Producis List and approval of the
specific products will be based on the requiremen�s of the Technical Speciftcation
whether or not the specific product meets the Fort Worth Water Department's
Siandard Specifications or is on the Fort Worth Water Department's Standard
Products List.
'�'a��e �f ���n�ent
(Click on items to �o directly to the page)
Items Page
A. Water & Sewer
1. Manholes & Bases/Components ........................................................... 1
2. Manhnles & Bases/Fib�rglass ............................................................... 2
3. Manholes & Bases/Frames & Covers/RectanguIar ............................... 3
4. Manholes & Bases/Frarnes & Covers/Round ....................................... 4
S. Manholes & Bases/Frames & Covers/Water Tigk�t & Pressure Tight .. S
6. Manholes & Bases/Precast Concrete .................................................... 6
7. Manholes & Bases/Rehab Systems/Cementitious ................................ 7
8. Manholes & Base�/Rehab Systerns/NonCe�nentitious ......................... 8
9. Manhole Insert (Fie1d Operations Use Only) ........................................ 9
10. Pipe Casing Spacer ............................................................................... 10
11. Pipes/Ductile Iron ..............�---.......---��-�-�---��---�--........................--•---...... 11
12. Utility Line Marker ............................................................................... 12
B. �ewer
13. Coatings/Epoxy ..................................................................................... ] 3
l4. Coatin�s/Polyurethane .......................................................................... l4
15. Combination Air Valves ....................................................................... IS
16. Pipes/Concrete ...................................................................................... 16
17. Pipe Enlargement System (Method) ..................................................... 17
18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18
l9. Pipes/HDPE ..........................:............................................................... 14
20. Pipes/PVC (Pressure Sewex) ................................................................. 20
21. Pipes/PVC* ........................................................................................... 2�
22. Pipes/Rehab/CIPP ................................................................................. 22
23. Pipes/Rehab/Fold & Form .................................................................... 23
24. Pipes/Open Profile Large Diameter -•----.• .............................................. 24
C. Water
25. Appurtenances ....................................................................................... 25
26. Bolts, Nuts, and Gaskets ....................................................................... 26
27. Combination Air Release Val�e ........................................................... 27
28. Dry Barrel Fire Hydrants ---�-�-��---�-�-�----�---�---------� ..............�-�-��---........... 28
29. Meters ................................................................................................... 29
30. Pipes/PVC (Pressure Water) ................................................................. 30
31. Aipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31
32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32
33. Pipes/Valves & Fittings/Rubber Seated Butterfly Va1ve ...................... 33
34. Polyethylene Encasement ..................................................................... 34
35. Sampling Stations ---�---------��----� .........................................�---��-�-�-�--�--... 35
z
0
ro
�
�
m
�r
ti
O
^f
�
��'1
r'�
�
�
;�
�
�
�
�.�
Vt
� �
� �"b
� � �
�� y��
' J
� � �
� � �
� � �
� � �
T�� � �
V`
�
�
�
0.
m
m
G
0
�o
0
a
N
0
�
�o
F+
.
0
�
0
a�
�
�
d
O_
b
O
c
�
r
�
n
�
0
�
.�+
C
�
O
rr
�
fD
�
C1
�
I�
�
n
0
�
m
�
�.
z �0
a �
� F"�
� �
�
�
0
Y �@
N �
a �
a ��
n, f
ri
�
D�
H
�-+
Ln
�
n
�
�.
ni
�
m
m
�r
y
�
N
�
N
a
'�
O
�Y
K
h
�
�
•rr'T-
w
�+
t7
�
W
V1
y �
�
� � �
� � �
� �
�
y�y
/'�'
b
� y
�--� y �
� �y �
� L J �
� � �
�
�
�
�
�
-�
0
�
�
0
�
m
�
�o
a
m
m
a
c
�
a
a�
N
O
F+
�D
N
0
3
0
w
�
�
�
�
a
n
v
O
d
M
�
O
�
�
C
7
O
�
s
m
m
�
ea
0
�
0
�
m
�
�
a_
0
a
0
�
�
"1
'�
�
"�
H
fJl
�
h
r."T,
a
!v
�
m
rt
�
'-1
N
'�' '
N
C
m
N
0
�
�
N
ro
c
�
�
N
m
J
,�
�
�"�
��r.d
y��
' 7
{�
V/
� �
� � �
� � �
�
� � �
�
� � y
�
� � �
� � �
�
�
�
a
w
M
�
a.
a
�o
0
�
N
O
h-+
b
W
z
0
'� O. O OQO `1 � `� O O�0 9�0 O�0 O�0 fG
` U W N iJ i.] N
jl A O �O N A A A A � � a
. � C o n �
a � w o o� o, oa o0 oa oa �
r�+
�j K
�y O
� 'T
�• w w w w w w w w w w w w w w w w w w K - N
� A w w w w w w w w w w w w w w w w w� �
a o o a o o a o 0 0 0 o a o o a o o�
n
_ w w w w w w w w w i» w �� i,� w w w w w [� .�
� �
�
^ o 0 0 0 0 0 3 � � � � � � � � 3 3 � � �-�s
4 t7 t7, t.7, t7, d C7, o- p- � '� '� � � � �' a� � � � � �
G w w m w w w .- � � � � � � � � � � �
� � � � � � � � � � � � � � � � � ^ ^ �
� � � � � � � � � � � � g � � � � � � �' u,
� '� '� '� '� C� '� :n w vi � v�. Sn rn re H
N d � C� v N y 6� r/� �•
� �' ,�' ,�' �'j �' �'j R R. n. n. n. n. p. �a. �. n. R a� �
R p. p. p. :. p. n n c� n�r c� n c; n c� c� � jjj���
f O O O O O p O O O O O O 9 O O O O O �!+ �
C < G [ [ [ [ [ < G G C r
C C C C C � �
,q ry y N N N N v^i
�
i� r'� � � 'K
N
a. i. �' �
� � �
a o �
� � ro
a� y
S S � '�
._�i � � "S
1] � � �
f
� II'
� D
� �
w � C �
c 5 � w� �
�
J m � Q � a � �
° vi a� �' w ,U � fn z'z Z z ,� •� m
� a � ,� o ,.`�a � � ~ �n m m � ._. � � �
t `�7 a, � `.� w a �. o � w w � � � � " ^+ F p�
... C] � � g� � C] (") s' s' s' s^� p �
' f. „ c,� a � rn m � o 0 0 0 0 0 � �� ^�
�; �. p � Q, a a � y o o � y �� �� yy mb
�� � o � Q � � � �' o o, o Q. �. �. a � � '1"� w
_ � U, ❑ � � � ❑ ❑ � w � �r
r � � � �
r ' � .�, m
- x c � R
� �7 °�
� w
e ,o
� ~
_ w °
k N �
� �. x �
T ,T a o � A �� 'f3
m
� � w � � r' c' � �0 .,�'
7tl � r� ,� � �x � n
s - n' o O '*N', �' o. w e �-�3 � � � '�i ;d � "' _ w
L r p C � � � �,. �' � `��'i � r" r r r N� O ^
� N � � � � � � a � A � y N � a p �
rt� ' � � rA '� `ri 7 d z z � a .,,rr, N � A - C1�
v � � d � x b � � � ` m
r y ,� x � � � N,
F � ^ � � � 6
� �
r�
I R
.`7
�
y ytn �
V� � y H �-I �
� y � � � � �
I� � � � a$o o�a m o�o �
y p �' '� R° R° k R° ,y
��, � � ���� a
� � � � �� �� �
� � � � m� mm o
� g o 0 o a o
� � � S � �
w w w w
W o0 oa �c
a rn rn rn rn
_ �
�
W W W N N N W t++ N N N N
- O O O O O � � A A A O O A A??
C' t7 47 C7 l7 l7 t1 t7 t7 a a a. O t7 t7 t7 b
= w m a+� a+ a+ a'. w. c+. �. �+. �. w, w. w. w. w.
�
#
�
�
z
�
�
�
�
�
H
r
I�
�
�
�
�
�
�
�
a
�
z
�
I�
�
�
�
/'�'
�
�
�
�
yI�
F�
�
'ay
a
�
m
0.
0
�
a
N
O
�
A
z
0
9
$
w
rt
��
Y
D
�f
�
`�G
'Y
�
�
�
�
�
�
�
V,
� A
� �
� � �
� � �
�
' 1d L , �
�� �
�y �
V
�
� � �
� � �
�
C.�
R3
G.
�
M
m
R
a
�O
0
a
N
C
M
b
M
, "�7
�
�
r�
�
�x�
'i
�
�
O
�
m
�
C
3
O
R
3
�
�
a
�
0
n
0
3
fG
g
�
�
� �
� �"'y
� � �
� � �
�
� � �
�
�
�
�
� � �
� � �
� � �
� � �
�
�
�."
'C
�
�
K
m
a
6
b
O
O�
N
4
�
z
0
�
�
�
�
0
-r
�
�
�
�
�
�
�
�
�
�
�
� �
� 1�1
� � �
� � �
�
�
� L J �
�
�
�
�
� � �
� `J �
� � �
�
�
"O
a
w
rt
m
R
v
`D
O
01
N
O
M
SO
v
��
�
�
�
�
�
�
�
�
� �
�
� � �
� � �
5�
�
�d��'
���
���
�
���
���
�
�
�
�
a
m
�
�
a
�
0
�,
�
0
�
�
�
T
�
�
��
W
N
d
Q
�
�
O
C
N
r
.�+
n
x
0
r�o
R
�
3
�
�
�
�
�
m
0
0
�.
�
�
.�
�
�
N
�
�
i�1
eY
�
�
S
^S
�
�
�
�s
�Z
m
�
r
u,
��
�
a
N
�
Q1
6
�
�'h
O
�
C
w
m
�
�
�
m
-�
�
�
�
�
�
�
�
�
�
� A
� �1
�
� C� �
f� �
� � �
�
� � �
� � �
�l�xi
���i
�
�
�
a
m
A
a
0
,�
�
a
N
O
F-�
�
lLl
i�
�
�
�
�
�
�
O
�
a
m
�
m
�
m
a
n
0
�
m
�
rt
�
y �
��
� � �
� � �
�
� � �
�
� � �
�
� � �
� � �
�
y
�
"O
0.
�
A
G
7
rt
�
�
w
�+
�
�
0
�s
�
�
r?�
�
�
�
�
�
��..�..1
�P
�
� �
1�
� � �
� � �
�
� � �
�� �
\.d � �
y
� � �
� � �
�
�
�
�
�
�
�
a
0
�
0
�
N
O
H+
�
I+
4+
T
�
0
�'
v
�
d
�
Q
Q
�
O
C
�
n
n'
x
O
5�
m
.+
e
�
rt
O
rr
3
ro
m
�
m
0
n
0
3
m
7
.+
z
4
a
E
�
�
K
O
�
�
"f
�+
�
W
'�
r
U'i
�
n
7
P.
N
�
�
e-r
m
�
�
�
W
�
�
O
�
C
�
N
�
�
w
-`0s
0
�
m
�
ro
�
n
C
�
N
N
�
�i
m
R.
�n
0
-y
�
G
�
m
�
�
�
�
�
�
�
)
�
� �
� �
� y �
� � �
�
�
� � �
� � �
�
� � �
� � �
� � �
�
�
�
b
a
m
K
�
a
0
�
a
a
N
Q
�
�
F+
N
�
i�
�
�
�
�
,�
�
� �
��
���
���
�
�
���
�
���
��°
���
�
�
�
�
0.
d
m
C
i�
�
�
�
�. .F
�F
�-�
��
Vl
� �
� �
� � �
�� �y�
�i
� � �
� � �
� 1� �
� � �
� � �
�
�
-l�.
ro
a
m
�
a
O
�O
O
T
N
O
�
I�+
A
2
0
a
�
�
.r
m
-Y
n
�
m
�s
�
�
�
�
�
r."y�
.�
C!�
� �
���---���--- �
� � �
� � �
�
� � �
�� �
� � �
y
� � �
� � �
�
�
�
a
m
�
m
R
0
�o
0
a
N
4
f+
�
r
�
T
°a
0
�'
m
�
v
�
n
o.
0
c
�
n
n
�
0
�
N
r�t
G
7
O
�
S
�
N
Q
�D
-�i.
n
0
�
0
s
�
�
0
a
�
w
�
m
�s
0
�
�
�
�
�
r
SJ'�
�
n
�
i�.
v
'�
�
m
�s
�
�
m
�
m
�
0
�
C
N
N
a
w
-�0s
�
�
c
v
�
��
�
0
�s
w
0
�
m
��
�
�"�
�
/._b7
�I
�
V1
� �
� b
� � �
� � �
�
�
� �R�
�
� � �
� � �
� � �
�
�
�
�
R
m
m
C
0
�O
0
a�
N
O
`+
b
F+
T
T
�
O
�'
m
�
m
�
a
u
0
�
�
r
m
x
0
r�o
R
�
3
0
�
�
iu
�
m
o.
n
0
�
m
9
rt
�
O
rt
Y
�
m
�
^�s
�s'
�
�
N
Cn
;�
�
�
�
.'z
ro
�
�"1
�
�1
�"
N
P•
�-h
A
,y
�
�
�
�
�
�
�
��
�
�
�
�
�
�
��
�
�
z��
���
� �
y,� � �
�
� � �
�
� � �
�"� y �"
U�
y
C
�
c
m
�
m
a
0
�
0
a
N
O
H+
�
F+
V
Z7
�
�
�
�
�
�
3�
X
G
�
m
�
C
3
O
T
S
�
�
a
m
0
n
0
3
�
�
�
�
� �
1�4
� � �
�� �
/5{ I�
� � �
�
� � �
� � �
� � �
� � �
�
�
�'
'O
a
m
m
w
��
�
�
�
� �
Q
�
�
��
n
�
O
�
�
� � �
�.d ►� �
� � �
� � �
�
� � �
� � �
� y 1�1
�
�
�
C
m
A
�
T
0
�
�
'm
�
w
�
m
v
0
c
�
z
�
a
w
rr
m
-s
0
�s
�
�
'+
�
m
�
r-�
fn
3
�
7'
Q
�
�
m
rr
A
�s
N
�
�
6
tP
O
�s
G
w
�
�
�
m
ti
��
�
�
�
�
�a.�i
��F
�
� �
� � �
� � �
/� � �
�
�
�
�A � �
[ � � �
� � �
� � �
�
�
C"
"6
C.
m
m
G
0
�
0
o�
N
0
�--�
�
N
O
l�
�
�
�
�
�
I}�
C/�
�
� � �
� � �
�
� � �
�
�
�
�
� � �
� � �
� � �
�
�
�
b
a
m
r.
m
�
0
�
a
a
N
O
f+
�O
�
0
3
0
�:
�
m
�
�
a
a
c
�
�
D
N
.Y
�
3
Q
.*
S
[D
N
�
fL
O
(�
O
7
A
�
.*
z
0
r+
9
�
w
-�°s
0
�
�
�
rt
�
�
S
�
U'�
�
[l
�
S�.
v
.�
�
�
n
�
�
a�
�
m
p.
�
0
K
�
y
m
�
�
�
t]
�
W
�
m
w
w
.+,
a
�
�
0
�
�
r�
�
�
3".�
�
�
�
�
�
�
� y �
� � �
�
�
� L, �
�� �
V � y
�
� � �
� � �
�
�
�
�ra
a
m
m
F+�
0
�D
0
a
�
0
Y
�
N
N
z
0
�
a
�
�
.,
�
n
0
-�
�
�
�
��
�
�
�
�
�
�
�
.�
in
�
� � �
� -��- O
� �
�
�
O
�
�
y
� y �
yC��1�
� � �
�
�
�
�
a
m
A
a
e
�o
0
a
N
4
�
N
W
i�
�
�
�
i�
�
�
�
� �
��
�� c
��o
���
0
���
�
���
���
�
�
�
�
�.
�,
�
�.
0
�
�
�,
N
O
1--�
�
N
A
,�
�
�
�
i�
��
l�
�
� q
� � �
� � �
�
� � �
�
�
�
�
� � �
� � �
� � �
�
-P�.
'C
�
A�
�
m
a
«
�
0
�:
d
N
�
Q
N
ro
0
C
�
r
�
n
�
0
�
.�+
C
�
O
�
a
m
�
�
�
iD
O
n
0
�
0
3
rr
z
0
9
$
rt
�
�s
O
`S
�
�
rt
�
�
�
i--�
N
'�
n
�
�
m�
�
�
�n
r
�
�
v
�
�
--n
0
�
C
m
m
�
w
y
�
w
�
N
N
N
"h
O
'Y
N
O
.�
ro
�
�
�
�
�
�
�
�
h"� �
� �
tr F� F'�
� � �
�
�
" � �
r�v �
�` �
�
� � �
� � �
� � �
�
�
'�"
a
a
m
m
a.
�
}o
0
a�
N
0
r+
�O
N
T
z
�
:A
�
w
�r
�
�s
0
-s
v
�
ti
� _i
?_�
,
�
�
�
� �I� �
� " �
�
�
� � �
�
� � �
� � �
� � �
�
�
�
'�
R
�
m
d
0
�
0
a
N
6
w
�
N
V
— Z
0 0� o 0 0 0 0 0 �
N Q A A A N o � 'y
�� m � Oo �O iO 30 30 0v
�
�
M
� �
�
Q �
"1
w tn tn m tn tn tn tn tn tn rn tn � m
N � �
+ N N �'-� N N N N N N N N '%
a �
�
� �
C3 b ti t7 t7 d t7 t7 t7 t7 C7 C7 �
�s
� �
06 W W GG W CO LO W W CO LO 97 '^�
� � � � � � � � � � � � � �
���� �, ��,�,�,�,��, �
�� �� �� �� �� �� �� �� �� �� �� � � �-.
xx�� x m�xxxx�: �'
5'
� � � � � � � � � � w � � �
c � � a,
�
� �
�
�
� �
�
v
�
�
�
� �
0
� �
�
�
�
a
�s
c
m
m `C
w � '..[n � '� � � o � a � � m
R :: 'b :? f° 7C E `� � �
���" '� � c o a o t7 C7 �
� o o p. o'�, o � � �
� � � 5 � ° G ;. o ?: ° 5 �
� �S p. '��' � � < b '� °a w w w
o � a � < - '�
� @
fD
r�i
.�
�
�
(D
� ti rn1
� �
O � '� V1 VJ � C' 'S ^� ,S. �
� � N� o O p � a � n
5
� �a d � '� � d i7 � }� � O y n
� �. � .
N � � � n �' � z � � � P 0 �
� � Z � P t'" � � t'J J z O � fA
i] v� � 2� n a a t7 0� o�� O� Z]
dx�o�x o Wo� ..� °
0 ooa t-�+ e t-� y a'� w CG � �'� T
o� o "� No u, `O x �
� a �
� o II,
R.
�
6A
�
�
a
m
-s
� � � � � � � � � � � �
a a a a a a a a a a a �
n n n � rr n � � c� n � - n,
N N N N N N N N N N N O
�
0
�
fD
'Cy
�
�
��
�
�
�
�
�
�
�
�/2
�
�
�
�
�
O
�
�
�
�
br^
V<
�
�
'�
m
A
R.
0
�
�
0
rn
N
O
F+
b
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
N
W
a
�
rt
m
�
�
�
�
�
�
�
�
�
�
,�
�
�
� H �
� � O
�
� � �
O
�
�
y
� � �
� � �
� � �
�
�
�
�
a
�
�
�
a
0
�
O
�
N
O
f+
�O
»
0
�
O
�'
m
�
w
�
Q
m
v
a
C
K
r
�
ii
�
�
O
�
.�+
�
7
0
.+
S
1D
a
a�
�
N
O
t'1
O
3
�
7
rt
_ _ _ _ � a W W 0
IJ� C - _ lJ� ll� �D �D
�� F" �� N N N N N N
- c: n o n o 0
_ � � oa o0 0� o� a�
r 'r w w w w w w �
., Y- F
N i� N N N N N �
�f � � [ < < C C C C C �
: n n� c� n n n c� n n s�
� � � � � Yu �a � � � �
� i xi 5'_ w N m v, v. v. w �
� C _. _ C C C C C G C
� rF � � fV m m (G m
��� � � b b b ro b b �
� �5' 3' �a' �a- �u
M1 f-0 SY N fG N N N
r
�
�
�
I
� �
md � d
� 9 'h ^ry �
o. � � � o � � �
� 5 �. � a a ^.
m. !°
� � "l, � � Pc � w a m n
y�� F o o �� �� %,�°�, ,.�a
�
�'� `� 5' a � c� �i � a n
M1� _ n n o a ro �
"a
� a � o o � �
a� ] � � � � �.
� � �. �.
� �
a- m
�
A �
� � � N
r� id � v � � � � 'i-�� � � /�
i� h � � m '� � A A A
� � � �
{ �
�
�� � ��,� ��� �9�����
c � � yo
� � � ��Z�a�Zraa a a a �o
� n > �
n n���'��o�'; ��� n � � d�
� a � � N ? `" o ^' a `" o �o o `�o `Oo � �
_ o � _ � e o o ca a�
C
a
L - a i� � a� a A
4J 1�� li y N � N � N N
z
a
�
A�
n
[o
'S
0
n
�
'�'t
�
1�
�
�
�
�
�
�
�
N
fD
•'S
N
�
�
�
N
a
'h
O
K
�
w
�
�
N
�
111
IA
�
�
@
�
ti
�
m
�
�
�
�
�
�
�
Vt
� �
� � �
� � �
� �
�
�
� � �
� � �
� � �
� � �
�
�
C
'�
6.
W
�
a
a
e
O
a
N
O
�
O
�
�
�
�
v
�
Q
N
n
"O
Q
a
C
n
r
:r
n
n'
�
0
�
�
.+
6
�
O
rt
�
ro
�
�
a
m
0
�
�
O
�
�
7
.t
'.x I � I� lo+ lv� I� lo I� IA �o IA IN IN �A �� I`� IA Im +� I x
m m m m m � m Y�� m t�j+
w w
O N O O O O N O O O � �
� � � � � J A J J � �1 � � J A �] J J J -1
� '�
t �N
Y �
� �
'T
r]
H �
N
N
� �
B �
f'] \ �
^ ^ o a c � o " � � � '� p �
n. �. n. n. n. n. � �' n. n. �. "' .�-� �. �� r. .�. .�. �.
� � � � � `. ��+D � � �-' 7� R P '� a C n p
O o O o o D pi d O o O n � p � p � � `�
6' E' �' 5' 5' E' �' �v B' 5' 5' cr 6- r"{ 5- �
� � m � � 'n a � � � . 5 5 5
a � � �- �
o �
c- c� c- ,�^�- ,^��- 6 B' c- �� �- ��^ 4
�° .'°, �° ry �° �n .'°, .`°, .`°, � �' �. �.
C1 C� C� C� n � G� C� C� � y�
a. p. � Q. a. s g. A. a. � � N
w ,^'�.,
F% �
C C C
n n n �' �.
a
� � �
b b b��
��
� ����
J�. �. 1�. .y 'y
w y
� � � w a
� n n �
� � � � �
0 0 0 � �
�. .=° n
o ,o��
"c.
����Q�� �
� O O n ..
P' .
� a a� o o� C]
a o � � � o
n n � p �
»;
a
" C] n
C7 0
��
�
7
Y
rn
��
.n7
a.
m�
�
m
�
w
v
�
�
¢.
-„
0
�s
C
� �
� � � �
� � y �'
io � � �
� � � �
� � � �
m � � �
� y
hf d � �y� �
N N N c. .� � �• � l��
� ] � w° v� � ,� 6 [ .��.' tr R � � �
0 0` o b �� � � m w m 'yr, C] � � b ��
c� R� 5' d C'� rn pppv���� �vc? �� o�-� � o � C� w w� � � �
� � � � � � � n � � m O � � �° � v� � "' � q � � �
� � . G r. m y' ^ o p' Z' o
°° a�i A� m. Q,'' pc m p�y�- O O o t" N a n n. ... - 6
'G 'q � p,O, ry � P �4 N X D N r, v N (NJO `'1 �'I w, �, [wli
�' -�„' �e' �. o rn x' Q � � �
�.-, n.-, v+ � .� r r r v� o o E� � v' w�' �' o, o iii
3 �p 'd� �O d � � "7 O !/� V1 ? A y o O � � `a' � � '+1 '�] T7
m m ,,, =' x r r, � rt n h,,, ,,, »- � m
a �a �� n n
� ��° o�o � N t�n r�n r"-� �-�. C d M; o�'� n n 5� �� J-
a a- � � o y � (] (] � .� ^' �
ti n x .. � o'�! �' G' o � -.°j �
o ,� r� � w n „ �, n
(� C] ,-�. `� T w w �'
tn m �y hy '-^ o =-
0 0 .y � �
� '.t7
'�
a a a a a y y y �� � �
� � S � S K
U U � � � a � a � � � � � a � � a � � 9 � _ c
� � � a � � � � a � a � � � a a � U � � n •,-
� a a� a a�, � � r, n n � y w w� � �
n ' � � � � `n � n` � � � n n �, �
� R° o
� � ����� w n f� n a s a, n n w o 0 0 � w
n c� n c� c� w�;, w n n�, �„ W c� n o �
� � � ..
,_ ,_, w w w � �
N
�
� �
� M
�N A
�
O
�
O
� A W A � p N?? A -P ? A? A N
- ' � O O � 0 O Q O[.� O O � O '� - I +5+� �
A N � Q N A A N O A N N 1' '.J+ N �O
W
i-ti
n
n
�
0
�
�
�
7
O
e�a
s
�
m
�
�
0
n
0
3
M
i0
3
e+
z
�._. o._...._.._.0000.. 000�.00.. �
O � � � O U '-' Go O U D_o N (G
N N � W N O p N W � O N W O N �-- W a
A a� o �o ao A � w .P A o0
e� p � e oa o o a� o m o o�n m o �
� a �-' N .A �O A � a� �n `O N A o `0 10 N �
�
�
� �
"5
� �
�'S
W L7 �
;^' t� m tn tn � tn tn tn rn tn � �
N � � .+ r r r r �+ .-+ �
FJ N N N N N N N N N f0
N rn T O� m. ai T O� rn O� rn � �"i
O �
- �.
N
,� � 7y � .'� � � 3� � � '� '� '� '.b � � � '� � 7y � � '.b � �
�c� n rn a a�o co m m m�O ��O ��O '° �O ��, m
� ��� � � � T T � � � � �� -S°s
o .. .. .. .. .. .. .. .. .. .. .. .. .. ..
C] ° '?. �. �. � ?' ?' ° » � » ?' ?' ,�» 't*�'
a rn rn � �C � `C �C �C �C C� �C `�C re m m � � �C �C �C �C � �C � �
v rn m m m m m m m m m m m m m rn m rn m m m
w^ ^ ^ 0. L L 0. 0. 0. 0. 0. 0. ^ ^ ^ �. �. R �. R L 0. G � Fi
� a. Q. a� � � m m m �u co re a a R ry ro ry m ry m m � _ �
�' m m a�+ G1 G3 � G] G] G] G7 G] G� w w w � Cl G� G� � L� G7 � ��
rn rn m �p �s m m ro w �
� w w m cC, m cC, oC, m m m m w w w m � m � m � oC, c, � - ¢'
� � � E < C C C C G C G � � � � e e' e e' e e � �
m pCpC1�y
� � N
6 .S
O
� �
� � �
� �
� a
� a
�
0
� �
li ¢
� O
� "5
h �
.* �
� �'
s
� ;� � � � � � � 3� � � � m
m n n c� ca ca „ ��. �. �. �. �. �. y
.� � � � v o 0 0 0'� 7�� 7 �+ n a n o.� � i.i �
o C E E E � �e � C � G G `r�" � � � � P�' � F �` �
o � p, °' < C C C G = c, ^- �, :° � �° Y Y �1 '+7 •,7 '+7 '+7 '-1 �
,Z ny � m m°' a' a' R.rn, `n° K.�°, R° c�v �, �, o a o 0 0 0 `"
o F' � rn rn rn rn rn (] C] C] C] C) '� ~' � � � � � F � O
3° o a o o n n� n c� n n��' f0
�� i. .�,y o 0 0 0 0' °� � ,a� o a o 0 o W �
c� a o 0 0 �
0 0 �. � d d � 'I1
� � C �
�
0
a
�
b
a
� � T
� s n �,� � �. �' y
� � C] n � a � � y vi �� N � � N � n� f�n0
4 0^ �)y �1 [u [u {�` ,',�,z - R U '^ tNia
''� "' 8 E�'C Vi n n o`° 9� N iv o N o �
,� � m o C 4� � w.., .Fa.i � Q' o^ R' wo C �
VNi G1 C m � � � N O y � � �W � V} N 6 � Iwif
�� � o rn ln d A � �a � � �1 V+ A P. a. fn
� � ' .� d �° 7= � d P' i7 �. � � � �
p� � # �
R° [/ a' � � o in in � A � Q ~ N � [•] n
A ,
d 7 � � � U ._. ._. �f � p, O � � N ln N y
o r �n �n a `n v o w o
a A t'' y v � � � p �
� � a
a
�
�
a � w
a � �
� � �
a
� N" a a a a a 9 9 a n � a a a a a �
c� H =� � � � � � � � � � � � � � � � y'
�, _� �a a a a a a a a � � � � � � � �
l. � � � � � � � � � � � � � � � � � a
0
A N ln l+i l+� ln � l+i U U U � � � � � U "'�
� o� �
� �� a
�
N w
a O
= N N N
A A� Q- A A �' � A A A A o A N A O o
• � = $, � .+ = y y Q .+ _ _ _ � � .+ N _
O O ° � rn Qi ._. Q- Q- � w. .. .» .�_. p, � � p_ P, '
6� T N'z I^�, � N p � N N N � N � N N
_ _ o o ' _ _ _ - _ - a
w w
�
�
�
�
�
�
in
y
�
�
�
�
�
�
i�
�
�
�
�
y
�
m
�
c
�
lJ
�
�
�
�
t�
y
b
�
�
�
�
�
�
�
7�
�
�
z
0
�
�
�
�,
�
-�
0
n
�
=�
�
�
�
�
�
�
�
�
�
�H�'
� � �
� � �
�
�
�
�
� � �
� � �
� � �
�
�
�
b
a
�
M
A
�
d
�
Q
Q�
N
O
f+
�O
W
W
��
�
�
�
�
�
:+�
�
� �
� �
� � �
� � �
�
� � �
�7�`�
���
���
� � �
�
�
�
�
�
�
�
a
e
�
a
m
N
0
�
�
�
0
3
0
w
a
.�'.
m
�
a
n
6
�
�
�
0
�
h
C
�
�
�
�
m
�
m
s
m
0
C1
D
N
�
3
M
z
0
pa
O
�
�
ti
ri
�
�i
�
1--�
ill
�
n
�
0.
N
'�'
f�
e'f
N
^i
�
�
w
�
m
�
a
�
N
�
��i
�
il1
�'�S
�
�
�
�
�
�
�� �
Vf
� �
� � �
� � �y�
�J
� V � J �
�
� � �
� � �
� � �
�r� � �
Vt
�
C.
"C
a
w
m
a
�
�o
e
o+
N
O
f+
�
W
N
��� ����r:,
CI'I'� OF �'O�T VVOR.7C�I
�'�.�.F�''I� S���A.�.. ���T���E�T�'
S��I�I)A� P1��D�CT�T �IST
A1pha Dutdoor Enclosure Side �Tount 6
Alpha FXl� 2040
Alpha Cell
Alpha Transfer Switches
A1phaGuard
Optxcom Tnfrared System
�pticom Priority Control System
Vehicle Detection Cab1e
Spectra Enhanced 7 Series IP PTZ Domes
IWI� Series, I�V1VI24 Series, and iDNi4018 l�ount
PA40� 1Vlount
CX06-1VI & CX06�l�I
P�E'��U-lUP Series Adapter for Spectra Enhanced
DIGI Transport '�1R44 R
SmartRack �U Cantilever Fixed Shelf
Pane1 Mount An�enna
�1���, �3������ �r�������� ���� 11����� �
Traffic grade alumir�um enclosure protects battery
backup power systems from outdoor elements
Large sun shield, thermostatically controlled fan,
and lou�ered �ents ensure reliable operation in
high temperatures
180° stainless s#ee[ piano hinged door with two
locking open positions making installation and
maintenar�ce easy and con�er�fent
Three-point latching mechanism with Corbin Type
2 lock or optiona! Best lock for maximum security
" Shown with Alph� UPS module, transfer swrtches,
and AlphaCel! batteries.
�he Alpha Outdoor �nclosure Side l�l�lount 6 is designed to protect traffic industry hattery Wackup pawer
systern companents fram harsn nut�oor elements. The ruggedized enclosure is made of 0.125" aluminum and
designed to easily accammodate an Alpha uninterruptible power supply �IJPS} module, Alpha transfer switches, and
four AlphaCellT"' 210 GXL or 215GHP batteries wit� room for additional components that rnay be required for your
application. The Side Mount � is an outdoar rated (NEMA 3R) enclosure. This new and impro�ed Alpha enclosure
replaces the Alpha S4 and features a number of impro�ements o�er the S4 including: stainless steel door handle,
integrated lock and latch, an integrated docurr�ent holder, and angled generator plug with water tight generator door
(generator plug option). Additional options and accessories are a�ailable (see listing on next page}.
Alpha Teei�nalogies memberofThe�Groupr"^ ` ���
*ss\��555i55*11111455111114�i1il1Yli1ii.lYYr�l�i�
Alp�a �u�daor ���lasure Side �oun� 6
�Aer.h��tn�c:�! �p�csiFca��or�s
• Dimensions {crrF): 122H x 42W x A2D
(in): 4g.iH x 16.5W x f6.5D
• Weight {enclosure only)
no options (kg�lb) 75�34
• Mounting: Side mount (standard)
Stand alone
(optional ground mouat pedestal)
• Construction NEMA 3R Rated, 0.125' aluminum
(5052-H32) enclosure - meets the harsh
ouidoor demands of the trafiic industry.
�nvar,onmentaR ��eci�ic�ti�ns
• Cooling: Fr`eld replaceabie themostatically
controlled fan, louvered vents, washabie filters
to 3ceep dusf and other pariicles out
: 1hga�cy �or�pll�r�ce
• Agency Certification: UL50�CSA
` �t�r�darc� Fr�atur�s
�•�,
; �
� �i
�I
��
I4
'+y J
��i
�
. '
�
r
4
�
�
� designed lo mount to the side of most traffic enclosure cabinefs {I .
I
• 8tainless 5teel handle for extended life and improved look .
• Three point 3atching mechar�ism with Corbin Type 2 lock or optional Best lock for maximum security
� t so° stainless steet piano hinged door with 2 position prop makes maintenance access easy �,5��own with optional locking generator access door
� Removable bottom sheff for easy wiring access
• Bug screen protected top vent
�1D year warranty (subjecl to terms and conditiansj
•Two extra large shelves each capable of holding two Alpha 210 GXL or 215 GHP batteries
`.�{Jt10113
• 6enerator support: locking generator access door and L5-30 F1 plug
i• Universal Gerserator Transfer switch
• Uni�ersal Automatic T�ansfer switch
• AlphaG�iard batfery balancer
• Baftery heater mats
• Surge suppression device
• "On Battery" indicator lighfi � �
• Door activated interior Iight
• Tili switch
+ Tamper switch
• Cround mount kit
For more information �isi#: www.alpha.com/traffic
Alpha Technologies Tell free: 1 800 687 8743 �irect: 604 q301476 #04s-a03-W (o5io9y
due to continuous product impro�ement and modifications, Alpha Technologies reserves the right to make changes to the products and inforrnation contained in this
document withou# notice. Copyright OO 2q09 Alpha Technologies. AEI Rights Reserved. Alpha`� is a�egistered trademark of Alpha Technologies. Member of The Alpfia
GroupT"' is a trademark of Alpha Technologies.
�i��� F�� ����
UP� Ulodule
Alpha FXM 20�0
� FuIE featured, ruggedized UPS pro�ides clean, uninterruptible backup pawer ensuring
your system wil[ remain running during power outages
� Wide range Automatic Voltage Regulation without gfling to batteries sa�es energy and
lengthens battery life, even during periods ofi surge ar sag in the line �oltage
� External communicatio�s via RS-232 part or (optional) Ethernet SNMP interface
pro�ides local or remote monitoring and cor�trol
� Independently pragrammable and dry contact re{ays allow tracki�g and contralling of
key functions
� E�ent and alarm logging with time and date stamping simplifies and accel�ra�es
troubleshoo�ing
� A wide operating temperature range of -40 to 74°C (-40 to 165°F) is suitable for the
m�st extreme operating en�ironments
� Temperature compensated ba�tery charging protects batteries from over charging at
extreme temperatures, extending the life of the loat�ery
� White text on blue display improves readability in bright daylight
�rh,-.Alpha �'XM ��nin�er•��p�t'rale power supply (L1PS) modules provide clean, reGable pvwer cvntrol and management
�s p3rt of a complete UPS solution. Each model is a�ailable in either North American (120V/60Hz) or Internatinnal
{230V150Hz) �ariants. Automatic Voltage Regulation (AVR) provides power stability in unpredictable en�ironments and
constant �o�tage during �ariable power conditions. Temperature compensated battery charging protects batteries from
nver charging at extreme temperatures, extending battery li�e. E�ent and alarm logging with time and date stamping
simplifies and accelerates troubleshooti�g. Contrnl and power connection panels can be rotated for mounting and disp4ay
in any orientation*'� for viewing preference.
' Power module only. Ouiput power deratas after 50CG for FXM 2000. (120Vac), and atter 55°C (230Vac)
"* The LC� panel on the FXAA 650 canno[ be rotated.
- ---- ----- -- ------- - -------- -
_.._._... _ ................. - .._ .___
I
TEGN WOLOGI�S""
Your P�wer Sufutror►s Partrler _ �'
w - �fi�
�� � �.�E� �
h . .. .��.
1
NEW 195 GXL. and 20 GXL: ,
High-performance Silver Alloy for maximum life expectancy
Longer runtime for demanding outdoor environments
100% runtime capac�ty out-of-box — No cycling required
�Vlainter�ance�free threaded inserts — No periodic reto�quing
Avaiiable with 4 and 5 year full warran�ies
Wide operating temperature range
Alpha's standby baiiery offering incorporates Gel for therrna� dissipa#ian to ensure optimaf life
pe�formance for yaur particular Broadhand_ �raffic or Wi-fi application. AlphaCell Batferies provide the longest
runtimes and the best Eongevity in today's demanding outdoor applications and are backed by Alpha's industry-
ieading, non-prorated hassie-free warrankies.
Alpha Technofogies memberofThe�GraupF""
�� �����I �rM
r�,r� ���C� I' � �±.... � v- �
AI��� Tr�r����r �vvit����
��tcioor �oiutic�ris
� Alpha Uni�ersal Automatic Transfer Switch (UATS)
� Faif safe and manual operaiion ensures critical load is protected
� Optional dry contact for monitoring transfer switch sta�us: know exactfy
what your transfer switch is doing
� Auxifiary output can be used to power items such as battery hea�er mats
eliminating the need for additional complex wiring
The tJATS ensures cont�nuous op�ration of your systems elther w€t}� conditioned line power, battery backup power ar
power direct from the line should [he UP5 requlre maintenance.
� Alpha Uni�ersal Generator Transfer Swifich (UGTS}
� Automatic and manual operation for complete control over generator trans#ers
� Optional dry contact for generator transfer switch monitoring
The lJGTS autamatically fransfers the input to the UPS frnm the uti[ity Eine to a portable AC generator. The UGTS allows the
generator to recharge the �atteries and power your systems during extended power outages.
For a#ull set of configuratipns, see the IJATS and UGTS manual {Doeument# 020-165-80}
. . . . . .... ... . ... -- - - - --- — - ------
_....... . _ .... k
Y€CIi�OLOGI�ST11
Your Povver Solutions Partner a_. �°
' YECaNOLpGIEST"
Alpha Transfer Switcl�es
Ele,�tr�c�l — � — — '
S Norih America
Input voltage : ..................... 120V nominal, 102V minimum for auto transfer
Output voltage : ................. Matches lnput
_ Internationa!
fnput valiage range: .......... 23DV nominai, 196V minimum for auto transfer
Output voltage range: .......Maiches Input
) Power Module
Nor1h America:
Part E�umber :..................020-165-21
Nominal voltage : ............120V
lVominal frequency:........60Hz
Input current :..................30A
Output current :...............30A
Outgut power at 40°C: ...3EOOhN1VA
International:
Nomir�al voltage : ............230V
Noaninal frequency:........50Hz
Input current :..................16A
Output current :...............16A
Output power at 40°C: ...3600WIVA
�2Eh �i'UQ$,N
Dimensions:
mm : ................................81H x 135W x 152D
in :....................................3.25H x 5.3W x 6.OD
Weight :..............................1.6kg {3.511os)
Unit weight : .......................iikg (251bs)
�ar��rrn�n� i���ea#ur�
Generalor/fine manual selector
Easy installation canvenience outlet (iIATS only)
Spare fuse and mount
�u f1Vlfl�fl fl'I#311 fi�� �
Operating temperature: ....-40 to 74°C (-40 to 165°C)
��7�tQ��r
e nry con[act indication stafus mode
• WaII/Shelf mounting bracket
• Single side mpunting bracket
1�4�$f1�;►/ �OfT1�f�i�G�
c ��us � V
CANICSA C22.2 No.107.3-05
UL1778 4th Edition Uninterruptible power systems
CE: As component Iype for FXM iJPS family and Micro UPS family
(when enclosed in a box)
EMC: Not applicable
Alpha Technolagies Lid.
Canada: Burnaby, British Columbia Tel: 604 436 5900 Fax: 604 436 1 233
United Slates: Bellingham, Washington Tel: 360 647 2360 Fax: 360 671 4936
Alpha Teehnologies reserves the rigM io make changes [01he prod�cts and information contained in fhis document without notice-
Copyriyht OO 2010 Alplia Technologies. All Riyhts Resarved. Alpha� is a reyistered irademark of Alpha Teohnologies.
member of 7he Alpha Group�"' fs a[rademark ot A€pha 7echnologies.
For more in#ormation visit www.alpha.ca
#0480029-00 Rev A {12I2010}
mem�er of The � Group'"
Universal Automatic Transter Switch (IJATS-tar right) and lJniversal Generator Transier Switch (UGTS-center) shown
with surge protection (TVSS-left) ir� a 19° rack mount bracket {23" rack mount bracket also available).
�I�1 I��L.�G�I �TM
Battery Charge �ana�ement System
� ����� �
� ��� .
_�.
� ,,,.
���� f����
� �� �
� r,fi
��r' � �� �.�
� �
+ - ��
1
� Extends battery lifie
r Replace only single batferies, not the entire s�ring
� Spreads charge �ol�age equally across batteries
� Compensates for battery differences as they age
� Optional communications interface module �racks battery voltage and pre�ents
discharge damage
� Safe �nattended aperation designed to CSA C22.2 No. �07,� and
UL 1778 Standards
AlphaG�rard morntors and protects your batteries by �preatl�ng the cha�ge �oltage equally across all the batte��es
�n a strir�g, ensuring that every battery in th� siring, w�x�ii��er old or new, is properly charged. With an ideal �oitage
always across each battery, life and runtime are optimized. Individual batteries in a string can be repfaced as
they fail, allowing batteries to �Oe left irt ser�ice longer. This stops the waste�ul and costly practice of disposing of
batteries ti�at may ha�e years of useful life ieft because one baitery in a string fails or replacing batteries based
on a scheduled maintenance program. With the optional communications cabling and inierface rr�odule individual
battery measurements are rr�ade at the batteries and reported, impro�ing accuracy and allowing the supply to
determine End-of-[�ischarge by indi�idual batteries instead of the string �oltage and reporting ta status
monitoring systems.
Alpha Technologies memherofThe�Graupr"'
��
AlphaGuard
7he AlpliaGuard emp�oys a patenied Charge Management Techr�ology {CMT) to shuttle excess charge ct�rrent from one battery to a i�attery requiring
a greater charge and is contained in a small plastic enclosure that installs directly on top of one the foatteries in the string. A short service cable
conneets the AlphaGuard ta each of the hatteries in the string. Both 36VDC {3 battery) and 48VDC {A battery) versions are availa6le. One AlphaGuard
is required per string.
An AlphaGuard configured with an optior�al communication interface module allows the AlphaGuard to inter€ace with a status-monitoring module.
7wo AlphaGuard modules can be connected to an interface module. Optipnal interface modules include EDSM, E5M and DSM.
'�lodels
AG-CMT-3:
AG-GMT-4:
���4���$,�G4F1�
l;onfiguraticn
Quantity:
Service Location:
CaU�ing
AG-EDSM-59-Cable:
AG-EDSM-�9-Cable:
AG-EDSM-S35-Cable:
AG-E�SM-D35-Cable:
Mechanical
Housing Maierial:
Dimensions (in):
(mm):
Weight (Ibllcg):
A_ _i�haGuard Charae �vlanaaement SC. 36V Strin —includin 36V�C batter interface cable
AlphaGuard Charge Management SC, 48V String—including 48VDC battery interface cable
�'
_ - _ i
One (1) AlphaGuard is required per battery string
With the battery string
AG-CMT-36148SC to EDSM Voltage 5ense Cable, Single String, 9'
AG-CMT-3S1485C Eo �DSN� Voltage Sense Cable, Two String, 9'
AG-CMT-361485C to EDSM Voltage Sense Cable, Single String, 35'
AG-CMT-3C148SC to E�SM Voliage Sense Gable, Two String, 35'
High impact plastic
1.44H x 4.82W x 4.25D
36H x i22W x 108D
0. S/•36
Electrical
Batteries:
Circuit Protection:
En�ironmental:
Quiesceni Current Draw:
Charge Management:
Max. Current:
Quality of Final Balance:
Charging Efficiency:
Gharge Balance:
Low Voltage CutofflEnd of Discharge;
Communication to XM2:
Voltage Sense Regulation:
Warran►y
5 years
� �..:. ,
�.
,�""'�
.,able
Individual 12VDC nominal i�atteries configured into 36 or 48VDC strings
Single blow fuse, reverse polarity protected
-40 to 55°C (-40 to 131�F}, 5 to 95% humidity
imA max. {Current consumed by AlphaGuard aEter low voltage total shutdown}
Most ef#ective during float period of charge
2A � 25°C
±100mV max. between any two (2) batteries
80 to 90%
±10nmV typical
Determined by the lowes# per cell �oltage ar�y battery in the string
Programmable 1.80 to 1.65V per cell
AlphaGuard configured EDSM cornmunicatiorts card
�100mV
� t.- - -_-..��
For more iniorr-nation visit www.alpha.cqm
Alpha Technologies United States BelEingham, Washington Tel: 360 647 236a Fax: 36D 671 4936
Canada Bur€�aby, British Columbia Tel: 604 430 i476 Fax: 604 430 8908
aa�-z2s-io-oaa (ira
Alpha Technologies reserves Ihe right to make changes to the products and fniormation con[afned In thfs document wfthout notfce.
Cnnvriaht OO 2�!]6 Alnha Ter.hnoloaies. Ali Rfahts Reserved. Afoha� fs a reais[ered trademark ot Aloha Ter.hnoloofes. The Afnha GrnuoT"" is a trademark oF Aloha Ter.hnoloaies.
Rl�haCeff
Generaf Specifications
Modo:
Warranty':
Service Life:
Runtima (minutes)z:
Sealed VRLA:
Heat Resistant:
Hydragen Emission:
Terminals:
S�7EGI�IC&#IOIISd
h14�t01 �
Typical Runtime (minutes)':
Cetls Per Unit:
Voltage Per Unit:
Conductance Value:
Max. Discharge Current (A):
Short Circuit Current (A}:
10 Second Valts @ 100A:
Ohms Impedance 60Hz:
Nominal Capacity at 2Qhrs: (to 1.75VPC)
Nominal Capacity at 2Qhrs: {to 1.70VPC)
BCI Group Size:
Weight {Iblkg}:
Height wl Terminals (inlmm}:
Width (in/mm}�:
Depth (in/mm}':
Operating Temperature Range
Discharge:
Charge (with temp compensation]:
�3p fl7SL 1�5 L', KL 9 E}5 G7{L
� tu ����9i 4 to 5 year d In 5 yq�i
tul� Ir.�dM�e�11+5M fllll replaeetF€eht isdl rL+�,�lru;d�*q+�l
�xkreavf�� �xtended ERI•=rla1�
;�k I �96 sS5
��11U� +�+guloied I�h� +�r,lai Valve tegulatecf lead acid Vatve r�g�olqre� Ce$d qqlll
�K[ren�� Extrema �x1fe,�,e
l,oxu ILow 1, nx
Threape� IF�sert }7hreaded insert Fhrnadod I��er1
1�b' � 2D Uh2C �i14"- 20 UNC �!-0'- 2b �Fhi�
�u ��t ] T�� �xt ,� ��
221 196 IG3
B 8 E
i�_a 12.8 1 z 9
i E73 1100 I a04
��� soo �ao
�9I10 Z6OO 2JU0
11_�I 11.3 11 2
L� ��i0 0.0050 0.0�&5
#,7 3Ah 10 0Ah B�
! I i]A I � 102Ah BT
19 31 27
T3f3_l. r fi7130.5 k's:1128.�
8 AH��15.�4 8.481215.4 8.0;�2{l4 5
53 -02,�3-0C.i� 13.421340.9 :2.�r1317.b
G.PU� I f1.3 6.80I172.7 6.93� 173.i
-.1G�v7�C -40toi1`C -�f}ra7tC
f-dO Ro ]fi� Fj (-40 io 1fi�'F) ;-�u ��} Geo ��
-�3 lo fid'C -23 to 60`C -� 31a fi4' C
�-�#..1 Lo 14CI F] (-9.4 to 140°F) ;-9.�1 lo lid f�
��':
Float Charging Voliage (Vdc): C ?3 !, Ri� �7_8 13.5 to 13.8 F�_s Sn 13.FI
AC Ripple Charger: U.b% KMS or i.b/o oftloafcharge �oltage recommended for best resulfs. Max. allowed - 4% P-P
iVotes:
� Warran[y varies by coun[ry and region. Warraniy �alid oniy when used with Alpha approved Pawer Supplies, Chargers and Hnclosures. Consult your sales person for details.
z Runkimes calculated using a 25A �C constant current load.
3 oimensions at top of battery.
A See AlphaCell Users Cyuide for Additional �etails.
Typical Standby Tima in (Vlinutes @ 25°CI77°F�
�r.��nh+� an et nq �
�'dIL►Y�HHe 'fD !� 1� � 'V$ A� $�4 � 1B5 � IN5 1hr
3b�.�eies E�E1 dS3 .}3: 320 285 249 1.'�a 2d? 196 186 165 1-04
Ataatleries fi � i� 444 396 346 3� ai6 �6 261 232 2IXi
6batlenes: �i +�n � 701 625 546 52} dFfi +�AF 418 372 325
8hal�eries ;i� IIl� I� 960 859 750 7:0 ;d: 5� 5TJ 515 450
Bba�eries: Y3E�, SFr kiTT2 10Bt 978 853 fLri 313 6VJ 659 587 514
14#.j7i��+� 1JA 1VA IFiM1 IPaL
Fl�r�rr� z� 1�n tr,. � � Y.�; � 1!b ik� �i 1� was
31�a14e�ies. I�I!7 1'2 r'5 119 106 92 1{�I 173 !J B7 78 fi6
4hatteries: 2in f6'r kSl 169 i5i 132 14x 1� 1�� 124 111 96
61�a1[e�ies: .}33 ,y71 �YJ 275 2A5 21A �]5 � iRl 2Q4 182 159
Blaal�llies a7P, 4i7 1E� 385 341 299 3� � .'.-5fr 288 255 223
9hal�iies S3}� M1PU -01U 440 391 342 3Tf 33Ci 231 329 293 256
kF+4�C4Gtqy d�4 #1�4
C�i+'�k�nnr � i9t A!s aP
36al�iies: T:�3 fL � 508
4bat�ies: xul iT�+i iC.i 7D1
6l�el�aies: 1� i411 L�1 '[C81
86atfeiies: 7�.4 .{tl �N 'l487
9l�elteaies: �i} �4i �' '[�6
kr,q�� 17Fs iih
H�rf�l�trk 2� 1lL5 7�c' ]:0
3hei�aies 312 :'i5 iBe7 196
4 batteries ,#3S Y1l 78A 275
66aEte�ies Yi9 17S d19 440
Sbalh�ies 771 fii,.9 ?� 6p7
96aih-�ies 8dJ TSi o61S 692
'A6ove calcula5ons based on an AC load with a,90 cahle plant power£actor
For contact informafion visit www.alpha.com
The Alpha Group � Norlh America Europe, Middle East & Africa Asla Pacfflc Latifs & South America
M
�a u►5� �r Ifl4
453 396 3ff 3�S
675 546 i{,� �P$
978 853 92�} i3"a
'1333 1165 II;) f�Yi
1519 1372 LF�� 1���
It1M1
p!F �9E '21I1 L�
174 151 IEfi 140
245 214 :� 20p
391 340 !T7 ib
541 470 :,�1 dE+5
617 538 ''r77 5'�i
11,�
�
�Slfi
51R
H�f
�
1ni�
�
itlC
23U
�
��
N4h
724 19a �fl�
300 267 233
418 372 325
G59 587 514
904 809 706
iQ27 921 8�3
�9h
� I� IDE
144 128 107
204 182 155
329 293 252
45$ 40i 351
523 465 402
Canada Cyprus Germany Llthuania PR_China ConlacttJSAofTice
Tel: +9 6Q4 d30 1476 7e€: +357 25 375 675 Tel: +49 9122 79889 0 Te1: +370 5 27 Q 5299 Tei: +852 2735 8663
Fax� +i �04 430 8906 Fax� + 357 5Z 359 595 Fsr� +4g g422 79889 �9 Fax� +37q 5 29 D SZ9� Fax� +85� �799 7960
Toll Free: +1 800 667 6743
USA Russia United Kingdom �
Tef: +� 380 647 2360 Tel: +7 qg5 925 9844 Tel: +44 1 279 501110
Fax: +1 360 677 4936 Fax: +� qg5 916 i343 Fa�: +q4 1279 659870
wpha �echnoiogies rese�ves [he right to make c+�anges to Ihe pr�ucEs and �infam�ation wntained �in Ihis documenl withoul nulice- 049-297-10-COt13 (10169}
CoovrioM C�3 2009 Afoha Ter,hnolooies. All Riohts Reserved. Alohas is a reaistered iraAemark of Aloha Technofaoies.
i J� �
TECHMOi.OGfES""
Alpt�a �XM 2000 U�'5 Modu�e
ConsuEt yaur Alpha represencative ior P!N canfigurations
E�9u����{k�
SNorth Amenca
Battery siring voltage:.......48Vdc
Nominaf voltage : ...............120Vac
Nominal irequency:...........Auto-sensing
Input:
CurrenL' ...........................17.5A nominal
Voitage : ..........................85 to 150Vac
�utput:
Curren# :...........................'16.7A nominaE
Voltage regulation: .........+I- �10% over input vollage range
Power at 50°C :................20QOWIVA
>international
Battery string voltage:.......48Vdc
Nominal voltage :...............230Vac
Nominal frequency:...........Auto-sensing
fnput:
Current :...........................9.15A nominaE
Voltage range : ................150 io 281 Vac
Output:
Current :...........................8.7A nominaf
Voltage regulatian ..........+1- 10% over input voltage range
Power at 50�C :................2000W�VA
Alpha T�chnologies Ltd.
Canada: Burnal�y, British Colum6ia Tel: 60A A365900 Fax:604436 1233
United States: Bellingham, Washingfon Tel: 36D 647 2360 Fax: 360 671 4936
Alpha 7echnologies reser�as Ihe righi to make changes fo the products and fnformatfon contafned kn this documeM wi[hout notice.
Copyright O 2010 Alpha 7schnologies. All Rights Reserved- Alpha� is a registered iradomark of Alpha Teohnfllogies-
inemhe� of The Alpha GroupTM is a lrademark o1 Alpha Technologies.
�+1�ul�dnl��l
Dimensions:
mm :.................................133H x 394W x 222D
inches :............................5.22H x 15.SW x 8.75�
Weight :.............................. i6kg (351bs)
Envi��t�m�nf.�1
OperaFing
temperature range':..........-40 to 74°C (-40 to 165°F)
Audible noise @ 25�C:......45dBa � 1 metre (39in)
`12DUac module derates after 50�C. 230Vac module darates aFter 55°C
�'�f�fpl'm�n�
Typical output voltage THD: <3%
Typical efficier�cy :...............>98% (resistive load)
Typicaf iransfer time:.........<5ms
Ag�i�.y C,�m��1�nG�
Electrical satety :................ULt778, C5A 22.2 No tfl7.3-03
Marks : ...............................�CSA„SICE..
EMi :...................................Class A FCCIGISPR
[EN 56�91-2:1995]
"CE applfes to 230 Vac �ersfon only
For more in#ormation visit www.alpha.ca
#0480014-00 Rev C (11/2011J
member of 7he � Group"'
�a
� ��
�:��{,I���I 1����1� i�
I+��s f �� ��,I� ;ies
�
�pticomTM I nf rared Syster�
3 OpticomTM Models 711, i�1 and i22 Detectors
�ptic�m'� infr�r�� ay��m �41a#��r�d Gomp�nert# Pr�d��ts �ctaber �0�7
�escription
The Opticom'� 700 Series Detectors trans�orm
the apticaf er�ergy detected from an
approaching, �ehicle-mot�nted Opticom'"'
Ernitter to an eleetrica� signal. The electrical
signal is transmitted alang a cable to the
Opticom"' Phase 5elector or Opticam'"
Discriminator for pracessing.
Opticom 700 series detectars are mounted at
or near the intersection that permits a direct,
unof�structed line-of-sight to ��hicle
approaches. Opticom detectors may be
mounted on span wire, mast arm or other
appropriate structures.
Opticom'"' Models 711, 721 and 722 Detectors
offer significant ad�ances and �fexibiEity for
speci�ic int�rsection app[ications. The
Opticom deteetars are designed for common
applications �n three configurations: on�
direction—the single channel Opticom
rnotlel 711; the single ehannel, dual detection
Opticom model 721; ar�d two direction, two
output detection—the dual channel Opticom
model 722. All Opticom 700 series detectors
greatly red�ce installation and �ife cycle costs
through their modular design, adjustable
tuf�es, ar�d compatibility with existing
Q�ticom"' lnfrared System intersection and
�ehicle equiprnent.
, . ,-;�ir,r-};� i� ..
. �� �
,;: �}
� � i -���ss
Opticam'" Models 722, 72� (back) and 711 petectors
�d�"+�°'Q..�
o Acfvanced electrical transient immur�ity
• Modular design
+ Adjustable turret eonfiguration:
accommoclates skewed approaches
• l�ightweight, d�rable, high-impact
po�ycarbonate enclosure
a Simplified installation: span wire or
mast arrn
o Gray doar icfentification of Qpticom
model 722
�
�
�
,,
�
���
.�
Opticom'" Span Wire Clamp
�G�ca�01'IE�
. � '
�
__....... ��
Opticom'" Model
� 38 Detector Cabfe
• Opticom`" Span Wire Clamp
o Opticom'"' Madel 138 Detector Cable
�perating Na�«�ret��s
� R.eception Range: 200 #t. (60 m} adjustable up
to z,�oa �t. f�6a m)
a Electrical: 24 to 28 VDC, 50 MA minimum
� Tempera#ure Range: -30" F(-34" C) to 165" F
(74" C}
o Humidity: 5% tn 95°/o relative
�h�si�al �����c�siorw
Opticom'" Model i11 Detectar `
l.ength: 12A in. (30.5 cm)
Width: 4.75 in. (12.1 cm)
He�ght: 5.63 in. (14.3 cm)
Weight: D.88 lbs. {400 g)
Opticom`M Models 7�1 and 7�� Deiectors
Length: 12.0 in. (30.5 cm)
Width: 4J5 in. {12.1 cm)
Height: 7.13 in. (�5.1 cm}
Weight: 1.12 I f�s. (508 g)
Important iVotice to Purchaser:
EXCEPT FOR THE LIMITED WARRANTIES 5ET FORTH IN THIS DOCl1MENT, GLOBAL TRAFFIC TECNIVOLOGIES (GTT} MAKES
NO 07HER WARRANTIES AND EXPRESSLY DISCLAIM5 ALL 07HER WARRAiVYlE5, WHETHER EXPRE55 OR fMPL1Ef],
INCLUDING, WlTHdUT LIMITATION, ANY WARRANTY A5 TO MERCHANTABI�ITY OR FITNESS FOR A PARTICULAR USE.
GTT wilf, at its spfe option, repair, replace pr refund any amounts paEd for any OpticomT"' Infrared System component found to
be defective in maierials or manufacture within five (5} years from the date af shipment from GTT. See "Warranty and Extended
Coverage" for details and limitations of the coverage plan. GlT will provide a functioning replacement component at a standard
charge per unit for an additional five f5) years.
GTT warrants future system operability coverage as described herein. The warranties set forth in this documenE shall not apply
to (A) incandescent lamps (confir�rration fights) ar (B) any Opticom infrared system components which have heen (1) repaired or
modified by persons not authorized by GTT; (2) subjected to incorrect installation, misuse, neglect or accidenfi (3) damaged by
extreme atmospheric or weather-reEated conditions; or (4) subjected to events or use outside the normal or anticipated course.
IN NO EV�IV�f SHAlL G-C7 B� lIABLE F012 AiVY IiVJURY (INClUDI{VG, WI7FiOl1T L1M17A710N, PERSONAL INJURY), DEATH,
l�OSS, OR DAMAGE (I�iCLtJDIIVG, WtTHOEJT LIMITATIOiV, PROPERTY DAMAGE), INH�TFIER Di�ECT, IIVDIRECT, 1NCIDENTA�,
SP�CIAL, CO3�15EQUENTIAL OR OTHERWIS�, ARI51�lG OUT O� THE IfSE OR IIVABILITY TO US�, �2EPA]R OR FAILUR£ TO
REPAIR, ANY GTI- PRODUCT, REGARDLESS OF TH� LEGAL THEORY ASSERTED. THE REMEDIES 5ET FORTN IN THIS
DOCiJMEfVTARE EXCLUSIVE.
Sale and use of the Opticom infrared system is expressly restricted co authorized agencies of government custamers, withir�
kheir specific jurisdictions. However, because the infrared signal generated by khe Opticom infrared system is nnt exclusive,
GTT does not warrant excfusive activation by purchaser. Authorized users who desire to use or coordinate use of the Opticom
in#rared system with that of other juriscEickions n-tust first obYain the prior written approval of each authorized user in the
jurisdiction where use is sought.
�` Ci�0�3�� �t"c�fi�it�
T� T�C�It�C��f��lE'S
Globaf Traffic Technologies, LLC
7800 Thirtl Street NorEh
St. Paul, Minnesota 55128-5441
1-$00-25$-4610
65�-789-7333
www. gtt.com
Global Traffic Technalagies Canada, Inc.
157 Adalaide Straet West
Suite AA8
Toronto, ON M5H 4E7
Canada
�-800-258-4610
Opticvm is a trademark of Globaf Traffic
Technologies, LLC.
Usetl under license in Canada.
Please recycle. Pri[rted in U.S.A.
�O Giabal Traffic Tec�nologies, LLC 2007
Alf rights reserved.
75-0�00-y682-5 {A}
�1 �I�llIYI'hi P�IORITY ��fVTR�L �1��T��1
��fl��l�i� �I�DEL �'�4 I�Lf�T��I�DE i�#��4�E �ELE�T�R
��ir.���rr'�1i�F? ti,Y�t,;�:�{�k'�:�?�1�(-'�1;�1���l�r=�1i�;'�=N��Jrr'iJlVfv�!-�'���'.rl+��i�i�i�i��i���;�4i�
juse this. � 4f��� �:�:�'�.lrtir�t� t.��;7+
-• i)escription
�
�
Global iraffic Technologies, ELC
(Gi�j, formed in ZODi from
3M's proneerrng lnfellrgenf
Transportatian S,ystems business,
is the manufacturer of Qpticom'"`
prrority controi systems and
Ganaga'" iraffic sensing systems,
The Optieo�n`"' Model 76�4 M€�Itirr�ode Phase Selector is a plug-in, four-channef, dual-priarify, multimode
encod�tl signal device designed for use with both Opiicom"�' infrared system (IR} emitters ar�d detectors and
Opticam`"' GPS radio/GPS intersection units and vehicle equigment. It can be ir�stalled tlirectly into the ir�put files
o� Type 170 traffic control�ers equipped with �riority phase selection software antl in vi�tu�lly any �ther traffic
controller equipped with priority phasa selection inputs and related software. Phase selectors are powered
from AC mains or 24 VDC and contain their own iniernal power supply tn support OpCicom'"' IR tletectors and
Opticam�' GPS radio/GPS units.
The Optieo� "' Modef 764 Multi�ode Phase Selectar may be used in I� only applications, GP5 only applications,
or IR antl G�S applications sir�ultaneausly.
T�e Optico�n'"` Mode{ 760 Card Rack is required when input file space is not ava�lable. When used in GPS only
mode, th� Opticom`"" ModEl 1040 Cartl Rack �nay alsa be usetl.
Opticom`"" Modei 764 Multimade Phase Selector recQgnizes and discriminates among three distinct Opticam'"`
IR emi�ter frequency rates via Opticom�" detectors: high priority, low priority and probe priority. Within each of
these three freq�€ency rates, the �hase select�rs further discri�inate among 10 classes of vehicle identi#icatian
codes, with 1,OQ0 ir�dividual vehicle eodes per class —10,OOQ iatal per �requency rate, l"he apticom'"" M�del
764 Multimode Phase Selector also recognizes three d'€fferent priority levels transmitie� by Opticom"" GP5
vehicle equipment; hig3i priori#y, low priorityr and probe priority. Within each of these three priority levels, the
phase selectors further diseriminate among 254 agency IfJs,15 classes of vehicle identification codes, with
14,OQQ individual vehicle codes per class — for more #han 38 million total per priority level.
Qpiicom'"' Mode1764 Multimode Phase Selector internaEly records each system activation. Each entry contains:
� Intersectior� name
� pate and time of the activity
� Vehicle c�ass cotle of the activating vehicl�
� Activating vehicle's ID number
� Agency I� (GPS nnly)
Q Channel called
� Priority of the activity
� Final green signal indications displayed
at t�a end af the call
• Ti€�e sper�t in the final greens
o Duratior� ofi the activation
• If preempt has been requestetl ancl r�ason if nn�
• Turn signai status a� the end of the call (GPS only)
o Entry, exit and average speetl (GPS anly)
• Fielative priori#y level
e Canditional priority level
� I
� � :�r�rl�'ir3g crr��t�;��!
��� ��"r��JG' r;��iPII�'r;�fii�?�,�.,
�mergency Vehicle Preemption Cable
� : .:.�-�,,
„
�•�� �.--� Cand�ictas - Slron�ed Frned Shleld -�U�rni��um s�+drain
Y�Ilmx�. pl�ie, prAnge � 5�ardnr� I�af.ls
-� — ; r�+��per n��AS1M {i-&, �-a� .i�exe� - Kuek Pvc' �,�nx��.���r��•, �.n�rn'
1fokldgC R�1F3Gg • EI3�7w rMrrrn�F
�� U�xul�Uun 1�hleknest ief;� . R�ilei -73`G i�'�Rx�l��hLr, f5'ty}.51�
� ,� Jr p �Y,":rM'y�Rta-rr�y��n�aen
��- � AV�G -.fl15" l�w.nb �C�RE I r,,r,l,� e�.s�s,�,.�,�tx
�w�e
Ink J�t �rint �n Ja��c�t
"I��V�1C���� 171�ai'E'lll� �1h�3l.�,
1PV�. "Y1�YY" ��3 A+Nc� 3� ���
fi���f - U�f� �#�.iR - k�� R��
• 1�1�L.�LATION RA�ED 7��
M,4DE !fV U�A,�
'��ii� Y'N}' ��f�� va�' cd rrv_arxNGietu�er
� �
PIiR'C i@WQ! � �kFiEA JIC�
ItD, OpHAUGTGRS I �k'"�"•��*
1NGH mm
F�L�3HS+J 2LV3 0�}5 I Id3
NU�iit�'NL
41.51.
IFFCH j r.:�
.f�51 �.=;1�
�NEtaHF
1#ss. ! tN0'
�
Traffic Sensing System Cable
�.; � �
��:�
� ��
�»
� �`- ,.
�� �
�
R�Sc �et pri�# on ��r.ket
"A�VA�f��� 17��CTAL {;f��L�,
I�f�. 1� AW� 4� EU�V FDR
I]i��G�T ��.iRl�1�. Ni�qp� fl�
T�"�� V+7�ri
CundueCo-f � S�Iran�e�: 6�w
�IIPr,r �Ir,# �S��A'b El-3.N-R
ll�s�+lalian
1$ �L'rV;i - ,U1 Z' (.s:s�nrn PC
6hWIdkl� • �15uufu�nr M��d�lx
4VII`Cf�10Cki9[J ���L'
Jatkal - �laek P�
5�al�aga I?a:ing - nao � i�#19o1s. �lt�d, l+lJ,1�7,
Tem,�, lial I�p - Ba4
�ap�eEl�neo
�7 uFrrl �F�gaual pelr�
31] wd��fl mQ�cc;�r p�lr6
Ir;duciancfl
23 �,H+T� n dl��nnal p�s !
Tha Information contafned on this speclilsatlon Is Intended to 6e used as a gu#de in prqduct selacEion and Is 4e�teved to be re€lable.
AOC has macfe evary eHort to ensure the data shown ahove is accurate at the time ot publlcation. This specification is su6ject to
change anyrtime without notice.
�����. h�LJl�� +7�ti7 ���� F ��,}�, ����� .7�� J��aC i �i�1�.���c�L���,���
51�ndar� Rfa3�
1 1141]'� ��5170'� ��4q�!'
I}.4�YM�Qlh3 d�h7�WtnV Y�4N9Y�
anvi�9'yu.4 fa[d:5'y1a,p,�Ee
J34rr r�x.rraVaustily.
��,� .
�� �
•
83�ANVS9 i814 .032 .813 .2�F6 6.25 35
�3.,�' '3 1814 .032 .813 • .241 6.12 37
r-
S��ctra° Er���r��ed 7 Se�°oe� IIP IPTZ �����
H�CH-SP��� �T�. U� TD 3D�t. U� TO 4�C. SU��VI510f� Af�� ���P ����NI�G CA�A���
������� ��a.�res
= SureVisian Technology. Ineluding:
— Up to 130 dB Wide Dynamic Range (WnR}
— Advanced Low Light Down ta 0.02 lux (Color�, fl.013 lux (Monaj
— Anti-BloomTechnofagy
— 3D Naise Filtering
— Enhanced Tone Mapping
^ Up to 4K and up to 60 Images per 5econd {spsj Pan/Tilt Drive
^ Ao6ust Image StabiGzation �EIS) with Gyro
a Built in Pelco Enhanced Analytics 5uite
3 Pelco Advanced Analytics Capable
� Power aver �themet (8D2.3bt�, 24 VAC, 48 VDC
9 H.264 and H.265 Pelco 5mart Compression Technology
� Three Automatic Defog Options
^ Vandal Resistant IK10 Housing and Smoked or Clear Bub61e
9 5D Card Slot with 5uppart for SbXC Cards
9 Compatihle with Pelco antl Third-Party Video 5ystems
�
1�
� �
� ��
_�
� . �
� - _..
�
.o} fH➢VR4t�+ag,�,�r
.
- ONVIF Prpfile S, Profile G, and Praiila T Canfarmant
� 3-Year Warranty antl Support
T�� ;.: kc •,���� _P Pe�c---�n;.�
Pel�o's Spectra� 5eries of hig� speed IP PTZ domes provide tap tier
image qualiry, performance, and intefligent embedded features for state-
af-the art surveillanca solt�tions. Low latency video and contra{ make the
camera ir�cretlibly easy to �ontrol. �ire�t �rive closed loop �ontrol
enables blazing pan and tiit speeds up to 700 degree/second tn position
the camera on target avoiding perceived PT delays so that critical
forensic evidence is captured. Direct �rive clased loop systems have
aduantages such as limitetl wear antl iear and maintertance, extremely
accurate positioning, and the camera always knows its position.
Power redundancy between PvE ar�d 48 VDC/24 VAC ensures 24-hour,
365-day continuaus operation even under unstable power supply
situations.
ir. �.. .n .h�...� ��r. C� .e"--.... .m ..._
Spectra Enhan�ed 5eries IP PTZ domes feature up to 4K, up to 3ax optical
zoom. They run at up to 60 frames per secor�d and provide up to i 30dB of
Wide Dynamic Range {WDRj with Pelco`s latest SureVis'son low light
performance.
+,-` .. -��- - - ' --- - , r- - -� - y
The Spe�tra Enhanced Series PTZ domes have the �apabilityto run deep
learning DNN analytics. Includetl in all motleis are a Pelcn Enhanced
3uite of analytics includirsg: A6andoned Object, Adaptive Motion
�etectian, AutoTracicer, Camera 5abntage, Direstinnal N�otian, Loitering
aetection, O�j�ct Counting, Qk�ject Aemoval, and Stopped Vehicle.
Spectra Enhanced also aiio+r�s for Up to 16 window blanking privacy
zanes tf�at are configurable with cusmm blurring options. Three levels of
� f ,
Image befag provide options fnr enhancing the image on foggy or rainy
days. Five White Balance mades are available for overcoming difficult
lighting conditions day and night. A Vivid Imaging mode can be enabled
ta automatisally increases calor saturation and sharpening. Spectra
Enhanced suppor#s up ta 2T6 of onboard local storage (not supplied) that
is easily accessible thraugh the DNVIF Profile G pratocol pr FT�.
Spectra Enhanced 5eries features the same ease of installation and
maintenance that the intlustry has came to �xpect fram Spactra. Each
tlome system consists of a back-box, a dome drive, and an IK10 rated
lower dome. There is a choi�e of three form faetors: in-ceiling,
environmental i�-ceif�ng, and environmental pendant.
r'!�1� .11t�� Ai'!Il
5pectra Enhanced 5eries easily connects ta Pelco IP and hybritl video
systems such as VideflXpett, Endura 2.[3 (or lakerj, and �igitai 5entry 7.3
�or later]. The camera is also compatible with Oigital Sentry NUS (�S
NVSj, a full-featured v'tdeo management software, which is availahle as
a free download atwww.pelco.com. D5 NVS inclutles four free Pelca 1P
iicenses and allows forthe management of video from up to 64 cameras.
Pelco endeavors m be the most open and integrated camera provider in
the industry and as a part of that effort 5pectra Enhanced is integrated
with a long and ever-growing list of 3rd party software and Video
Management Systems �VMSj.
C50055 / New 6-a2-20
� �� _'��
� N�TE: VALUES iN PARENTHESES AiiE INCHES; ALL �THERS ARE CENTIiVIETERS.
�
��i
2f.21
19.00
(7.48)
15.7D
(B.iB)
13.31 13.10
{5.24} (5,�gj
24.59
{9.66} �� ---��-
T7.88
(7.04)
24.36
(8.43)
��
21.2f
{8.35}
19.00
� (7.48}
15.70
(s.�BJ -
]3.31 13.10
(5.24} {5.16)
23.aa
(9.23) � - -
C c���) {�:���
15.19
(5.95) -�
2t.47
(8.45)
��
/r'+� � �p�'
�,' �.. �. �
t�l i f.�
,� -
�
�
_ �i �� `..
._l.,
,� �
� � , ff
�,�
�� f ���
1 � �I
I,�II
�
i
��
� i
�
In-Ceifing {lndoor 4K�
� Single Back Box for Suspentletl or Wartl
Ceiling Applications with White Trim
Ring, RAL9003
• Requires 13.35 cm (5.25 in.� 5pace
Above Ceiling and 8.25 cm {3.25 in.j
Below
• Minimum Ceiling Thickness 1.27 em
[�1.5D in.); Maximum 4.45 cm [1.75 in.)
� Aluminum Constructian, IK10 Rated
Hausing antl Polycar6onate 6abhle
� Suita6le for Use in Environmental Air
Handling Spaces
o-10° to 55�C 114� to 13t °F� Sustainetl
Operating Temperature
In-Cei�ing {Indoar 2MPj
� Sirlgle Back Box for Suspended or Nard
Ceiling Applications with White Trim
Ring, RAL90q3
• Requires 13.35 cm (5.25 in.� 5pace
Above Ceiling and 8.25 cm {325 in.j
Befow
• Minimum Ceiling Thickness 1.27 cm
�0.5D in.]; Maximum 4.45 cm [1.75 in.]
� Aluminum Canstruction, IK10 Rated
Housing and Nyfon Bu661e
� Suitable for Use in Environmental Air
IiandGng SPaees
•-10° to 55�C (14� to 131 °FJ Sustained
Operating Temperature
4.80
17150 �'�.21
(fi.b9) �5.59J
28.73 �
(11.31} �
r��;���i 8.94
17.88
(7.04j
22.76
4.80
��.esa
s- '
_ i
�
17.50 a421
-- � 27.36 ��.8°7 �5.59}
{10.77) �
��: �� z.5o
(2.95)
15.11
(5.95j
22.`l6
�. _ �8.96)
��J
,` s
��
��
�
_�
���
���
�
�
EnviranmentalPendantf4k)
o Enviranmental Pendant Availahle in
White Finish �RAL9003� �r Black Finish
(RAL9017j
o Aluminum Construction, IK1� Rated
Wousing and Po[ycarbonate Bubhle
� Meets IP56 antl IP67
• Meets Type 4X
� Uses 1 1/2-inch NPTThreatl
� Includes Heater, Blowsr, and Sun 5hield
�-50° to 60°C �-58° to 140°Fj Sustained
Qperating Temperature
�nvironmerrtal Pendant�2MP}
" Environmental PendankAvailahle in
White Finish (RA�90031 or Blaek Finish
{�q�gn17j
o Aluminum Canstruction, IK10 Rated
Housing and Nylon Bubble
� Meets IP66 antl IP67
� Meets Type 4X
� Uses 1 1/Z-inch NPTThreatl
� Includes Heater, 8lawer, and Sun 5hield
�-50° to 60°C �-58° to 140°Fj Sustained
Dperating Temperature
�
25.22 �,
(9.93} �6.03
(6.31)
_ . _�___.�
23.86 �
(9.39) 14.70
i �5.79f 7
z5.2o
(5.92)
23.60
(9.29j
za.zz
{7.96j
17.&8
(7.OG)
22A0
(8.6Sj
25.2D
(9.92j
23.64
(9.29)
20.22
{7.96}
95.91
(5.95)
22.00
[8.66�
����
• Q
�
�0��
� O
�
��•�
����,
�
�l
In-Ceilirtg {Environmental 4K}
• 5ingle Back Bnx for S�spended or Hard
Ceifing Applications with Bfack Trim
Ring, RAL3017
• Requires 13.35 cm {5.25 in.j SPace
Abo�e Ceiling and 8.25 em (325 in.f
Below
� Minimum Ceiling Thickness 1.27 cm
�D.5U in.); Maximum 4.h5 cm �1.75 in.i
• Aluminum ConstrucEion, IK1D Rated
Housi�g and Palycarbonate Bub61e
� Meets lPS6 antl IP67
� MeeEs Type 4X
� lncludes Heater and Biower
•--50° tq 60°C (-58° to 940°Fy Sustained
Operating Temperature
ln-Ceiling (Enviranmentaf 2 MPI
• Singfe Back Box for Suspendetl or Hard
Geiling Applicationswith BlackTrim
Riny. RAL9fl17
• Requires 13.35 cm (5.25 in.� Space
Above Ceiling and 825 cm j3.25 in.)
Below
o fvlinimum Ceiling Thickness 1.27 �m
(0.50 in.}; Maximum 4.45 cm 11.75 in.j
o Aluminum Construction, IK10 Rated
Housing and Nylon Bubble
• Meets IP66 and IP67
• Meets Type 4X
� Includes Heater and Blower
a-50° 10 60�C {-58� to 19U�F) 5ustained
Ope€ating Temperature
i _��__..H Ui �Ii,2�
Specification 30X Low Lighf 1B7( Low Light
Sensor Type Progressive,l/28-inch Type ExmorCM�S Sensor Progressive,1/1.8-inch CMOS 5ensar
Optical Zoom 30X 9 BX
Digital Zoom 1 pX 10X
Maximum Resolution 192fl x 1080 3840 x 2160
Lens f/1.6 - f/4.7, foeaf length 4.3 mm {wide] -129.0 mm �telel f/1.5 - f/3.4, foca� length 6.3fi mm (wide}..138.5 mm {tele}
F�orizonta! Angle of View 59.8° wide - Z3� tele 57.9 wide - 3.0 tele
Aspect Ratio 16:9 16:9
Calar{33 ms) 0.021ux (Colorj 0.101ux
Calar{250 ms) O.�fl25 lux (Color} 0.0125 !ux
Light Sensitivity
N�ano (33 msj �.�13 lux {A/�ono� 0.�66 lux
Mano �250 msj O.DD16 lux �Monoj 0.0085 [ux
Note: Sensiiivity in lux for 90% reflectance, f/1.6 (wide angle], 50 dB gain at 30 IflE �30% of signal level) with S�nsitivity
Soast OFF; 4?( improvement to sensitiviiy with 5ensitivity Baast ON
�ay/Night Capahilities Yes Yes
5hutter Range 1/1 � 1/10,000 sec 1/10,000 - i sec
5ignal-ta-Noise Ratio >5QdB >50tlB
IR Cut Filter Yes Yes
Wide Dynamic Range Up to 130 dB maximum; 120 d6 per IEC 62676-5 Up to 130 tlB maximum; 120 tlB per IEC 62676-5
[ris Conkrol Auto iris with manual averride Auto iris with manual override
Bacfclight Compensation Yes Yes
Automatic Gain Control Yes Yes
Active Naise Filtering 3D Noise filtering 30 Nnise Filtering
Eiectronic (mage 5tahifization (EIS} Yes Yes
Bit Rate Control Constrained variahle bit rate {CVBR) and �anstant bit rate (CBRI
Video Snapshot JPEG capture at the same resQlution as the highest stream configured
Window Blanking 16 configura6le Wmdows
Video Overlay Camera name, time, date, and custamizable text with multiple supported languages. Em6edding ot eustom images and
logas supparted.
Fli�ker Correction Selecta6le Auto On/Off, 50 Hz or 60 Hz modes
�i�
� 256 presets
� 32 tours
• ±0.05° preset accuracy
� 8 configurable scans
• Patterns-8 recordable pattems (up to 5 minutes each]
o Multilingual menus {English, 5panish. Portuguese, Italian, German,
French. Russian, 7urkish, Simplified Chinese, and Korean►
• Password protectian
p 1fi window blanks, conFigura6le in size
�"Auto Flip" feature rotates tlome 180° at hottom of tilt trave!
p Configurabfe park with actinns
� Propartional pan/tilt continually tlecreases pan/tilt speeds in proporiion
ta depth af zoom
• Pelco analytics inclutling nine user-coniigurable 6ehaviors
� Multipfe �NN analytic 6ehaviors
• Image �efog motles
Spectra Enhanced range cameras includes two 8asic and eight
Enhancetl user-configurable 6ehaviors to enhance the flexibiiity and
performance of the camera. The camera is capahle of running up to
two Enhanced behaviors in additionto the twa Basic hehaviors atthe
same tirrre.
For each behavior, you can set up different scenarios forthe behavior,
which wi�l automatically tletect antl trigger alarms when specific
activity is detected.
Analytics are configured antl enabled using a standard Web 6rowser,
antl behavior alarr�s are compatible with VideoXpert or a titird-party
system that supports Pelco's API.
Available Basic analytic 6ehaviors include:
� Camera Sahetage: Detects contrast changes in the field of view. An
aiarm is triggered iY the lens is obstructed 6y spray paint, a cloth, or a
lens cap. Any unauthorized repositioning of the camera also triggers an
alarm.
� Region-Based Simp�e Motion Detectian: 8ased on sensitivity, the
camera determines if sufficient motion is tletectetl within a configurable
reginn.
Available Enhanced analytic behaviors include:
� Ahandaned Ohject: deteccs objecEs placed within a defined zone and
triggers an alarm it the ohje�t remains in the aone unattantletl. An airport
terminal is a typical installatian for this behavior. This 6ehavior can also
tletect o6jects left hehintl at an ATNf, signaling possihle card skimming.
� Adaptive Mation: �etects and tracks objects that enter a scene and
then triggers an alarm when the o6jects enter a user-defined zone. This
6ehavior is primarily used in outdoor entironments with light traffic to
retluce the numbernf fa�se alarms caused by environmenfal changes.
a Auto7racker: �e#ects and tracks movement in the field of view. When
the AutoTracker 6ehavior is configured, the system automatically pans
and tilfs to follow the moving o6ject until the o6jecE stops or disappears
from the moni[ored area.
� Uirectional lNotiun: Generates an alarm in a high traffic area when a
person or objeet moves in a specified direction. Typical installations #or
this 6ehavior inelude an airport gate oriunnel where cameras can detect
o6jects moving in the opposite direction of the normal flow of traffic qr an
individual entering through an exit door.
• Loitering Detectipn: identifies when peopie or vehicles remain in a
defined zone taa long. This hehavior is effective in real-time notification
of suspiciqus hebavior around ATNis, stairwelis, and schoal grounds.
• 06ject Counting: Counts the number of objects that enter a definetl
zane. This behavior can �e used tv count the numher af people at a stvre
entrance/exit or inside a store where the traffic is ligh#. This 6ehavior is
6ased on tracking and does �vi count people in a crowded setiing.
= Object Remaval: Triggers an alarm if an object is removed from a
user-defined zone. This behavior is ideal for cusiomers who want to
detect the removaf of high value objects, such as painting from a wall or a
statue from a pedestal.
� Stopped Vehiele: Detects vehicles stopped near a sensicive area longer
than the user-defined time allows. This behavior is idea for airpart
cur6side drop-offs, parking enforcement, suspiciaus parking, traffic lane
breakdowns, and vehicles waiting at gates.
, �� ,
i11� � I
Videa Encoding
Video Streams
Frame Rate
Highest Resolution
4K madels
2MP madels
IV► fwrt�9;
5upported Protocols
Users
lJnicast
Nwltieast
Securi ry Access
5oftware Interface
Peico 5ystem Integration
Open API
Mobile Application
H.264 High,ll�ain, or Base proflles,
H.265 Main proPile,
and MJPEG
Up to 3 simultaneous streams; the second
stream is variable basetl on the setup af the
primary stream
Up to 60, 50, 30, 25, 20, 15,12.5,10, 8.333,
7.5, 6, 5, 3, 2.5, 2,1 jtlepentling nn the catling,
resolution, and stream configuration�
3840 x 2160
9 920 x 1080
TCP/!P, UDP/IP �Unicast, MuEticast IGMP),
UPnP, DNS, DHCP, RTP, RTSP, NTP, I W4.IPv6*.
SNMPv2c/v3, QoS, HTTP. N77PS, SSH, TLS,
SMTP, FTP, 802.1x �EAPj, and NTCIP 12�5
Up to 20 simultaneaus users depending an
resfllution settings �2 guaranteed streams�
Unlimited users
Password protected
We� browser view antl setup
Endura 2.0 (ot laterj
Digital Sentry 7.3 �or later�
Pelco API or ONVIF Profle S, G, and T
Integrated to Pelco Mo6ile App
�, . . ��a�-.�.• ;
Processor
Operating System
Memory
Network Enterface Cartl
Web Browser
Intel� Core'" i3 Processor, 2.4 GHz
Wintlows� i 0 Wintlows 7{32 bit antl 64 6it}
or Mac� OS X 10.4 �or later�
4 GB RAM
�00 mega6its (or greater�
Internet Explorer� 8.0 {ar later� or Firefox 71
lor �ater�; Chrome 81 [or laterj; Internec
Explorer8.0 {or faterj is reeommended for
configuring analytics
4R1. 'v�.:C�-�
Requiretl Systems for Pelca AnaEytiss
Pelco Interface Video7(pert;
VX Toolbax;
Entlura 2.0 (or laterj;
Oigital 5entry 7.3 #ar laterl
Open API The Pelco API can transmit 6ehavior alarm
data to third-party appG�atEons, a�ailahle at
pdn. pelca. com
- t �r �
Constructian
Baek Box
�ome Drive
Lawer pome
Aluminum
Aluminum, thermoplastic
Ny�on for 2 MP madels, polyear6onate far 4K
models
Light Attenuation
5moked
Clear
f/D.5light loss
f/0.0 light loss
Cahle Entry (loaek hox)
In-Ceiling
Pentlant
Unit Weight
In-Ceiling,lndaar
In-Ceiling, Environmenta!
Pentlant, Environmental
E�feciive Projectetl Area �EPAj
Pendant
0.75-inch cnntluit fitting
Through 1.5 inch NPT pentlant mount
(1p80p modeis} (4K models�
3.� kg {6.6 Ib) 3.2 kg 17.05 I5)
3.4 kg {7.5 Ihl 3.6 kg 17-94 Ib]
3.9 kg {8.6 Ib) 4.1 kg {9.04 Ih
Withoutmountand with sun shield, 47 square
inches
With IWM Series mount with sun shieltl, 96.5
square inches
Uns�tpervised �etects open or closed alarm state
5upervised �etects open and short alarm state with
external 1-lcohm resistar
Inputs {4j 3.5 VDC maximum, 3.5 mA maximum
Relay Outputs {2� ±32 V�C maximum, 150 mA maximum
::�,..�
Audio
lnput
�utput
5treaming
�I:�����
Local Storage
Bldireetianal, full duplsx
Line level; 3-lcohm differentiaf impedance,
7 Vp p maximum signal level
Line level; 6f�0-of�m differential impedance,
1 Vp-p
Embetltletl autlio
SD card slof witf� support for S�XC cards
Capture 1�-10secnndvideoclips oncamera
sa6ofage, motion detection, or alarm input;
record vEdeo continuausly in the case of
network outage with option ta overwrite;
access video through FTP protocal and ONVIF
Profile G
' Supports mixed IPv4 and IPv6 installatians, but not IPv6-only deployments.
' Pelco Media Pfayer is recommended fnr eontrol, smoothness, and reduced
lateney as carnpared to QuiekTime.
In-Ceiling pndaorj:
Operating Temperature
Cold 5tart
Environmental Units:
Sustainetl Operating
Temperature
A6solute Max �perating
Temperature
Cold Start
Ice Free
�e-Ice
3torage Temperature
Storage Humidity
—10°C to 55°C j14°F ta 131 °Fj
—10° C
—51 �C tv 6fl�C [-59.8°F to 140�FI
65�C R9 haurs per dayj
,40°C (--4D�Fj
—20°C I-4�FI
—20�C{-4°F]
—20°C ta 65°C �-4°F to 149°F]
5 to 95�a (nan-condensingj
- •-� � �
In-Ceiling jlr�door�
Environmental In Ceiling,
Environmental Pendant
.
Variable Speed
Preset Accuraey
Pan Movement
Vertical Tilt
Maximum Pan Speed
NEaximum Tilt Speed
Manual Pan/Tilt 5peeds
Pan
�filF
PreseF Speeds
Pan
Tilt
. . �.. :. �3 . ..
Full iVlotion Contral
_: _ . _ . �. ._- ,
Pelco's 5mart Compressian Technofogy �owers bandwitlth antl storage
requirements by up to 70�0, while reducing storage requirements.
Pelco's 5mart Compressian Technology tlynamically analyzes motion
aeeurring within live video in real-time, to intelligently campress the
informaiion you don't need, while retaining deiails with clear qualiry in the
areas that are important in the scene. Sy enahling Dynamic GOP, an added
feature o# Smart Compression, the num6er of f-frames are autamatieally
reduced in scenes with low motion. Sased an the complexity o# scenes and
motion occurring, s�ch as a store roam that has limited entry and exit, up to
70% bantlwidth savings can be achievetl.
0
Pelco Camera Linlc technnlogy brings together the besF ofi two
90 to 90% RH [nvncondensi�g; ffagship Pelco products: You get the seamless and cantinual
situational awareness of Optera across a wide space along with the
1fl to 1fl0% RH abiiity to automaticalfy zoom in for great detail with nearby Spectra
Enhanced antl follow people antl vehicles closely.
—�--��— —��---�-�V -----�-
0.�5° to 1oo°/sec [manual pan speetlj Spectra Enhanced 7 ranga cameras are designed with Power over
}����� Et�ernet jPoE], 24 VAC antl 48 VDC to retluce costs and simplify
36��continuo-us pan rotation planning, wiring, and installation. PoE functionality wor�Cs with PoE-
+1°to-90° enabled network switches or power injectors, eliminating the need
Up to 700° per second for separate power supplies antl cahling, and increasing camera fail
Up to 500° per second safety through an interruptibfe power suppiy{UPSj.
0.05° to t��°/sec manual operation The cameras aiso support powersupplyfailover between PoE and 48
0.05� to 50°/sec manual operation VDC/Z4VAC antl allow a primary pawer source selection foT the
power draw. If the camera is running with bath PoE and 48 VOG/24
7ofl°/sec UAC power sources, and then the primary power source is fost, the
5oo°/sec camera wifl switc� #o an alterna#ive source without any interruption
orvideo loss. Once primary power is restored, the camera seamlessly
switches back to the pri mary source.
0 to 130 knots �350 mph/24i kmh)
. lfi �7
Parts
Cabling Type
SFP/FSFPInterface
Input Voftage
Input Power
24 VAC
48 VDC
Pa� 18023bti
PoE (802.3at}
RJ-45 connector for 100Base-TX as well as
10008ase-TX
Auta MDI/M�I-X
Autnnegotiate/manual setting
Cat5e or better
5upports Pelco FSFP 5eries transceivers and
thirtl-party MSA complaint transceivers
20 to 32 VAC; 24 VAC nominal
42 to 53 VDC; 48 V�C nominaE
2 A �3� VA� maximum for indoor ar
enuironmental units without heater
4.8 A171 VA}maximumfor environmantal unit
with heater
1 A �4D W) maximum for indoor or
environmental units without heater
1.9 A{80 W7 maximum for environmental unit
with haater
D.7 A{32 W� maximum for indoor flr
environmental units without heater
1.3 A(70 w� maximum for environmental unit
with heater
0.5 A{25 W) maximum for indoor madeis only
and ambienktemperatures above-10°C
'T!FlCAT' '1N' 'H�[TIi�Gc'�oTENT.�
a CE (Class Aj
• FCC {Class A)
a ICES-003 {Class A�
• UL/eULListed
° UL/IEC/EN 60950-1, 60950-22, 62368-1
• KC
� NOM
• RGM
• EAC*
o BIS
• Environmental models:
— Type 4X
— EN 50155 (EN 61373 Category 1, Class B]
— IEC/EN 60068 2 1 Cold
— IEC/EN 60068-2-2 I7ry Heak
— IEC/EN 60068 2 6 Product Vit�ration
— IECIEN 60068-2-14 Change of Temperature
— IEC/EN 60068 2 27 Praduct 5hock
— I�C/EN 60068-2-30 Damp Heat {Cyciicl
-- I�C/EN 60068 2 78 �amp Heat {Steatly 5tate)
— I�C/EN 62262 Impact fIK 101
-- IEC/EN 6052911P66, IP671
• IEC 62676-5 �ata specifications and image qualiiy perfarmance for
camera tlevices
4 Meets NEMA TS2 para 2.2J - 2.2.9 (Environmental models)
a FQOT (Environr�entaf motlelsl*
+ Cisco� Medianet Media Serrices Proxy 2.0 compati6ie
• ONVlF Profile S, Profile G, antl Profile T Conformant
a U.S. Patents 5,931,432; 6,793,415 B2; 6,802,656 B2; 6,821,222 B2;
7,16i,615 B2
*At the time of this pu6fieation, certifications are pending. Consult tf�e
factory or www.pe,cu.cu��; fnr the current status of certificatians.
.. . i -
Type BackBox TrimRing guhble $��em Model Numher oo�e o�S�.F�n�on
Calnr Colnr Resnlmion
In-ceiling, Ih�Ool Smnked 2 MP 3flX 57230L-FWQ Spectra Enf�7lpSOp 30X Indoorin-Ceiling White Smoked Bubble
ZMP Black White
Clear 2 MP 3flX 5723oL-fV111 Spectra Enh7108Dp 30X Indoor In-Ceil ing White Clear Bubble
In-ceiling, Blaek Black Smoked 2 MP 30X S723DL-YBU Spectra Enh7 1080p 3UX Env In-Ceiling Black 5moked Bubble
Environmental 2MP Clear 2 MP 30}( 57230L-YB1 5pectra Enh71080p 30X Env In-Ceiling 8lack Clear Bu661e
Pendant, Smoked 2 MP 30X 57230L-EWO Spectra Enhl 1flBOp 30X Env Pendant White 5moked Bu661e
Enuironmental2MP White Black -
Cfear 2 MP 3�X 5723�L-EW1 Spectra Enh7 10800 30X Env Pendant White Clear Bubble ,
Pendant, Smoked 2 MP 3�X S723UL-EBU 5pectra Enh7 i08Up 30X Env Pentlant Bfack Smoked Bubble
Environmental2MP Black Black
Clear 2 MP 30X 57230L-EB1 3pectra Enh7 i 080p 3QX Env Pendant Black Clear Bub61e
5moked 4 K 1$X 578f8L-FWO Spectra Enh7 4K 18X Intloor In Ceiling White Smoketl Bu6ble
In-ceiling, Indoor 4K Biack Whiie
Clear 4 K 18X 57818L FW1 SpecEra Enh7 4K 18X Intloor In-Ceiling 1M�ite Clear Buh61e
In ceiling, 81ack Black Smoked 4 K 18X 57818L-YBQ 5pectra Enh7 4K 18X Env In-Ceiling Bfack Smoked 8ubbie
Environmental 4K Clear 4 K 18X S7818L-YB1 Spectra Enh7 4K 9 BX Env In-Cei ling Blaek Clear Bub61e
Pentlant, 5moketl 4 K i SX 5781 BL-EWO Speetra Enh7 4K 18X Env Pendant White Smoked Bubble
Environmental4K �ite Black
Elear 4 K f BX 57818L-EW1 Spectra Enh7 4K 18X Env Pendant White Clear 8ubble
Pendant, 5maked 4 K 187C 5781$1-EBO Spectra Enh7 4K 16X Env Pendant Black 5moked Bub61e
Environmental4K giaek Black
Clear 4 K 18X 57818L-E61 Spectra Enh7 4K 18X Env Pendant Black Clear Bub6le
f �i. " � � - . - ..
2MP and 4K Back Box
B7-F In-ceiling Intloor
B7-F-E In-ceiling, Environmental
B7-PW-E Pendant Environmental, White
B7-PB-E Pendant Enviranmental, Black
*Use the enviranmental Ivwer dames with the
environmental in-ceiling and environmental pendanthack
6oxes.
Pendant Uomes
IWM Series
1WM MKIT
IWM2A Series
PP350/PP351
SWM Series
IDM4012SS-SW
IDMA018-SW
��
High Ueiinition (H�j Lower Dame�
LD7F 0 Intloor.lNhite. Smoked,1080p
LD7F-1 lntloor. White. Clear.1080p
LD7P8-0 Environmental, Black, 5moked,1fleflp
L�7PB-1 Environmental, Black, Clear, 1080p
L�7AF-0 Indvvr, White, Sr�oked, 4K
La7AF-1 Indoor, White, Clear, 4K
LD7APB-0 Er�virortmentaf, Black, Smoked, 4K
LD7APB-1 Enviranmental, Black, Clear, 4K
Wall mount, whice or black finish; can he
adapted for eorner, parapet, or pole
application
Marine kit is tlesigned to p►otect the Spectra
Series dome system mounted to the IWM arm
from galvanic corrosion.
Wall mount, with integral 24 VAC,100 VA
transformer; white or black finish; can be
adapted for corner, parapet or pole
application
Parapet wall/rovf mount
Compact wall mo�nt, white ar black finish;
can 6e adaptedforcomerorpole applieations
Mount arm feed-thru, stainless steel, RAL
9��3
Mount arm feed-thru, white, RAL 9003
Pelco, Inc.
825 W. Alluvial, Fresno, Califomia 93711 United Siates
U5A & Cartada Tel �SQO� 289-9tOfl Fax I$�O) 289-9150
international Tef+1 �559j292-1981 Fax+1 (559y348-1120
www.pelco.cam
Dome Drive
�723pL �p8�p 30X
�7818L AK 18X
f TI�'''4 ' : €
PQE90U1 BT-EUK 9�W HPnE 802.3BT single port injector EU
antl UK power cord inclutled
POE90U18T-U5 90W HPoE 802.38T single port injector U5
power cord included
POE90U] BT 30W HPoE 802.3BT singie part injector power
card not included
WCS]-4 Model �WCS Series) Oatdoor single 24 VAC power supply power
cord not included
ECPS-48VDC-5A 48 V�C indoor pawer supply
In-Ceiling �ames
5C15-P 2' x 2' ceiling panel, aluminum construction;
replaces 2' x 2' cailing tile
SCA1 Support rails for B7-F; for use in ceiling tile
applications
1WARNING: CancerandReproduciive�larm-
wwuv. P65Wa rning s.ca. gov.
�AOVERTENCIA: Cancer y Oano Reproduclivo -
vvww. P 65 Wa mi ngs.ca.g ov.
`,AV�R7lSSElNENT: Canceret Troubles de
1'appareil reproducEeur � x�.P65Warnings.ca.gov,
Pelco and Ihe Pelcn logo are registared trademarks ot Pelcn, fnc.
All product names and services idenli(ietl �hmughouE t�is document ara trademarks or regis[ered
trademarks of their respective companies. The a6sence of a trademaik or regislera�E uademark
lrom this document does not constitute a waiver qi intellectual praperry righls.
Produc[ specrfications and availahiliTy su6ject ro changewithput nolire_
�Copyright 2020, Pelco, Inc. All rights reserved.
��1� Se�°�e�� IVlill��� S�ro�s, ��� I�IU�4�1�'�V��a���
1IV��� NYOUNT, SP�CTRA�, D�a, D��, Af�D S�RI�`M I� S�R1�S DO��S
����iui � � za� �r �:>
� For Lfss with Spectra�, dFS, dFB, and Sarix"" IE 5eries Domes: �
Can Also Be Used with Other Pendant aomes Using 1.5 inch NPT
Threaded Pipe for Mounting
� Canstru�ted of Aluminum {IpM401 Bj and Cast Aluminum
(IWfU� 5eriesj
� Mounts Oirectly ta Vertical Load-Bearing Surface far Wall Maunt Iw�lza-sY
Applications
9 5upports up ta 75 Ib (34 kg}
• lncludes Cable Feedthrough Hole
fWM24 Series Includes Integral 24 VAC,100 VA Transformer for Use
with Spectra and 5arix IE 3eries �ames
� Optional Parapet, Pole, and Carner Adapters are Available
The IWNfi Series, IWHfl24 S�ries, and tDM4D78 indoar/outdoor
wall mounts are designetl primarily for use with Pelco pendant
domes inclutling Spectra�, DF5, DF8, and 5arix"" IE Series. They can
alsa be used with other pendant domes ti�at require 1.5-inch NPT
pipe thread fvr installation. For Sarix IE Series domes, the IWM SR
and IWM24-SR wall mounts require the Sarix IE-P pendant mount
atlapter.
All mounts feature a feedthrough opening in the mounting surface
for easy routing of video antl power cables antl are threatletl for
1.5-in�h NPT pipe, makEng them ready to accept a variety of Pelco
pendant back box madels.
The IWfW24 Series includes an integra124VAG,100 VA transfarmer.
Input power [120 or 240 VAC, 50/60 Hz� ss selecta6le using an internal
slide switch that is easily accessible through a front access cover
pfate. Input wiring can enter the arm from openings in the mounting
pEate or a flexible metal canduit fitting may 6e installed on the bottom
of the mount. When installed with Sarix IE Series domes, the power
from the IWM24-5R mount is used for the dome heater.
The IW�fI Serics, IWiUE24 Seri�s, and IUiVl4D18 mounts can be
attached tlirectlyto any vertical loatl-bearing surface. All mounts are
designed to support up to 75 pounds �34 kg}.
�he IWiVI Series and lWilA24 Series are constructed of cast
aluminum and are available in black, gray, or fight gray finish. The
I�M40]9 is constructed of aluminum and has a gray palyester
powder coat finish. Optional para�et, pole, and corner a�apters are
available.
�
Np7E: UALUES IN PAREN7HESE5 ARE CENFINiETERS;
ALL OTHERS ABE INCHES.
�Memauo�ai s��aa�s ��'�
OiganirationAegis�eredFirm; /����
ISQ90010uaNlySyslem � �
� �S�hnelder Electric
C7.U3 J REVISF.� 10�64 D
I- 13.50 �34.3p]
��
�'■
��4�2 � 0 � ��
���� �fl�l���, SF �G�R�° AI�D ��G�CY� ��APT�R
�roduc� �eaiu�es
A Law Cost
� Rugged Canstructian
fl Supparts up ta 75 Paunds �34 kg�
� Pale Mount Adapter for Specira° and Legacy° Wal] Mounts
(IWM Series, I�M4�98, and LWM41 �
m Design Includes Mounting Studs for nuick, 5imple Installation of
Wall Mnunt
The PA402 is a pole mount adapter designed for use with Spectra�
and Legacy� wall rnounts. For Spectra, DF5, or �FS Series pendant
tlomes, use the IWM Series and lC1M4018 wall mouRt. Far Legacy
positioning systems, use the LWM41 wafl mourt.
The LWM4], IWM Series, or I�M4U1 S wal� mount is se�ured to the
PA402 by four 5/96-inch mounting studs: nuts and split lock
washers are supplied.
ConstrucEed frorn aluminum, the PA402 is eapable of supporting up
to 75 paunds [34 kg] and features a cable feedthrough hole for easy
routing of vitleo and power cables. A block-off plate is includetl fnr
non-feed#hrough outdoor applications.
7he PA402 is for use an poies �aving a 3-inch (7.62 cmE to 8-inch
{Z0.32 cmj diameter.
C274 / REUISEO 1-06
� �
i
- ." +
�
H3.U�
7HR11,
0
�
�
0
�
2.46 2.75
(6.24j [6.98]
r � 7.�0 �
� i�7.�s1
NOTE: VALl1E5 IN PARENTHESES ARE CENTIM€7ERS;
ALL OTHERS ARE INCHES.
��
6rtemai�anal5�andaids ����
Organixatio� 8eg�ste�ed Firm; E���
iso som a�a��iy Sys��
PA402 SHOWN WITH
REM�VABLEBLOCK-OFFPLATE
�
0
MODEi�
PA402 Pole mount atlapter ior IWM Series,
IDM4018 and LWM41 wall mounts
REL�ITED PROUIJCTS
IWM Seties Wall mount with ea61e feedihrough for use
with Spectra�, DF5, or DFS Series pendant
style dnmes. .
IQM4fl1 B Wall mountwith removable frontend cap and
cable feedthraugh for use with Spectra, �F5,
or ��B Series pendant styie domes.
LW�vlq1 Legac� waH m¢unt. For use wiTh Legacy
integratetl positioning systems.
EA4348 EWM adapfer plate. Allows an EWM wall
mounk ta f¢a installed on a PA402 fnr use with
an Esprit� 5eries integrated positioning
system.
r��c�A�ie��
Adapter Mounting
Mounting Method
GEI�EEiAL
Canstructian
Fnish
Maximum Load
Unit Weight
5hipping Weight
Four 5/16-inch mounting studs (nuts and split
loek washers supplied) for attaching LWM41,
IDM4018, EA4348, or 1WN€ Series mount
Slois for mounting straps; three stainless
steel straps supplied. 5traps fit 3-inch
�7.62 cm) to 8 inch {20.32 cm� tliamater poie.
5052H32 aluminum, �.190-inch (4.8 mm�thick
Gray polyester powtler coat
75 ]b (34 kg)
3.48 1611.58 kg)
5 Ib (2.27 kgj
Pelca, Inc. Wnrldwide Headquarters:
35fl0 Pelco Way, Clavis, California 93672-5699 USA
USA & Canada Te[: Isfl�1 Z89�9100 • FAX �800} 269-915�
Iniernatianal Tel: +1 �559j 292 1981 • FAX. +1 {5591 349-7 1 20
www.pelco.com
Pelco, Ehe Pelca dogo, Espri�, Legacy, and Speetra are registered irademarks of Pelm, Inc.
Product specificat[aos and availabfifry su�ject ia cl�an[�e w€fhout notice.
�Capyrighf 2U�6.?elco, Inc All righis roserved-
�
�� 7'echnical Specification �
� f'* l'1 14,� �i� /�f��4I� 4
.;�%-==-dN�iU�'HF�+F8fi1�'COAFBR.lT��d� L�U���V� �5 L��Ll�"Iw�� {
� � � i��� �
i The CX€lC-M & CX06-Mi Sur�e Protective Devices (SPDs) are single Coax 5i'Ds
� in-� len�entin three-sta e h brid technolo The SPDs adcfress overvolta e transients with a
����.; �, � g g Y gY• g
,,�;K�.�_�,;�;- � priinary gas discharge tube (GDT), anc! secondary silicon avalanche diodc (SAD) components.
� � Ovet-current protection, e.g. sneak, and fault cun�ents, arc mitigaked with solid-state resettable
r fuses PTCs. The CX06-M & CXO6-MI SPDs are desi�ned in accc�rdance with NFAA 780
�� �li�'P�•
.�a�, � Yr+� (2004 edition) require�nents, with up to 20kA of surge current capability. The CX06-Ml model
I�as an isolated ground and is recommended for use at tl�e ca�nera end.
Operatiug Voltage SV
C[amping Voltage 6V
Frequency Range 0 to 20MHz
Operating Cu�rent O.15A
SPD Topology 2-port Sei7es
SPD Technology GDT, SAD, w/ Series PTC
Modes af Protcctioii Signal to Ground
Peak Surge Current 2QkA
Tnsertion Loss � 0.1 dB at 2D MHz
VSWR � 1.2
Operating Humidity 0-95 °/u Non-condensing
Operating Temperature -40 C to �85 C
Input Connection Typc BNC, 50/75 Ol�m
Ositput Connection Type BNC, 50/75 Ohm
Mounting Fiange
�nc]osure Type Metal
Dimensions M= I.SH x 1 W x 325L M� = 1.SH x 1 W x 4L
Weight M= 2.� oz MI = 3 oz
Certifications UL 497B,1S0 9001:2000.
Warranty 5 Year
Special �'eatures
Sneak/Fault Cun-ent Protection
Low Insertian Loss
Shielded Case
CX06-MI has an Isolated Ground
i�IDDEi
Madel Descriptian Power Cord
POE75U-1 t1P* 75 watt, single-port PoE injectar No pawer cord
POE75U-1UP US 75 watt, single port PoE inje�tar US pawer eord
POE75U-1UP-EUK 75 watt, single-por[ PoE injectar fU antl UK power card
� A power cord is requiretl for operation, but is noi provitled/shippetl
with this madel.
.i '�1 CRI,
Input Voltage Rating
AC Input Current
Leakage Current
AC Input Freq�aency
AC Inrush Current
Tatal Output Power
Rippie and Regulation
Efficiency
Hold up Time
Trans�Fent OJP Voltage
Protecfian
Over Voltage/Current,
SharC Circuit Pratection
input Gflnnectors
Outpui Cannection
1 �� to 24� VAC ± 1 p%
2 A{RMS} maximum for 90 VAC;
1.2 A[RMS) maximum for 240 VAC
3.5 mA maximum at 254 VAC 60 Hz
47 ta 63 Hz
30 A{RMS} maximum for 115 VAC;
fi0 A{RM5} maximum for 230 VAC
75 W
250 rnV maximum
80°� (typicali at maximum Iqad; 12ff
VAC, 64 Hz
10 milEise�onds minimum; 120 VAG and
max€mum laad
6fl V maximum
Qutputs eq�ipped with s�ort circuit
protection and overload protection as per
602.3af speeifications except maximum
average current is 1.34 A; the autput can 6e
shorted permanently wit#�aut damage
IEC320 inlet 3-pin
4-pair powering for full pawer;
2-pair poweri�g #or IEEE802.3at mode
IEEE 6023af/at
Interoperability
If 25 kahm �Es detected the unit operates in
IEEE802.3at mode; 33.6 W, 2 pair powering;
12.51c tletection resistance requiretl for fuil
�7f]wBf
��i�`fY' "�r�lE� INI�IGATUk; .`l.11VCT'011��
Status/Cnlor Uescription
Green LEd 1 �C power OK
Red LE� fault tletectetl
5olitl Green LE� 2 Power tletectetl connect at 75 W
Flashing Green LE� 2 IEEE802.3at tletectetl connect at 3� W
tYr[tLJ1171r+` '1:11R ,
Operating Temperature
Storage Temperature
Maximurn Humidity GradEent
`I'��� iT`Ulr��
� CE, Class B
e FGC, Class B
� UL/cL1L Listed
—20� 10 40°C {-4° to 104�Fj
—25° ta 65°C {-13° to 149°Fj
�°�a tQ 9�%
��� VALUES IN PARENTH£SES ARE INCHES; ALL OTHERS ARE
CENTIMETERS.
�
x �
� �
M �
�
�,�
0.90
�8 ��� {0j.35
[3.15� ~��
�
�.so
I�4
i�!� = 'v''�, i
0.12 {O.OA}
� �
� �
4.2fi {�.fi7)
4.36
(1.71)
PeEeo hy Schneider Eleetric Peica, the Pelco lopo, and ather tredemarks associateJ witlz Pelcu pr�ducts referred
3500 Pelca Way, Cfovis, Galitamia 93612 5699 United States to ir3 tfiis puhlicatiorz are vademarks ol Pelc�, Inc- nr its affiiiatas. ONUIF and the
USA & Ganada TeE 18flOj Z89-9� 00 F2x {BQ9� 289-915� ONUiF logo are trademarks ot ONVIF Inc. Ali ather pmduct names end
sernces a�e thP properlyof their respective campanies.
Internatianal Tel+t {559j232-1981 Fax+1 j559)348-112fl Productspecificationsandavailallilityaresubjecttochanaewithnuniotice.
www.pelco.sam www.pelca.cam/cammunity mCopyrighs zp95. Pelca. Inc, pll righis reserved.
:i
�
������-1 �� Seroe� A���te� f�r S��c��a° �����c��
75 !.�!l14TT POl��R O11�R �Tb�RIV�T SII�G�� PORi IiVJ�CTOR
�r ■'i, `!� �---� � ;�=1tj :.,..
� 75 Watts af High Po� Power for ihe Outtloor Spectra� Enhancetl PTZ
diagnostic LEi7s
� Broken Wire De#ection
• Proprietary �etection, disconnect, and Overioad
Full Prote�tian
— Quercurrent Protection (QCP)
— Overvoltege Pratectian jOVPj
The PQE75U-1UP Power aver Ethernet {PoE} single port power
injector is designed to meet the demantling data rate and power
requirements ai outdoor Spectra Enhanced IP cameras with
high-quality streaming video capabilities. The injector ofiers total
output power of 75 W, which meets the I�E�802.3af and IEEE802.3at
standards for detection, connection, disconnecEion, antl fault
protection.
The POE7511-1UP power injector is compatible with 10�1�0/
1000Base-T systems. AC input valtage ranges from 1 UO to 240 VAC
with ir�put frequency frnm 47 to 63 Hz. Maximum ou€put load current
is 35D mA at 56 V�C.
f '
!
I SCh11f:11�L'P Electric
In�ernatianal StanJarJs II� '�
OrgamzahonHegis[eredFim, f���
f5fl 9003 Rualiiy Syssem � I'
C4U29/ NEN1 �r1z-15
� � ��
I�Nr��A�4�s�-r�,n55
CF l.L I ll A1� #�Uu I'L F3!�a ��R
�2Ur��El7 +lP��lls=ha It�h#S
�i�a.4{',�� pkG! TlIAl45�}�` I Yrf�1� I#
� �` r...�. ^ 4 �
� � � � ���� � �� �� ���.�� �
.� ,
� s
_ "• - � �
l�igi TransPart° 1NR44 R is a rugged, all-in-one 4G LTE-
Advar€ced mobile cornrnunicatinns snlution with irue
enterprise-tlass rautir�g, security and firewal�. �eaturir�g
a h�a�y-duty cast aluminum enclosure, it offers a f[exi[�le
interface design v�rith an optionai integrated Wi-Fi access
point �with multi SSI�j, USB, seria� and 4-�ort Ethernet
switch, as well as a�ariety of configuration options
including GPS and CAN support.
�hese rou�ers are ideal fortransportation and mobile
applica�ior�s, Flexible power optians include 9-36 V�C
locking barreE or automo�ive Molex connectors fnr direet
integratinn into vehicle applications. Also ideal for mobile
I?u��+,F��J, r�����r�i�l �t c.l,i�.�� t••Ilul,i� � a��rl� �� �, v�lil t.LS�U.JIIL' L�d
{��ff+1111fi I IF11R�P1�!,'s{.'{ I!d'If}� ,311�� Ik{�`1+�.}�� �E`;{iI,IJ4•°,
Ili��i+�,� iiiilv i �it.I�:il��r�Fii�fiiiF��ii��a�a�,i���aiafr �i•lo��l�lt�
�la•O��ll III.I�I� �' �II I 14���;s'l� f����III3GSIIGk"jI�Y
I��i3,•;�r�ir.��� �i�i�? � �.i, j,fflF{k:l�i..ilii 4+�i f I��ir�+.���.�, ��i�in�
[[��7��c}�i,�IJ,�iai�l•I �i��i�l[�Iti�����.�1 �.v�+�l�li
C�icrxilali.� �r�l+��i.ir,�.•.�r�rl�ii�li+��� [�1'i'�.irirl r Ahl wrall�i fl� �acaw{•�
-{.+�11��1,��r �r,f VUi �I"i t,t���,4,►wi��_la fe.,�i�re i��l���ri;�lry r�lly
i�•.���, 117�•hl�,l7,�;1 ;�,�rrl;ys�1+��'•.� fin;l V�iihl [tirlWs7rlx,iv�ti����l',le
I �dlii C;t�liuik►� �al��ik.+�F,�i ��laYtirail���� ��i�i ,�� � �.Feifl�r�l�,�li{,r�,
�.�� �'�I�. �• �11�lhi�h�.�i��il5i`I1� .lfll� �11141�1�.�..�11�r1f111!9� �f5911:.
li���il=niln�M�il���ir."' l , � .�iisa'� ������r �,��Gr�.rilG�ri��l� ��u�il�.1�,G�,
applications is �he cellular ta UUi-Fi autoswitch feature, which
uses [he highest speed jfnwest cns� U1�AN network a�ailable.
All Digi TransPort prnducts offer an ad�anced rou�ing,
security and firewal� feature set incEuding stateful inspection
firewa(I at�d integrated VPN. �nterprise class prQtoco(s
incarpt�rate BGP, QSPF and VRRP-�. Advanced fe�tures
allow the Qigi TransPart to be used as a component of a PCI
comp€iant netuvark.
Digi Rernote Manager� pro�ides easy setup, confiiguration
and maintenance of large installations of Digi TransPort and
third-party devices.
`�
� ,s
� _ _ �-_ �_
. � . �— � S..A...� . � �ii4�'].' �
��wliiF.i.Ess IN r�aaFAce�
Ct l_Li1Lnk'
LTE Advancad CatG:700(Bi2,B13,Li29)j800(B20,62&)/85fl(BS}/90D[8&)/AWS(64)(18iS0(63}/1900(B2,B251/
Z100(87)123ti4{83D#/2500(Q41j(2G00(67]
� 3G HSPA�: S50/900jAiA1S(i300(19LIpj21p0 h1Hz
Transfer rate (�naxS: 300 Mbps down, 50 M6ps up
Approvals: P7CR6, AT&3, Verizon, Vodafone (pendingJ
LTE Caf 4: 8C1(s(8201{900{Bg)fig06(83}/2IQ0(811J250�(67)
HSAA:90Q(2i00�lrHz
EbGE: 900/1800 MHz
Tra€ssfer rate (nzaxj:150 Mbps down, 5o kt6ps up
�TE-Advanced Cat6: 70D(B28)/850(B5,Bt8,6I4)/900(B8}j1500(B211/18t}0(B31j1900(B39)(21f1fl{Bl}(
�600(B7,B38} J2300(B401IZ�p0f B41)
� 3G HSPA+: 800/850f900J1700J2100 h1Hz
Transfer rate (rnax): 30� Mbps down, 50 �bps up
LTE Cai 3: 45i7�633.#/800(8201 j1800(B31/260fS (67)
HSPA+; gpD(2i0p MHz
EDGE: 900/1800 MHz
7ransfer rate (max):1t34 �thps rio4v��, 50 iNbps up
(Z) 5D C] ShtA (Center pin: female)
ti�A+ {2} hii€ti-Slhf {2FF)
S€M stot cover plate
lNl-Fi"
� &U2,ll acja(b(g!n 2,4/S GHz
Access paint, dient and support fpr n�ultiple SSlD
20 dBm k 2.0/ 1.5 d8m
' 54 PA6ps f<-72 dsm and il Mbps !-90 dBrrs
Open or shared key authenticatson; WEP [64- and 128-bit) encryption; WPR/WPA2 with RADIUS (WPA enterprise and pre-shared keys}
(?) 50 [� RP-SMA {center pin: male)
G?5' '
50
-163 dB
NM EA 0183 V2.3 sentence output: +3.3 VDC active antenna drive; NMEA stream to tocal seriat port or over TCP�IP
Galileo ready
' ! SBAS
< 27 secands TiFF {90ao)
<2.5 meters (90°a)
O.lm/s
' llj 50 f� SMA (Center pin: femaie�
Send GPS vfa UC3P; IP, TCP/IP jup to two destinations) or serial; cusromizc and/or send daYa using Pyti3on; GPS status query;
541fiElk IN1�ILf1�Ct5
5E�Pfii
{1) D&3; DCE
R$-232
TXD, RXD, RTS, CTS, �TR, tICD, �SR, RI
Softwaze (XONJXOFF),hardvlaresupported
ETNERNET
{4) RJ-45;10)100 Mbps {auto-sensing}
U56
(1) E15B 2.0 iype fi
QTi-iER
� Opt€on of fleet expansion card
' TransFer ratzs are nehvork operator dependent
" OptionaE harcfcvare.
DfGI.COM ioi` f � ii..
Sd if"! 4Uf�R f
. ::i ��niy,�.�
1�AN+M' �. -
� rx.zt i �
f'UV1EA
i�
p11YSrr. ni
.�, _
� i.. i �
FNV11S;1NAIF N T�LI
digi Remote PAanager' {c€oud based); SNMP vI/v2c(v3 {user installedjnianagedj
Wah interface {H77P/H7TPS); CLI {ieEne[, SSH, SMS, seria) port}
FTP, SFTP, SCP, protocal analyzer with PCAP for Wiresliark, e�ent loggingtivith Syslog ancE SMTP, NTP/SNTP
'2R F.+B NAN6 F„^�"A NiB D6€�? SDRAhd
9-3GUDC
15 W max. 851V typicai
Lockin� harE'el and 4-pin ter.�inal block �2 pins ar�� ii��r� f^- n^+•rrr; th� ^}her Z pins are useci for f��}
140m[nx254[nrnx�i�i;;i"�i' `���ixl0inx1.9in)
1.1 kg �2.41bs�
Power, LAN, Wi-Fi, serial, N1WAN (iink, act, SIM), signal strength
ALuminum alloy/ IP3D
(4} cr.o�;:�tin� slats on the unit's fEan�e
Non-W€-Fi varia��ts: -4t7° C[o 70° C{-40` F to 158' `�1� -;r-!•� ��f� � � 4. i i r�,� �, � i� i o 15S° F� {-4° � to 158° i�, . i: �,I hli-Fi �ariants: -7_0"C to
' ' +50°C ( 4° F to 122" F); �redu�ed ce€lular performance may occur above 6C3" C(14d° F3
r��i•' ' ��d.11 � ' � 4ft'Cto$5°C(40`Fto185°F)
.� _]=.': � ��i�.�n�:l�-ii��i��. „ C[77"F)
� � 1.5kvRM5
� 15 kV
AIRRR�VMLS
PTGRB, NAPRD,03, GCF-CC, R&TTE, EN 301 511
C�G TIAjEIA-59Q, LDG TEA; EIA-98 E
tiL 6f795p, GSA 22,2 No. Gff950. EN6Q95E1
LE, FCC Part 15 Class B, AS/N2S LISPR 22, EN55p24, EN55022 Class B
V2�lIC�2 �15i3�2; �-PVIBfiC EFZe�LS�.?tEp�l 1ii,Q.S�
�N 300 019-2-5 (specifica[ion for environrna��ta) tests for graund vehic[e insta[latians -
covers ten�perature, hefmidiiy, �ibr�tion and shockj
W+1Rf+Ahl TY
3-yearpraductwarranty*�igi Foundations«'"
"' Dfgi Fouridatfons can eaYe3iu the staEidard ti�rca-ycar warrarity to a�imEted �f(et�Ei3e WairzrFty [haC p�ovid�s repiurentent with <r riew nrSi�rF€I�r �igi {�rc�eliaci for �� periad af €ive years 3ram [fie date of ryurchase.
,��� , ���������.�i..'� ��i����:�.c���� ����:.�.�i�.���r������l��:ir�.� . �-tayvareEstE�eMSRPofanequEvalentproductfrom�igi.
���1 �Al�i��
HTTP, HTTPS, FTP, SFTP, SS�, SMTP, SNh}P (vljt2c{�3}, SSH, Telnet and CLI for weh n3ahagemeY�t;
Remote Er�anagement vfa (Jigi Ren��te hlz�nager; SMS rn�nagen�ent, pratocol analyzer, ability ta capture PCAP {or use with Wireshark;
dynDNS; Dynamic DNS client compatibEe with BII�D9jNo-IPJ�yn€3N5
Stateful'€nspection FirewalE with scripting, addressac3d porttranstation;VPN: IPSecwith IKEv1, iKEv2, NATTra�iersai; SSL, SSLv2,
fIP5137, open VPN dient and server; PPTP, L2TP; �5) VPN tunnels {upgradaC�le to a maximum pf 200); Cryptolagy: SHA 1, M�S, RSA;
Encryp[ioEi: DES, 3DE5 and AES up to 256-bit; Authenticatian: RADIUS, TACACS+, SCEP for X.509 cer[iFicates; CoF�tent filtering (via 3r d
party) ; NtAC adclress fitteriitr ,1' �,'.��i . pport; Ethernet pori €soiation
IP pass-through ; NAT, NAPT with IP �ort 4ortvardir�g; Ethernet 6ric{ging; GRE; Mul[icast routing; Rot€ting protocols: PPF, PPPoE, RIP
[vl, vZ105PF, SRI, BGP, iGMP routiEzg (inulticast); RSTP (Rapid Spanning Tree PE�otocol):1P failover: VRRP, VRRP+TM; Aulomatic faitover/
failback ia setond GSivt r�etNlorkistand6y AP�I
DHCP; dynamic DNS dient compatib[e with BINd9fNo-IP(Qynf}N5; Qo5 ��ia 705f�SCPj WRED; Modbus llDPJTCP to seriai; X.25 including
XOT, SNAlIP,TPA� and PA�; PCOtaC�ISLVE[CII; hAodbus 6ridgingfor connectingdiverse fie€d assets
� �i��l � pr�t.r�r;�a��o�r{ � �,��
�� � ,. . _
Q���.��� � � � �
a�� o o "'�a;� - ; �ii_ �=.i�� k.�J.n�
�--- - , , r,.� . . . . . ._
� � I��Sii.:*+_ i+ •I � .� '� .��'�I
{�}a-P��,, fl)15-Pin, (�t s�sa
iar�r 9' �s*'.L. � � '�^"�`'C :r
-_ - --- -. . • -� � �
... _ _ �. , ��
Hosted ir� a coniilzerciai-grade SA5 7Q-certified env€ronment
Superior a�ailab"slity, operating to 99.9�10 or greater
Open APEs availa6le to support application de�e€opme�it
�
Flexible trarisportationJfleet Focused apptica¢ians reqcsiring CA�i bus, J1748, GPS, Non-isolated
diei[at IjO, Ignition Sense, 3 Axis aeceieron�eter, and �ovier control oF Digi TransPort interfaces.
FulEy progranamable via PyYhon for embedded oigi TransPart applications.
- Centtalizedn�anagen�entoFren�o[edevicesover3Gf4GfLTE
- Define standard eonfigur�tions ancl automatically n�onitor inciividual devices
for PCI security con�pliance
- Report and alert of� performance st�tistics, isictudingconnection history,
signal qua(iry, latency, data vsage and packet loss
- No ser�ers orap��icafiions #o operate and mairztain
- CompleCe tasksfor yotirentire device net4vark in rninutes
- EdiE conFigurations and update firn��vare far you€- individua[ devices nr �roups
- Manitorthestatusand Eocation ofyourremotedevice�ia a,veb brnwser
- Active or de�ctivaCe ce[luta; lir�es and monitordata ta ensu�eyo�i never
incur overage charges
Certified SSAE 16 facilities
- over 17S security controls in place Co proteet your data
- Enables compl�ance with securityframe4vor[cs liice PC€, HIPAA, NIST and mare
- Earned SkyHigh's Goud Tr�ast Program highest rari�ing af Fnterprise Ready
The conver�ient, comprehensive and secure way io integr�te 3oT coir�snunications
hard�vare, devi�e rn�nagement software, gioh�l support and li€etime �varranty
protection into a�onnectivity salu[ion to simp[ifyyour toT netwo�k grotvth.
-' �^^ (DRhh) giv2s you a single �aoint o€contaet, commar�d and
cot7trol wvitlt sophistitated remote devtce rnoniforingat�d mat�agerr�enC Cools.
-':i '; ' '"a� ' is availaL�le arnu€7d the tlack, seven days a�reek, araund the
world witl� experts reaciy to provide technicat suppn�Y by phnne, eirtail or online.
-_ - towers the totaE cost of ownership with ha�dware
protection a€id equipment upgrades io expand yocir net4vnrk as €7eeds evolve.
❑igi Foundatior�s, with qRM, simplifies network and device �nanagement - for hunc€reds
or hund€-eds-o�-thousands of Digi or third-party devi�es - with aptions to upgrade as
cecl�nology evol�es. Isn't it time yau got better cannected?
Eor mo��e inforination vis€t: ^ F^ - -
DIGI.COM � � � �.
WR44-MSfl0-AEl-RF DigiTransPort WR44 R-4G LTE NorthAmerica�EMEA,4 Ethernef, Wi-Fi, RS-232
WR44-MSFl-AEI-RF Digi TransPort WR44 R- 4G LTE Narth America/EMEA, 4 Ethernet, Wi-Fi, RS-232, GNSS, CAN
WR44-I.900-A�7.-RF Digi 7rans!'arf WR-04 R- 4G L7E flPAC}lA7�M, 4 Ethernet, Wi-Fi, RS-232
wRa4-�9�i-pEi-RF ti��,,i 7ransPart W R44 R- 4G L7E APAC/LA7Ah�1, 4 Etherr�et, Wi-Fi, RS-232, GN55, CAN
WR4a-M2F�-nrEi-RF Digi TransPart 1NR44 R- 4G L7E E�7EA;i1PAC (45[3 MHZ}, h Ethernet, Wi-Fi, RS-232, GNSS, CAN
WR44 M700 CEl-RF Digi TransPort N1R4� R-�3G LTE EMEA/APAC, 4 Ethemet, RS-232
� ' 1 ` + ' � `
DGF-80L-STAN-lYR �i�i FoUndation5 add-on, 1 year, ir�ciudes Expert SUppprC, Digi RemoCe hianager, and Limited Lifetime WarranCy
oGF-aPt-STAN-3YR �igi Fou€�dations add-on,3years, includes Expert Support, digi Remate �+anager, and Limited Lifetime Warranty
DGF-eot-STAi�-SYR aigi Foundations add-on,5years, incl��cles Expert Suppart, Digi Remote €�anager, and Limited LifetimelNarranty
760009&2
76002DS#}
76000945
7600�9SQ
760U0926
76000842
76000954
7600D848
76000816
760U0904
76000823
7600D82&
°So[d separately, unless otheruuise noCed.
Accessory kit- Dlgi TransPort WR�}4 R
Ac�essory kit -AC power, std temperature, inf't plugs
Antenna - WiFi, tai�Ee-to� n,nt; r,� ,;�� ��ri.' �ry n i r hz
Antenna - ceii��lar, 450 MNz
Antenna - ceilular, 3G(�G/LiE
Antenna, actiue GP5,1575 IvIHz
Antenna base - SMA,1 m, RG174
DC power cord - 4-pin connector to 6are wire, 4 m
RC pov,+er supp(y - 78 V�C., extendad temp. NEMA 5-15P (lJS} to 4-pin connectnr.
AC power supp(y - i8 VOC, ex[ended temp. NENA 5-15P (El1) ta 4-pi� con��ecfor
AC power supp(y - std ternper�ture, uniwersal plugs (US, EIJ, UK, Al1j to 12 V�C - 2.1 mn� €ocking barret plug
Cable - Ethetnei, RJ-45 Co RJ-45, 2 nt
��F� h��l�� ��F��1�l�T��IV
�L���� V��NT
�IGI SEiiVICE AND SUPPORT /You can purchasa with conFidence knowingthat �igi D]GI INTERiVATiONA[. WoRLf�WIDE HQ i}IGl INTERISATIONAL SINGAPi]RE
is alvvays availa6ie to serveyau with expert tech�icaE support and ourindustry 877-912-3444/952-412-3444 / +65-6213-5380
[eading warranty. Fordetailed inFormatiort visit www.digi.cam,�support. p)�,I INTERNAT[OtVAL GERhiANY CliGi INTER[SATIONAL CHINA
� 199G-�019 Digi Internation�E lnc. Al( rights reserved. +49-89-54D-42B-0 +86-21-5Q492195/www.digi.corr€.cn
All trader�arks are the prnperty af the3r respective owners.
910016A3 01611NTER�VAT[OtVALJAPAN � � � I
E��l�l� +SI-3'S�I2$'02�� I WLVLif.Cllal'IiItE.CO.J�J
�rr�a�r�a�k 1��an7'ril�v�r �i��c� S���� ��0 Ib 1 1�
�c� ca���i��; 1��in. 1305 rnnl d�ptin.)
MODEL NUMBER: SRS��LF2P111
�
Description
Fixed Shelf, 1 U Cantilever mount, Cold ro�led steel wiEh black finish. Required mounting hardware
incfuded. Supporis up to 40 Ibs.
Use lwo shel�es back to foack to create a deep fixed shelf in 2PE)ST racks.
�eatures
� 1 U Cantilever mount fixed shelf
• Coid rolled steel wi#h bfack finish
o Supports up to 40 IbRequired mounting hardware included
� Use two shel�es back to 6ack ta create a deep fixed shelf in 2P05T raeks
���:��E ��������
�V�RVI@4Y
UPC Code
P�#Y�lCAL
Shipping Dimensions (hwd / in.)
5hipping Dimensions (hwd 1 cm)
5hipping Weighi {Ibs.)
5hipping Weight (kg}
Unit Dimensions (hwd 1 in.)
037332154705
2.36x19.88x12.80
5.59 x 5�.50 x 32.51
4.14
1.86
1.75x19x'i2
High�ights
Fixed S}Eetf. 1 U Carsb�ou$r rnc��,ni.
Required nloldn:lrlg rtarrsw�fo
int hii4�d'J. �f'� pnyl eack
comps4Fblef2 on�ft sholi
dLr�}lflCRlfk1��7'�ief �1L�� SiF��70fL5
niisnll+7fg ann n1liflf Pr�aii�,�T��nlCnln
rolled si�al witn �I��k fir�iul�.U�e
twe strel�+qs b�,�k Iv l�,rick kcs �r�a1c�
, rle�� hxe�� 41�e1� In !F'C7S1' rsCks
P�cka�e Enclurl��
i Sl,a�f �,r�rJ a�3ow�t�, c� h�rdr�:ire
iJnit Qimensions (hwd ! cm)
Unii Weighi (Ibs.)
iJnii WeighY (kg)
W11#iFiAN tY
Product Warranty Period
(V1lorldwide)
4.45 x 48.26 x 30.48
3.5
1.59
5-year limited warranty
�
O 2019 Tripp Lite. All rights reserved. All product and corr�pany names are tradernarks or regisiered trademarks of their respecfi�e hoiders. Use of them does
not imply any affi€iation with or endorsement by the�n. Tripp Liie has a policy of continuous impro�ement. Specitications are subjec# to change without notice.
Tripp Lite uses prirrsary and th€ird-party agencies to test its products for cnmpliance with standards. See a list of Tripp Lite's iesting agencies:
https:Nwww.tripplite.comlproductslproduct-certification-ag.,encies
Two Antennas per �
rnodem. Mounted
to the top ak both
�side of the c�b�n�i
on the sfoped
Si11"faCB
�r
�,P�nlm�%
� Rok�ust panel maunt ar�tenna
• Efficient 2G/3G/4G and 3.$GHz 5G coverage
• �asyto insta[E
The Panorama LPB low profile antenna range has been
designed to perform even in extreme enviroments. At onfy
82mm {3.22"} high and protected by a robust high impact
radome the antenna is almost imper�ious to daily wear,
tear and impaet.
The LRB ofFers excellent performance across a wide
bandwith. Mounted on a 400 x aQOmm groundplane the
LPB co�ers public safety/ LTE frequencies across 700 and
800MHz as wefl as all global cellular frequencies from
698-950 MHz and 1710-3800MHz making it an extremely
versatile prociucY.
Supplied with a convenient adhesive pad and either a short
pigtaif for connection to a cable extension or an integra#ed
5m (17'} fow loss cable run the antenna is cost effective ta
install and adaptable to any install environment.
. . LPB-7-27-SSP Shown
� �•
•
Panorama Antennas �td
Frogmore, Londan, SW181HF, United Kingdam
T: +44 (p�20 9877 4444 � F. +44 (0)ZO 8877 4477
E: saies(,apanorama-antennas.com
W: www.pannrama-antennas.mm
- -tiV7�RNAL SHAK� t'�tdbF= WA5H�R.
M14 HAi.F N41T
—�.pm�� C:5'l9 (:C�AX
CABLE 0.5M L�NG
SMA PLUG
PA1�4RAh���A�'�f�1t�AS
Page 1
Walvec The dala gfven above is indicative af the
performance of the producUs under part�ular
conditlons and does not imp€y a guarantee of periormance.
These specificatinns are su6ject to change without notice.
CopyrigFt � Panorama Antennas Ltd. All rights reserved.
.:3.� i:i�i; 1's
s
:#
�
��
Typical VSWft � , ,
3.5�._�--�-'h'1--�--.-� �- �-_'3__ _�i_-, 7..-�....� .
I I i
I S I i [ i E I
i i i � � i
3 - - _� _ __ . .. _ ..'tt - - --- .. _ _.._ _ _ .'_ . _ t- - -;- ' - t - _ _ � . ,
• i � ti i � i � , � • � • i i
! 1 � � E , i � i � i �
, � � � v - i �
�- � � � �
2.5 . .. .. ..i.. ... . 'J _ _ .. F:' �,. ._ _ �.� ... � _� _ .. ._ .l w .. ._ L .. _. _ �, .. .. J _. _ _ ! _ . .. E._ .. _ i , . a - - - .. . _ _ i. _ _ .
' � i } E � I ! 1 _ ! ! {
i - . E z E � I t 5 � I i ! ( � I
, i i E i t I � � 3 ' - � I
� i f I . � - � I � i
Z_ _ _ . � .- f' _ ' , _ _ _ _ _ �
i i 1 { � � � � i � E i � I
1 ! � � 3 i
�� 1 f �iw y I � ' F'� � I ' , f
I.S �l . . . , _ t, . : _ � � _� � , - l' _ ' _ ' � �_4.. _ l . � . } .
t '
� � . � o' . . , � ti � � ��`R ._i �
� , i � e , i � �__. � . - � i i ` f�i :, e � ; .
_ ' � t ! � I f ' � � ! I � i�
i41� /d0' II�.O li4d 17Y�1 fl�� 1Tid i,4Q0 �.1V/ f'J��l Li�O Clq41 }fd� j}pQ }_�,y,� jry�y jj�OQ
*VSWR roeasured on 440x400mm (15"x15"� ground plane with Sm {16'� nFC529 cahle.
frequency Range (N�Hz}
operativnal Band
698-950Mi�z
Peak Realised
17iaz�ao �rnrtz
Gain: fsotropic*
3400-3800 MHz
VSWR
Polarisation
Patte rn
]mpedance
Max knput Power �W)
Oimensions Height
{mm] Diameter
Operating Temp (°C)
Nlaterial
Colaur
3ngress Protectlon
Fixing
Haie Diameter {mm]
Max Pahei Thckness (mm)
Weight {g}
Type
Oiameter (mm}
iength [m}
Termination
L€'B-7-27-OSSP
LPB-7-27-SSP
698-960 / 1710-3800
740/SOQ/900/1800/190�/210D/24fl0/2600/3600
3dBi
SdBi
8dBi
<2.5:1
Ver�ical
Omni-directional
SOSZ
30
125
0.5 (1.5'}
SMA plug
` Peafe gain simulated in GST microwave studio on a gmund plane exciuding cab€e loss
82 �3.22"�
48{1.89"�
40° / +8D° C ( -40" / 176"F ]
ASA
Blaek
{Pfi5
Panel rt�ounC
ia �os"}
13 (0.5"J
C529 (dou6le shielded RG58)
5(0.19"�
Panorama Antennas Ltd � � � fl � � � � � � � � � �t � � S
Frogmore, London, SW181HF, Unf[ed Kingdom
T: +44 [a120 8877 4444 �€: +44 (6120 8877 44 77
E: sales@panorema-ansennas.com Page 2
W: www.panorama-antennas.com
300
5{17')
SMA plug
Waiver: TFe data given ahove Is indi�ative of the
per(armance of the product/s �reder particular
condiHons and does not imply a guarantee of performance.
These specifications are subject to change without notice.
CopyrigF[ 0 Panorama Antennas Ltd. Aii ngh[s reserved.
7���.i•..::7;Y3
� � �
i� ' I �
3U Gain Ploi (2l06MHz)
^ n
�M
;, �
� ,v r
� �
� _.
�� ^R�
�I
i�
3Q Gain Plot {2400MHzj
:��� -�- .
�
�. �� „ , ni
' �� - �
.� ��t� � �.p:p
•I'� I
� , �
t' ti_
3� Gain Plat (2600MHz)
-1 ���
� ' � MI
.�: �
. �. r� ' t:
��=r�. '��
,�
3� Gain Plot {36poMHz)
{�+' ! - A ;'��
+' +.
. •-. y <<
r �~�'w.� .� ,
�--�. - .
Typical E Plane (850MHz) iypical H Plane [850MHzj Typical E Plane (9ooMHz) Typical H Plane (900MHz}
a o o °
w
� ",�-k _� � �� - =�'�� :� � � _ --��_- �.,�, �,�
Ji..ry . � r...�- _ ���� �� � �_ °� � •� �a �` f} . �` \.•
, � �., � . �� �� _ � .� .t � �ti � z a � `�k �� �, + ; �-�_. , �� �x °
/ J ' 3�'ti '.� �m, � i ti. , v
//. .� � ' w'fi . " ' �•1 1 � f � � \ � � �
Pf(_ ; , ' } �i� �, ! ; •.F' ���y- �' ` i � �4� f I ` ���� i � ` A� I.�Ir4' I •. - �. � .\� . jA
E t ' /' ! ` t {,' ��` ' � �.. f : � r , � s .,�6., t � ;
no> l� r- r y�u aro�-' 1 �' t. � � �ro'', f f�y"� ����_� �� uoc �._ �` l 1 � '''_;90
� t-��, � a � ��__. '� E , �,� [ � '`�,�% C3 � t �1... !"1�� t�.0
E i'` / •r . -� �� ,. ' � <r. ,�� �.` ! ti` .. �.' r !
4� �,/'- �*C� t A \� \ . . ��✓ "/�.' u��wr '� .� 4' � � . . �j.F � � � \ � ��.._� ' ', �r"rs
���� __ � �. '�-` " " 4. � ``— _ = •` .
� •,�-�,�_.' ,. �, �. �� - _l '' :,. `�,,����-- - `.,%,»
D��� !iv ,� . . . � .' �'4. � �r w` m , 5»
m' - � ^ i�"-��. _ �.'Gi .• rs .
180 � � 3� lgp E� r
Typical E Piahe {1800MHz) Typical H Pfane (1800NFHz] Typical E Plane j2000MHz) 3'Vp«al H P]ane {2o�aMHzJ
p o p 0
.s_.. � _- � _ - -r� �'� m . ,� - . oe v,,_..-�—,..."w
� ` u7 „�m�. N � �` �- _ ' �
� ��� :r: , j� _ti 7. \ m, .
1�\ y # ''i 'j' �" \
' � ^1 �` �� l � f" `"�'.� .� � , Y� {' �'k� �`` � .� � / . !-. �, � r
� �-" ` L ` \. . , .. 1 � r.+ , . 1n.;- • ` \' � n i' �! '^'",,-�n; ' ', � � .�
�. . �� �\ u �� ; '. . � ��� � � {� � �5 � � � ��
� :,' ; !�'�t i � r- :b' \ �. 3 -f 51•k ' , � t ! r t u•. � 4
r. .� � .s i � ` f r � + � I 5 � 4 { r � 1.
vc� i � ; k � =yp ��e� - � , -j.'-i�o t�as- ..(. � �- ; ;lsa x�of _ � � ! ;n�
��_ . ` S t c r J t � `� �� ..� � '' � '
r � .. v� � ; � � 5 � � r 1 J 4 ' � \ `'''�', v � �. ' i-� ,?'� 1 S �.`_ • ; � f ,. J�
. �„� �. �: I.,s v � �. -. � �: .r . � \.�� ,r
` .sA �� , -F W� .\ '� , " �. f"
i. i+ � y `' "`,`��e • � �o • Y, ��] � • �``�`� ��� r''y
�. .. ` yj —..�.J. yf ` �� •' ,l �\. � - � •' �N
! 1� � FS(I �3�....;� ._t�..
Typical E Plane �2600MHi) Typfca! N Pfane {2SOOMHz) Typical E Plane �3600MNz) Typical H Plane j3600MHz)
� - � ,. - •� --' -� ,�,:
-- - ._ �„--- �_� -'; .� �R�`- - `�:
� j � �`� r ' ? �`�� . �; ° ��". �.�;! ..���� ':��i� � -� �� 1
, r�„ �- .: -.�., � '�, � Y . - �;-_.� � � • _. ' . . e� �' . �
�• l. : �•�4...�' F.� ti. .,' a� , r .. '' �..,,�•' `t .`` s. � {F.`F%tiy �`��f•.`'�� • � �, w., .
os[ '! t . , 4� 1� '1 �,`M1ry l ' r � �F. •: �•4., �.' '�5 'in 9ek � !. �� ' � n � i �' �_
�
, � _
+ . . • • /. �
r -., . ,,t..1 `�
� r f � � - � ��— � ,.
z�a_..:.-� f--.--.1 �� ;r�'. �: ,yo 27a �-� � E_� � :yo _�, _ -�' '
� .-� .r:,�� � . . . r }� ` ��- r
.. ` ., 3 � -�-- �.T.� j _ 4 i�:��:.A7.
�; �,�i_ � '' j'' `� . r �'-.� ��t � '�, . ��' �-- � � � E �� F / - im
� . �`-�,. __ � „Y ( �� i �.- � e''{' L \ N�1 �
y`�4 ���~ - � ��+ � ," '�� ��� \ �. � _{:� f '�
�:.t` �`.. � u� n . . " af��„ti } T `� _ �Y' r : N �W
/
M�qY� -t" ,_ � S$If - w »t � T l, l % iqW�_...-. '�. iY�
..l� �-�. �.....�y� +w- v ..ar'.
Pannrama Antennas Ltd P A N 0 R A A4 A�!F 7T % L� �l !y H S Waiver. The data glven a6ove is indiwdve oF Yhe
Frogmore, Landon, SW]8 FHF, llnited Kingdom perFormance oF the product/s under parti�u€ar
condlhons arsd does not imply a guarantee of perFormance.
T: M4 (0)30 SS77 4444 I�� *� IOj20 8877 4477 These SR�cihcahons are suh�ect m[hange without noticz.
E: sales@panorama-arrtennas.com page 3 C�pynGht �1 Panorama Antennas LFd. All righis reserved.
W: wwur.panorama�antennas.com �"s!:. ` ��r,' 3'� '
w All measurements taken on a 40� x 400mm groundplane with O.Sm of cahle
30 Gain Plot (700MHz� 3o Gain Plot [800MHzy 3b Gain Flot (900MHx) 3D Gain Plot (1&OOMHz)