Loading...
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)