Loading...
HomeMy WebLinkAboutContract 53451CITY SECRETARY c:: 3 u. 5 \ CO NTRACT NO .~; J~-'--...l...1.=....1.--- CONTRACTOR SERVICES AGREEMENT STREETLIGHTS REPAIR/REPLACEMENT This CONTRACTOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, acting by and through its duly authorized Assistant City Manager, and Citelum US, Inc. ("Contractor"), an entity authorized to perform work in Texas, acting by and through its duly authorized CEO. This Agreement shall be effective as of the Effective Date established herein. AGREEMENT DOCUMENTS: The documents comprising this Contractor Services Agreement shall include the following: I. Attachment A -The City's RFP; 2 . Attachment B -Contractor's Response to RFP; 3. Attachment C -Price Schedule; 4. Attachment D -Verification of Signature Authority Form; 5. Attachment E -Standard General Conditions of the Construction Contract; and 6. Attachment F -Standard Insurance Requirements . Exhibits A -F, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes . In the event of any conflict between the terms and conditions of Exhibits A, B , D or E and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. SCOPE OF SERVICES. Contractor hereby agrees to provide project management, assessments and construction services for street light installation/repair and LED conversions (Area 2) for the City of Fort Worth Transportation and Public Works Department as per Attachments A-C which more specifically describe the services to be provided hereunder. 2. TERM. This Agreement is effective as of the date subscribed below by the City's designated Assistant City Manager ("Effective Date") and shall expire 730 days from the date Notice to Proceed is provided by the City ("Expiration Date") or completion of the Work. The Agreement may be renewed under the same terms and conditions for up to three (3) one-year renewal periods, at the City's sole discretion , each renewal period being subject to funding availability. City will provide Contractor with notice of intent to renew at least 60 days before the Expiration Date of the Agreement or an y renewal period. However, if funds are not appropriated, the City may cancel the Agreement 30 calendar day s after providing written notification to the Contractor. 3. COMPENSATION. City shall pay Contractor as per the fee schedule and in accordance with the provisions of this Agreement and Attachment C . Total payment made under this Agreement in the first term shall be the amount up to $989,875.07 ("Contract Amount"). The Contract Amount shall be in the amount up to $494,937.54 in any subsequent renewal period however Contractor may submit a revi sed Attachment B to reflect reasonable increase d labor or materials costs, if any, within 60 days o r--;h-i"Prri~!fl-fflnFPi Contractor shall not perform any additional services or bill for expenses incurred fo STREET LIGHTS REPAIR-REPLACE Contractor Services Agreement CITY SECRETARY F"!.ll >ll 11T UIIIITH, TX this Agreement unless City requests and approves in writing the additional costs for s uch services. City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless City first approves such expenses in writing. 4. TERMINATION. Provi s ions for termination are found in Attachment E within Article 15. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. 5 .1 Disclosure of Conflicts. Contractor hereby warrants to City that Contractor has made full disclosure in writing of any existing or potential conflicts of interest related to Contractor's serv ice s under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to City in writing. 5 .2 Confidential Information. Contractor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by City ("City Information ") as confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Unauthorized Acce ss. Contractor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access , modify, delete or otherwise corrupt City Information in any way . Contractor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Contractor shall , in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect s uch C ity Information from further unauthorized disclosure . 6. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Contractor shall operate as an independent Contractor as to all ri ghts and privileges and work performed under this Agreement, and not as an agent, repre sentative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Contractor shall have the exclusive right to control the details of its operations and activities and shall be so lel y responsible for the acts and omissions of its officers, agents , servants, employees, consultants and subContractors. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agent s, servants and employees , and Contractor, its officers, agents, employees, servants, Contractors and subContractors . Contractor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Contractor. It is further understood that City shall in no way be considered a Co-employer or a Joint employer of Contractor or any officers, agents, servants, employees or s ubContractor of Contractor. Neither Contractor, nor any officers , agents, servants, employees or subContractor of Co ntractor shall be entitled to any employment benefits from City. Contractor shall be responsible and liable for any and a ll payment and reporting of taxes on behalf of itself, and any of it s officers, agents, servants, employees or subcontractor. 7. LIABILITY. CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), STREET LIGHTS REPAIR-REPLACE Contractor Services Agreement Page 2 of 14 MALFEASANCE OR INTENTIONAL MISCONDUCT OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8. INDEMNIFICATION. Terms of indemnification are as provided in Attachment Eat section 6.21. 9. ASSIGNMENT AND SUBCONTRACTING. 9.1 Assignment. Contractor shall not assign any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee shall execute a written agreement with City and Contractor under which the assignee agrees to be bound by the duties and obligations of Contractor under this Agreement. Contractor and assignee shall be jointly 1 iable for all obligations of Contractor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, sub Contractor shall execute a written agreement with Contractor referencing this Agreement under which sub Contractor shall agree to be bound by the duties and obligations of Contractor under this Agreement as such duties and obligations may apply. Contractor shall , upon request, provide City with a fully executed copy of any such subcontract. 10. INSURANCE. Contractor shall provide City with certificate(s) of insurance documenting policies of the types and minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement as provided for in Attachment F. 11. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS. Contractor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal , state and local laws, ordinances, rules and regulations. If City notifies Contractor of any violation of such laws , ordinances, rules or regulations , Contractor shall immediately desist from and correct the violation . Contractor shall also abide by all provisions pertinent to this paragraph as are recited in Attachment E. 12. NON-DISCRIMINATION COVENANT. In addition to those Non-Discrimination provisions found in Attachment E, Contractor, for itself, its personal representatives , assigns, subContractors and successors in interest, as part of the consideration herein , agrees that in the performance of Contractor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF TIDS NON- DISCRIMINATION COVENANT BY CONTRACTOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBCONTRACTORS OR SUCCESSORS IN INTEREST, CONTRACTOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. NOTICES. STREET LIGHTS REPAIR-REPLACE Contractor Services Agreement Page 3 of 14 Notices required pursuant to the provisions of this Agreement shall be conclusively detennined to have be e n delivered when (1) hand-delivered to the other party , it s agents, employees, servants or representatives , (2) delivered by electronic means with electronic confirmation of the transmission , or (3) received by the other party by United States Mail, registered , return receipt requested , addressed as follows: To CITY: City of Fort Worth Attn: Project Manager 's Name and Title 200 Texas Street Fort Worth , TX 76102-6314 Facsimile: (817) 392-8654 To CONTRACTOR: Contractor business name Citelum US Inc. 3801 Kirby Dr., Suite 400 Houston TX 76115 Phone: 346-802-3868 Facsimile: ------------ With copy to Fort Worth Attorney 's Office at same address City Email: shorwitch@ citelum.com 14. SOLICITATION OF EMPLOYEES. Neither City nor Contractor shall , during the term of this Agreement and additionally for a period of one year after its termination , solicit for employment or employ, whether as employee or independent Contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision shall not apply to an employee of either party who independently responds to a general solicitation of advertisement of employment by either party. 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. NO WAIVER. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. GOVERNING LAW /VENUE. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action , whether real or asserted , at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Tex as or the United States Di strict Court for the Northern Di strict of Texas, Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid , illegal or unenforceable, the validity, legality and enforceability of the remaining provi sions shall not in any way be affected or impaired. STREET LIGHTS REPAIR-REPLACE Contractor Services Agreement Page 4 of 14 19. FORCE MAJEURE. City and Contractor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control , including, but not limited to, acts of the public enemy, fires, strikes, lockouts , natural disasters, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have had an opportunity to review and revise this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or its Attachments. 22. AMENDMENTS/ MODIFICATIONS/ EXTENSIONS. No amendment, modification, or extension of this Agreement shall be binding upon a party hereto unl ess se t forth in a written instrument, which is executed by an authorized representative of each party. 23. ENTIRETY OF AGREEMENT. This Agreement, including its attachments , contains the ent ire understanding and agreement between City and Contractor, their assigns and successors in interest, as to the matters contained herein . Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. COUNTERPARTS. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 25. WARRANTY. Contractor warrants that its services will be of a professional quality and conform to generally prevailing industry standards . C ity must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed . In s uch event, at Contractor's option, Contractor shall either (a) use commercially reasonable efforts to re-perfor m the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Contractor for the nonconforming services . Contractor warrants that it will perform all services under this contract in a safe, efficient lawful manner using industry accepted practices, and in full compliance with all applicable sta and federal laws governing its activities and is under no restraint or order which would prohibit per·-tn<,-n-1°171 of serv ices under this contract. STREET LIGHTS REPAIR-REPLACE Contractor Services Agreement Page 5 of 14 26. IMMIGRATION NATIONALITY ACT. City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination . Contractor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Contractor shall complete the Employment Eligibility Verification Form (I-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Contractor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement. Contractor shall indemnify City from any penalties or liabilities du e to violations of this provision . City shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 27. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTI ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 28. OWNERSHIP OF WORK PRODUCT. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides , and documentation , created, published, displayed, and/or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City shall be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product shall inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product shall be considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended. lfand to the extent such Work Product, or any part thereof, is not considered a "work-made-for-hire" within the mean ing of the Copyright Act of 1976 , as amended, Contractor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights ofretention thereto on the part of City. 29. LICENSES AND PERMITS. Contractor certifies that on the day work is lo commence under this contract, and during the dur 10n of the contract, it shall have and maintain current valid and appropriate federal and state licenses p rmits necessary for the provision of services under this contract. STREET LIGHTS REPAIR-REPLACE Contractor Services Agreement Page 6 of 14 Contractor also certifies that if it uses any subcontractor in the performance of this agreement, that such subcontractor shall have and maintain current valid and appropriate federal and state licenses and pennits necessary for the provision of services under this contract. 30. CHANGE IN COMP ANY NAME OR OWNERSHIP Contractor shall notify City's Project Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Contractor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copyA of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments . 31. SIGNATURE AUTHORITY. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Contractor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached ~to as Attachment D . Each party is fully entitled to rely on these warranties and representations in yr · g in this Agreement or any amendment hereto. ( STREET LIGHTS REPAIR-REPLACE Contractor Services Agreement (signature page follows) Page 7 of 14 ACCORDINGLY, the parties hereto have duly executed this Agreement and established the Effective Date as being the date subscribed by the City's designated Assistant City Manager . ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: Cf_ ;J( By: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including Name: .le 3 t1 3 J. GRapa. "'D-ilol.+ i3ttt1.6lf+IA,,Ol"'ir:'ensuring all performance and reporting Title: Assistant City Manager Date : APPROVAL RECOMMENDED: By lJAli · ( )} Name~P~ Title : V ,' _--rf '1) Department Director By: CONTRACTOR: Contractor Business Nam By: STREET LIGHTS REPAIR-REPLACE Contractor Services Agreement requirements. By : Name: ~-~J-\to-r-- Title : =-P ~ ..lie )--/~v-y- APPROVED AS TO FORM AND LEGALITY: By · -~~ arne:Dougia; W Black Title: Sr. Assistant City Attorney OFFI ORD CITY SECRETARY FT. WORTH, TX ATTACHMENT A REQUEST FOR PROPOSALS FORT WORTH ® PURCHASING DIVISION REQUEST FOR PROPOSAL (RFP) for PROJECT MA 1AGEMENT AN D ASSESSMENTS FOR STREET LIGHT I STALLATION SERVICES AND LED CO VE RSIO S RFP No.19 -0080 Issued: February 13, 2019 OFFERS SUBMISSION DEADLINE: ******* Thursday, March 28, 2012 by J ;30PM Local Tjme ******* NO LATE OFFERS SHALL BE ACCEPTED RESPONSES SHAI,I, BE PEJ,JYEREP TO; RESPONSES SHALL BE MAILED TO; CITY OF FORT WORTH PURCHASING DIVISION CITY OF FORT WORTH PURCHA SING DIVISION LOWER LEVEL LOWER LEVEL 200 TEXAS STREET 200 TEXAS STREET FORT WORTH , TEXAS 76102-6314 FORT WORTH, TEXAS 76102-6314 Pre-Proposal Conference shall be held: NAME AND ADDRESS OF COMP ANY Tuesday, March 12 , 2019, 10:00 A.M. (Local Time), at SUBMITTING PROPOSAL: 5001 James A venue, Fort Worth 76115, in the Training Conference Room ********************************************** FOR ADDITIONAL INFORMATION REGARDING THIS RFP PLEASE CONTACT : Contact Person: Sheila Baker, Purchasing Supervisor Title: sheila.baker(a),FortWorthTexas.i:;ov *********************************************** Phone: ( ) RET URN THIS COVER SHEET WITH RESPONSE TO : Fax: ( ) Sheila Baker, Purchasing Buyer Email: Purchasing Division Signature : 200 Texas Street, Lower Level Fort Worth, Texas 76102-6314 Printed Name: Shall contract be available for Cooperative Agreement use? (See Section 27, page 7) Yes __ No __ Acknowledgment of Addenda: #1 #2 #3 #4 #5 Request for Proposals City of Fort Worth (City) is requesting proposals for non-exclus ive contractor services agreements ("Services Agreement") for project management, assessments and street light installation services, including LED conversions, for the City of Fort Worth Transportation and Public Works (TPW) Department 's Traffic Management Division. The successful proposer(s) will those firms that provide the best value to TPW for these services Each Services Agreement will be for an initial one-year period with up to fo ur optional renewals. The s uccessful proposers' project work areas (as outlined below) w ill be assigned to s uccessful proposers by the Traffic Management Division and task orders will be iss ued by the Traffic Management Division for work within each work area. The City's overall first -year project budget is $4 ,2 00 ,000.00. Renewals will be s ubject to subsequently appropriated funds. 1.0 SUBMISSION OF PROPOSALS 1.1 One (1) original, four (4) copies ·and one (1) US B flash drive of all Offer documents shall be s ubmitted in seale d packages . Proposer's name and address should be marked on the outside of the envelope. Facsimile transmittals or offers communicated by telephone wi ll not be accepted or considered. Propo sal information that is not submitted in seale d packages will not be considered. 1.2 Mail or DeJiyer Responses to the Followin2 Address: Ci ty of Fort Worth Purchasing Divi sion 200 Texas Street, Lower Level Fort Worth, Texas 76 102 2.0 DELIVERY OF PROPOSALS Proposals must be received in the City of Fort Worth 's Purchasing Division no later than 1:30 p.m., March 28 , 2019 . The submitting Proposer is responsible for the means of deli vering the proposals to the location listed in paragraph 1.2 on time. Delays due to any instrumentality used to transmit the Proposals includin g delay occasioned by the Propo ser or the City of Fort Worth 's internal mai lin g system will be the responsibility of the Proposer. Proposals must be completed and delivered in sufficient time to avo id disqu~ification for lateness due to difficultie s in delivery. The time and date stamp clock in City of Fort Worth (C it y) Purch asi ng Division is the official clock for determining whether su bmittal s are submitted timely. Late Proposal documents will not be accepted under any circumstances. 3.0 PROPRIETARY INFORMATION 3.1 If a Proposer does not desire proprietary information in the Propo sal to be disclosed , it is required to identify all proprietary information in the Proposal. This identification wi ll be done by individuall y marking each page w ith the words "Proprietary In formatio n" on which such proprietary information is found . If the Proposer fails to identify proprietary RFP No . 19-0080 , Project Management and Assessments for Street Light Installation Services and LED Conversions Page 2 of 12 information, it agrees that by submission of its Proposal that those sections shall be deemed non-proprietary and made available upon public request. 3.2 Proposers are advised that the City, to the extent permitted by law, will protect the confidentiality of their Proposals. Proposer shall consider the implications of the Texas Public Information Act, particularly after the RFP process has ceased and the Contract has been awarded. While there are provi sions in the Texas Public Information Act to protect proprietary information, where the Proposer can meet certain evidentiary standards, please be advised that a determination on whether those standards have been met will not be decided by the City of Port Worth, but by the Office of the Attorney General o f the State of Texas. In the event a request for public information is made, the City wi ll notify the Proposer, who may then request an opinion from the Attorney General pursuant to 552.305, Texas Government Code. The City will not make a request of the Attorney General. 4.0 COMPLETION OF RESPONSES 5.0 4.1 Information presented in the Proposals win be used to evaluate the professional qualifications of the Proposer(s) and to determine the Proposal(s) which will be se lected to provide professional services to the City. 4.2 Responses shall be completed in accordance with the requirements of this RFP. Statements made by a Proposer shall be without ambiguity , and with adequate elaboration, where necessary, for clear understanding. 4.3 Proposals shall be limited to a maximum of twenty (20) 8-1/2" X 11" pages (one side only and including cover letter) using a font size no smaller than 11 point and one inch margins . CLARIFICATIONS AND ISSUANCE OF ADDENDA 5.1 Any explanation, clarification, or interpretation desired by a Proposer regarding any part of this RFP shall be requested from Sheila Baker, Senior Buyer, at least 15 days prior to the published submission deadline , as referenced in Section 2.0 of this RFP. 5.2 If the City, in its so le discretion , determines that a clarification is required, such clarification shall be issued in writing. Interpretations, corrections or changes to the RFP made in any other manner other than writing are not binding upon the City, and Proposers shall not rely upon such interpretations, corrections or changes . Oral explanations or instructions given before the award of the Contract are not binding. 5.3 Requests for explanations or clarifications may be faxed to the City of Port Worth at (817) 392-8440 or emailed to sheila.baker@fortworthtexas.gov. Emails and Faxes must clearly identify the RFP Number and Title. 5.4 Any interpretations, corrections or changes to this RFP will be made by addendum. Sole issuing authority of addenda shall be vested in the City of Port Worth Purchasing Division. Proposers shall acknowledge receipt of all addenda within the responses. 6.0 WITHDRAWAL OF PROPOSALS RFP No. 19-0080 , Project Management and Assessments for Street Light Installation Services and LED Conversions Page 3 ofl2 7.0 A representative of t he company may w it hdraw a Proposal at any t im e prjor to the RFP submission deadli ne, upon presentation of acceptabl e ident ification as a representative ofsuch co mpany. AWARD OF CONTRACT 7.1 It is und erstood that the City reserves t he right to accept or reject any and a ll Proposals and to re-so licit for P roposals, as it shall deem to be in t he best interests of the City of Fort Worth . Receipt and consi de ratio n of a ny P ro p osals shall under no circumstances ob ligate th e C ity of Fort Worth to accept a ny Proposals. Ifan awar d of contract is made, it shall be m ade to the res p on s ible Proposer whose P roposal is determ ined to be the best eval uated offer taking into co n si deration t he re lative im p ortance of the eval u ation factors set forth in the RFP . 7 .2 The City reserves the right to award a s ing le contract or multip le contracts by section listed in the Scope of Work. 7.3 Tenta tive Schedule of Events RFP Release Date Pre-Proposal Conference Deadline for Questions Due Date Eval uation of Proposals Notice to Proceed (Anticipated) February 13 , 2019 Tuesday, March 12, 2019, 10:00 AM (CST) March 15 , 2019; 5:00 PM (Local Time) Proposals March 28, 2019; 1:30 PM (Local T ime) Marc h 28, 2019 thro ugh April , 2019 J une 2019 8.0 PERIOD OF ACCEPTANCE Proposer acknowledges that by s ubmitting the Proposal, Proposer makes an offer that, if accepted in whole or part by the C ity, constitutes a val id a nd binding contract as to any and all items accepted in writing by the City. The period of acce ptance of proposals is one h undred and eighty (180) calendar days from the date of o penin g, unl ess the Proposer notes a different period. 9.0 TAX EXEMPTION The City of Fort Worth is exempt from Federal Excise a nd State Sale Tax; therefore, tax must not be included in any contract that may be awarded from this RFP. 10.0 CO ST INCURRED IN RESPONDING All costs directly or indirectly related to preparation of a response to the RFP or any oral presentation requ ired to supplement and /or clarify a Proposals which may be required by the City shall be the sole respo n sibility of and shall be borne by the participating Proposers. 11.0 NEGOTIATIONS The City reserves the right to negotiate all elements that comprise the successful Vendor's response to ens ure that the best possib le consideration be afforded to all concerned. 12.0 CONTRACT INCORPORATION RFP o. 19 -0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 4 of 12 The contract documents shall include the RFP, the Response to the RFP , the City 's Access Network Agreement (Attachment B to this RFP) and s uch other terms and conditions as the parti es may agree. 13.0 NON-ENDORSEMENT If a Proposal is accepted, the successful Offerors, hereinafter "Vendor," shall not issue any news releases or other statements pertaining to the award or servicing of the agreement that state or imply the City of Fort Worth 's endorsement of the successful Proposer's services. 14.0 UNAUTHORIZED COMMUNICATIONS After release of this solicitation, Proposers' contact regarding this RFP with members of the RFP evaluation, interview or selection panels, employees of the City or officials of the City other than the Purchasing Manager, the Minority and Business Enterprise (MBE) Office, or as otherwise indicated is prohibited and may result in disqualification from this procurement process. No officer, employee, agent or representative of the Proposers shall have any contact or discussion, verbal or written, with any members of the City Council, members of the RFP evaluation, interview, or selection panels, City staff or City's V.e ndors, or directly or indirectly through others , seek to influence any City Council member, City staff, or City's Vendors regarding any matters pertaining to this solicitation, except as herein provided. If a representative of any Proposers violates the foregoing prohibition by contacting any of the above listed parties with whom contact is not authorized, such contact may result ir1 the Proposers being disqualified from the procurement process. Any oral communications are considered unofficial and non-binding with regard to this RFP. 15.0 PROPOSAL EVALUATION PROCESS 15.1 An evaluation committee will evaluate the responses to this Request for Proposals, may interview one or more firms, and may recommend one or more firms to the. Selection of a firm may be made without discussion with Proposers after offers are received. Proposals should, therefore, be submitted on the most favorable terms. 15.2 The City's evaluation panel will review all responsive submittals and select the best evaluated offers for further interview. 15 .3 The City anticipates selecting Proposer(s) that will be recommended for award of a contract to provide the requested professional services to the City of Fort Worth. 15.4 The City reserves the right to reject any or all proposals. 16 .0 PROPOSAL EVALUATION FACTORS 16.1 Cost of Service -20 points available 16.2 References -10 points available ,_ 16.3 Qualifications & Experience -25 points available 16.4 Quality of Proposer 's Equipment and Materials -25 points available 16.5 Project Schedule, Including Team Availability, -20 points available RFP No. 19-0080 , Project Management and Assessments for Street Light Installation Services and LED Conversions Page 5 of12 17.0 GENERAL PROVISIONS T he Vendor may not assign its rights or duties under an award witho ut the prior written consent of th e City of Fort Worth . S uch co nsent s ha ll not rel ieve the assignor of liabil ity in the event of default by its assignee. 18.0 ERRORS QR QMISSIQ NS The Vendor will not b e allowed to take advantage of any errors or om issions in this RFP. Where errors or omiss ions ap pear in this RFP, the Vendor shall promptly notify the City of Fort Worth Purchasing Division in writing of s uch error or omission it discovers . Any significant errors , omissions or inconsistencies in this RFP are to be reported no later than 7 (7) days before time for the RFP response is to be sub m itted. 19 .0 TERMINATION 19.1 If th is award res ul ts in a contract, it s ha ll rem a in in effect un til contract expires, delivery and acceptance of products and/or pe rfo rm ance of services or de red or term inated by t he City with a thirty (30) day written notice prior to can ce ll atio n . In the event of termination, the City of Fort Worth reserves the right to award a contract to next lowest and best Vendor as it dee m s to b e in t he best interest of the C ity of Fort Worth . 19.2 Further, the City of Fort Worth may cancel this contract without expense to the C ity in the event that funds have n ot be en a ppro priate d for expe ndit ures un der th is contract. The City of Fort Worth wi ll return any d e livered but unpaid goods in normal condition to the Vendor. 20.0 TERMINATION, REMEDIES, AND CANCELLATION Right to Assurance. Whenever t he City has reason to q uestion the Vendor's intent to perform , the City may demand that the Vendor(s) give written assurance of Vendor's intent to perform. In the event a demand is made, an d no assurance is g ive n within te n (10) calendar days, the City may treat this failure as an anticipatory rep udiation of the contract. 21.0 CHANGE ORDERS No oral statement of any person sha ll modify or otherwise change or affect the terms , conditions or specifications stated in t he resu ltin g contract. A ll c h ange orders t o the contract w ill be made in w riting by the City of Fort Worth 's F in ancia l Management Services D epartment and signed by both parties. Change orders mu st be prior approved by t he Fort Worth City Co unci l when the amount exceeds $50,000.00. 22.0 VENUE The agreement(s) w ill be governed and co nstrued accordi ng to the Jaws of the State of Texas . T he agreement(s) is (are) performab le in Tarrant County, Texas . Venue shall lie exclusive ly in Tarrant County, Texas. 23.0 CONFLICT QF INTEREST RFP No. 19 -0080, Project M anagement and As sessments for Street Light Installation Serv ices and LED Con v ersions Page 6 of 12 No public official shall have interest in this contract , in accordance with Vernon 's Texas Codes Annotated, Local Government Code Title 5, Subtitled C., Chapter 171. 24.0 INSURANCE The Vendor shall carry insurance in th ~ types and amo unts for the duration of this ag reement as listed in the Professional Services Agreeme nt , Att achment E to this RFP , and furnish certificates of insurance along with cop ies of policy declaration pages and policy endorsements as evidence thereof. 25.0 CONTRACT CONSTRAINTS AND CONDITIONS 25 .1 All services shall be provided in accordance with app lic able requirements and ordinances of the City of Fort Worth , laws ofthe State of Texas, and applicab le federal laws . 25.2 The Contract(s) awarded from this RFP sha ll be exec uted for a two-year initial term with three (3) one-year options to renew at t he City's so le discretion. 26.0 MINORITY BUSINESS ENTERPRISE PROVISIONS BUSINESS DIVERSITY ENTERPRISE {BOE) ORDINANCE PROVISION: The City of Fort Worth implemented the Business Diversity Enterprise (BDE) Ordinance to reflect the City's availability and disparity study findings. A ll proposers shall note that it is the policy of the City to ensure the full and equitable participation of Minority Business Enterprises (MBEs) in the procurement of serv ices $50,000 or more. Th is Request for Proposal consists of a MBE goal. The Minority Business Enterprise (MBE) diverse goal is 7%. The information s hall be s ubm itted w ith the proposal and shall includ e: • • • • • • The company name, a ddress, point of contact, email address, office and fax telephone numbers of the MBE s ubcontractors a nd suppliers; A detailed description of the work to be performed or supplied by each MBE; The tier level , i.e., I st, 2nd , 3rd , etc. (if other than 1st tier, the plan must clearly identify the firm name and tier from whom the MBE firm w ill be receiving pay ment) The sub-contract value or percentage of work fo r each MBE participant; State the MBE percentage level of commitment ac hi eved; and Provide the same identification information for all non-MBE participants It is important to note that only MBE subcontractors and supp liers that perform a commercially useful function may count towards the 7% MBE diverse goal. If the Proposer is certified as a DBE, MBE, SBE or WBE firm , it is not permissible to count itself or its subsidiary-owned companies towards the estab li s h ed goal; the goal represents subcontracting opportunities . RFP No. 19-0080 , Project Management and Assessments fo rStreet Light Installation Services and LED Conversions Page 7 of l2 Proposers must obtain MBE listings from the City of Fort Worth's M /WBE Office at (817) 392-2674 or email mwbeoffice@ fortworthtexas.gov . This will ensure that Proposers are acknowledging MBE firms currently certified by the North Central Texas Regional Certification Agency (NCTRCA) and D /FW Minority Supplier Development Council (D/FW MSDC) or other certifying agencies that t he City may deem appropriate and accepted by the City of Fort Worth at the time proposals are submitted, in order for the participation to be counted towards the established diverse goal. The firms must be located in the City's six (6) county geographic marketplace that includes the counties of: Tarrant, Dallas , Denton, Johnson, Parker and Wise. Also note if a firm is DBE certified that reflects minority ownership and meets the criteria's stated , it may count towards the goal. If an Offeror (regardless of certification status or if a non-D/M /W /MBE), however, forms a joint venture with one or more MBEs, the MBE joint venture percentage participation will be counted towards the established goal. The appropriate City of Fort Worth Joint Venture fo rm must be submitted for review and approval in order for it to be counted. The City of Fort Worth strongly encourages joint ventures. If Offeror failed to meet the stated MBE goal, in part or in whole, then a detailed explanation must be submitted to explain the Good and Honest Efforts your firm made to secure MBE participation. Failure to submit the MBE participation information or the detailed explanation of the proposer's Good and Honest Efforts to meet or exceed the stated MBE goal , may render the proposal non-responsive. The MBE commitment will be part of the final weighted selection criteria. 27.0 CQQPERATTVE PURCHASING 27.1 Should other governmental entities decide to participate in this contract , Proposers, shall indicate in their proposals whether they agree that all terms , condit ions , specification , and pricin g would apply . 27 .2 If the successful Proposer agrees to extend the resulting contract to other governmental entities , the following will apply: Governmental entities within utilizing Contract s with the City of Fort Worth will be eligible , but not obligated , to purchase material/services under this contract(s) awarded as a result of this solicitation . All purchases by governmental entitie s other than the City of Fort Worth will be billed directly to that governmental entity and paid by that governmental entity . The City ofFort Worth will not be responsibl e for another governmental entity's debts . Each governmental entity will order it s own material/services as needed - 28.0 PAYMENT RFP No. 19-0080 , Project Management and Assessments for Street Light Installation Services and LED Conversions Page 8 of 12 29.0 A ll payment terms s hall be "Net 30 D ays" unl ess oth erwise s pecified in the proposal. 28. l Se rvice provi der shall in voice no more frequently t han mo nth ly for services provided. 28 .2 Invoices shall be su bm itted to the City department that ordered and received the services provided . 28.3 Successful proposers are enco urage d to register for Automated Cleari ng House (ACH) direct deposit payments pr ior to providing goods and/or services using the forms posted on t he City website at http://fortworthtexas.gov/purchasing/ CERTIFICATE OF INTERESTED PARTIES FORM 1295 The successful Proposer is req uired to co m plete on line a nd notari ze the Cert ificate of Interested Parties Form 1295 and the form sha ll be s ubm itted to the Purchasi ng contact li ste d in t he sol icitat ion befo re t h e purchase/co ntact sha ll be pr ese nte d to t he City Counci l. Form to be completed at https ://www.ethics .state .tx.us/w hatsnew/elf info fo rm 1295.htm. 30.0 CHANGE IN COMPANY NAME OR OWNERSHIP T he Contractor sha ll notify the C ity 's P urc hasing Manager, in writ in g , of a company name, own ers h ip, or address change for the purp ose of maintain in g updated City records . The president of the company or a uth orized official sha ll s ign t he letter. A lette r indi cati ng changes in a company n ame or ownership shall be accom panied wit h su pporting legal documentation such as an updated W -9, doc uments fi le d with th e state indi cati ng such change , copy of the board of d irector 's reso lution a p proving th e action, o r a n exec uted merge r or a cq uis itio n agr eement. Fai lure to do so may adverse ly impact future invo ice payments . 31.0 SCOPE OF SERVICES See A tt achment C 32 .0 RESPONSE FORMAT AND ORGANIZATION S ee A tt a chment D ATTACHMMENT A RF P No. 19 -00 80 , Project Management and Assessments for Street Light Installation Serv ices and LED Conve r sion s Page 9 of I2 CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i .e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Q uestionn aire") the person 's affiliation or business relationship that might cause a conflict of inte rest with the local governmental entity. Bylaw, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids , correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents . The form is also avai !able at http;llwww,ethjcs,state,tx,us/forms/CIO,pdf. If yo u have any questions about comp liance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. RFP No. 19 -0080 , Project Management and Assessments for Street Light Installation Services and LED Conversions Page 10 of12 ATTACHMENT B CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. S ee Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person doing business with local governmental entity. 2. FORMCIQ OFFICE USE ONLY Date Received D Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176 .006(a), Local Govenunent Code , is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. 4. Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. RFP N o. 19-0080 , Project Management and Assessments for Street Light Installation Services and LED Conversions Page 11 of 12 CONFLICT OF INTEREST QUESTIONNAIRE FORMCIQ For vendor or other person doing business with local governmental entity Page 2 5. Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section , item 5 including subparts A, B, C & D , must be completed for each officer with whom the filer has affiliation or business relationship. Attach ad ditional pages to this Form CIQ as necessary. A. Is the local government officer named in thi s section receiving or likely to receive taxable income from the filer of the questionnaire? D Yes D No B. ls the filer of the questionnaire receiving or likel y to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? D Yes D No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of IO percent or more? D Yes D No D. Describe each affiliation or business relationship. 6. Describe any other affiliation or business relationship that might cause a conflict ofinterest. 7. Signature of person doing business with the governmental entity Date RFP No . 19-0080, Project Management and Assessments for Street Light Installation Services and LED Conversions Page 12 of 12 FORT WORTH ® CITY OF FORT WORTH PURCHASING DIVISION ADDENDUM TO THE REQUEST FOR PROPOSALS (RFP) LED Addendum No . 1 Date Issued : March 22 , 2019 Request for Proposal (RFP): 19-0080 Proposal due/Proposal Opening date : March 28, 2019 Addendum No . 1, dated March 22 , 2019 is hereby amended to incorporate in full text the follow ing provis ions : Herewith attached clarification request received from the proposers and C ity 's response , as Ex hibit A. All other terms and conditions remain the same. ';4 '~ ."\ u~~ Y Cynthia Garcia, Assistant Director ............................................................................... By the signature affixed below , Addendum No . 1 is hereby incorpo rated into and made part of the above referenced RFP . COMPANY NAME: ___________________ _ SIGNATURE: ___________________ _ NOTE: Company name and signature must be the same as on the quotation documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offe r. 19-0080 , RFP-LED Addendum No . 1, Page 1 of 5 Exhibit A Clarification Request Received from the Proposers and City 's Response PROJECT MANAGEMENT AND ASSESSMENTS FOR STREET LIGHT INSTALLATION SERVICES AND LED CONVERSIONS 1. Could TPW provide Spec Sheets available for barrier free ramp type R-1 , U-1 , M-1 , M-2 , M-3 , P- 1, P-2 , C-1 , C-2 , C-3? ? A 1 -The barrier free ramp line items will be removed from the bid tabulation document. However, City Standards are available via the City of Fort Worth website (http ://fortworthtexas .gov/tpw/contractors/) Standards and Detail Drawings section . 2. The scope of work calls for #2 str XHHN to be used on the project. The Excel file for unit prices calls for #6 Duplex HO insulated , #6 Triplex HO insulated , #10 insulated. Could TPW specify what wire is to be used? A2 -Wire types to be used are : 3441 .1402 Furnish/Install NO 6 Duplex OH insulated Electrical Conductor, LF ; 3441 .1403 Furnish/Install NO 6 Triplex OH insulated Electrical Conductor, LF ; 3441 .1410 Furnish/Install NO 10 Insulated Electrical Conductor, LF. XHHW stranded copper is to be used (see Appendix E, CFW Standard Detail Street Lum inaire Riser Connection Standard Detail 34 41 20-0623 rev. 11-20-2018 Electrical General Notes #2). 3. Can we include a Table of Contents with our bid? If so , will it count against the 20 page maximum? A3 -A table of contents can be included and will count against the 20 page max imum . 4. Can we include one 11 x 17 page for the project schedule so it is easier to read? This can be folded so that it fits within the other 8.5 x 11 pages . A4 -A 11 "x17" folded schedule is permissible for submission and will count as one page of the 20 page limit. 5. Please confirm the Summary Page from Appendix B -Tabulations should be included in Section B. Can we include the 4 Area pages as a supplemental appendix? Please confirm these pages will not count towards our 20 page maximum . A5-Tabulations are to be included in Section Band will count towards the 20 page maximum . 6 . In Sections C and F , should we only include the appropriate completed tabs from Attachment F , or can we include supplemental information on our qualifications and references w ithin those sections? -A6 -Section C of the Response Format and Organization -Attachment D should provide information about qualifications and experience, especially as it relates to similar projects of this nature. Team member resumes should be included in a separate appendix and limited to four pages. Section F of Response Format and Organization -Attachment D should contain 3 references from similar projects completed within the last 3 years . Additional supplemental information can be submitted if it does not exceed the 20 page maximum proposal requirement. 7. Can you confirm we shou ld submit , 1 original , 5 copies and 1 USB? A-7 -One (1) original , four (4) copies and one (1) USB flash drive of all Offer documents shall be submitted in sealed packages . Proposer's name and address should be marked on the outside of the envelope . Facsimile transmittals or offers communicated by telephone will not be accepted or considered . Proposal information that is not submitted in sealed packages will not be cons idered . 8. For Subcontractors the RFP-19-0080 Vendor Qualifications and References-Attachment F asks for "Audited financial statements (last three years)". Many subcontractors are privately owned and have a practice to limit financial reporting . Are there other options to address subcontractor financials? Would it be possible just to use the financial statements of the prime contractor as an appendix to cover all subs and work? A8-"RFP-19-0080 Vendor Qualifications and References- Attachment F", Subcontractors tab , will be amended to exclude the audited financial statements (last three years). 19-0080 , RFP-LED Addendum No. 1, Page 2 of 5 9. It appears the contractors pre-qualification form (SECTION 00 45 13) needs to be notarized . The current deadline for pre-qualifications was yesterday. Is it poss ible to extend the pre-qualification due date to 03/21/2019 or 7 days prior to the proposal opening date? A9 -SECTION 00 45 13 , BIDDER PREQUALIFICATION APPLICATION is a standard City form . The application should be submitted by contractors who are not currently pre-qualified to install roadway and pedestrian lighting in the City of Fort Worth . Section 00 45 12 , PREQUALIFICATION STATEMENT , should be submitted by contractors who are already prequalified to install roadway and pedestrian lighting in the City of Fort Worth . These documents must be submitted to t he City as part of the bid proposal and should be received in Pu rchasing by 1: 30 pm on Thursday , March 28 , 2019 . Contractors who have questions about pre-qualification renewals may submit questions to : Ms . Sheila Baker Purchasing Supervisor FMSPurchasingResponses@fortworthtexas.gov Office : (817)392-2462 10 . Page 2 of the solicitation states "Each Services Agreement will be for an initial one-year period with up to four optional renewals .", however, item 25.2 (p7) states "The Contract (s) awarded from this RFP shall be executed for a two-year initial term with three (3) one-year options to renew at the City 's sole discretion ". Can the City please clarify the intended term of the Agreement? A 10 - The term in the RFP for an initial one-year period with up to four optional renewals is correct and the terms in the contract , item 25 .2 will be amended. 11. 4.3 states that proposals shall be limited to a maximum of twenty (20) 8-1/2 " X 11 " pages (one side only and including cover letter) using a font size no smaller than 11 point and one inch margins , however , Attachment D. Response Format and Organization states "no smaller than 0.5 inches " for marg ins . Can the City please clarify the appropriate marg in size? A 11 -Appropriate minimum margin sizes are minimum 0.5 inches . A project schedule may be submitted on a single fo lded 11 "x17 " page that will count as one page . 12 . 12.0 Contract Incorporation in the RFP references an Access Network Agreement , however, no such agreement can be found . Can the City please clarify if this will be provided? -A 12-The Network Access Agreement will be provided after the contract is executed . 13 . Can the City clarify if the Appendices are excluded from the 20 page limitation? A 13 - Attachment D supersedes the standard language in the RFP . 14. Would the City consider granting a two (2) week extension to the due date to allow firms to appropriately address the City 's responses to both questions asked as part of the pre-b id , as well as those formally submitted by March 15? ? A 14 -No , the current timeline is still set for Bid Opening on March 28 , 2019 15 . Are we to utilize the formu la in the Bid Value column of the Tabulation spreadsheets that includes a 5% markup? No , please use the updated tabulations Appendix B 16 . Are Bid Tabulation forms to be provided in Excel spreadsheet format on the USB drive? A16- Yes , please use the updated bid tabulation format. 17 . Will the City provide GIS data for the current street light inventory that is the subject of the RFP to the selected vendor in a GIS file format , such as a Shape file? A 17 -Yes , the City will provide the se lected vendor a current inventory in a GIS file format such as a shape file . 19-0080 , RFP-LED Addendum No. 1, Page 3 of 5 18. Is night work allowed? A 18 -No , night work is not allowed . Work is allowed on weekdays from 9 am to 4 pm . 19. Please clarify the color temperature of the preferred luminaires , as it is stated as 3000K in Attachment C but the cut sheet provided indicates 4000K . A 19 -The color temperature of the preferred luminaires is 3000K . The ordering number for the preferred luminaires listed on the cut sheets is for 3000K. 20 . Will the awarded Contractor be required to provide photometrics on the project if the specified fixture is used? A20 -No, the awarded contractor will not be required to provide photometrics on the project if the specified fixture is used. 21. Will the project be awarded to one contractor for all 4 areas or will they award each area to individual contractors? A21-The contract may be awarded to multiple vendors . 22 . Will pole replacements be like-for-like (e.g ., existing wood poles will be replaced with wood poles and existing metal poles will be replaced with metal poles)? A22-Yes , pole replacements will be like-for-like . 23. Will the City want poles badged to identify and link the physical infrastructure with the database? A23-No , the City will not want the poles badged. 24. Will there be any requirement for community engagement beyond resident notifications? A24-No , there will not be any requirement for community engagement beyond resident notifications . City staff will be responsible for community engagement. 25 . What is the meaning or definition of the following questions in the references and subcontractors tabs? Business Processes Implemented and Version of Proposed Solution Implemented . A25- Exclude reporting Business Processes Implemented and Version of Proposed Solution Implemented values on the References and Subcontractors tabs of Attachment F-Vendor Qualifications and References . 26 . Can a contractor use a City of Fort Worth Project for a reference? A26-Yes , a City of Fort Worth project may be used for a reference . 27 . Can Subcontractors Audited financial statements (last three years) be an attachment? A27 - Exclude reporting Audited financial statements (last three years ) on the subcontractor in Attachment F of RFP 19-0080 Subcontractors tab . 28 . Are there forms and/or instructions required to Pre-Qualification as a Contractor with the City of Fort Worth ? A28-Yes , the street light pre-qualification instructions may be found at: http ://fortworthtexas .gov/tpw/contractors/. From the Standards and Detail section , c lick on the link that says view/download through Buzzsaw. Once in Buzzsaw, go to Resources\02- Construction Documents\Contractor Prequalification to see the Street Light Pre-qualification inst ructions . 29 . Can the summary sheet in Appendix B be changed to directly account for summarizing all of the project item descriptions tabulated within the sheets for Areas 1, 2 , 3 and 4? Yes , the bid tabulation document has been updated . 30 . City of Fort Worth Standard Construction Spec ifi cation Documents -Article 5 -Bonds and Insurance -Page 16 of 63 -Section 5.02 . Performance , Payment and Maintenance Bonds are described in general ; however , the RFP does not specifically outline bonding requirements for this j ob. Can you please explain bonding requirements in more detail ? A30-The City of Fort Worth requires performance , payment , and maintenance bonds in the amount of the contract value . 19-0080 , RFP-LED Addendum No. 1, Page 4 of 5 The City 's forms may be found in Buzzsaw at view/download through Buzzsaw . Once in Buzzsaw , go to Resources\02 -Construction Documents\Spec ifications\Div 00 -General Conditions and look for forms 006113 , 006114, and 006115. Bonds will be required at the time of contract execution . 31 . Appendix B -Maps and Bid Tabulations -Unit Price Bid Forms -"Miscellaneous Structure Adjustments including one operator and equipment" Question : Please define "equ ipment." In Attachment D-section , there is a request for a list of equipment that the contractor proposes to use. This unit (per hour) price shall include a piete of equipment and the operator(s) required to perform additional services such as adjustments to existing light structures . 32. Appendix D -General Conditions -Article 5 -Bonds and Insurance Question : Can you please provide more detail regarding bond requirements? Article 5.02 speaks to the bond requirements for performance, payment and maintenance bonds. See Question # 30 for instructions to access the bond documents . 33. Appendix B -Area Maps and Bid Tabulations Question : For unit pricing based on square footage (SF ), li near footage (LF ) and square yards (SY ), can you provide minimum requirements? -Page 2 of the RFP speaks to the successful proposer following the latest version of the City of Fort Worth Construction Specifications . These are available from our website http ://fortworthtexas .gov/tpw/contractors/ Please use the updated bid tabulation that has been updated on the RFP . 34 . Request fo r Proposals -Section 26 -Minority Business Enterprise Provisions Quest ion : Can you please clarify the supplier diversity requirements? Specifically can the 7 % diverse goal only be fulfilled by an MBE or could the requirement be fulfilled by a DBE , SBE , or WBE firm as well? A34-Section 26 of the RFP states that only the Minority Business Enterprise (MBE) diverse goal is 7%. For additional questions please contact Tasha L. Kilgore , CCA Contract Compliance Specialist Economic Development Department , Office of Business Diversity, 1150 South Freeway , Suite 144, Fort Worth , TX 76104 , Office : 817-392-2643 Fax : 817-392-2681 , tasha .kilqore@fortworthtexas .gov 19-0080 , RFP-LED Addendum No. 1 , Page 5 of 5 TABLE OF CONTENTS APPENDIX A-DATA DICTIONARY • Sample Spread Sheet APPENDIX B-GEOGRAPHIC AREA MAPS • Area 1-4 individual maps • Bid Tabulations 1-4 individual • Bid Tabulation Summary APPENDIX C-LED TECHNICAL DATA SHEETS • LED residential fixture • LED Arterial fixture • STEEL POLES-STRUCTURAL & STEEL PRODUCTS • WOOD POLE CRESOTE PRESSURE TREATED APPENDIX D-GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT- REMOVED, SEE EX. E APPENDIX E-STANDARD DETAILS • 34 41 20 D621 Street Luminaire-Pole and Fixture Details • 34 41 20 D622 Street Luminaire-Foundation Details • 34 41 20 D623 Street Luminaire-Connection Detail • 34 41 20 D624 Street Luminaire Conduit and Ground Box Details • 34 41 20 D625 Street Luminaire Pedestal Details • 34 41 30 D633 Street Name Details • 34 41 30 D6XX Sign Post Detail • 34 7113 D660 Traffic Control Typical Installation • 34 7113 D661 Traffic Control Typical Signs and Barricades • 34 41 20 D672 School Zone Flasher and Sign Detail APPENDIX F-TECHNICAL SPECIFICATIONS • 34 4121 ROADWAY ILLUMINATION ASSEMBLIES • 34 4120.01 ARTERIAL ROADWAY LUMINARIES • 34 41 20.03 REDSIDENTIAL ROADWAY LUMINARIES APPENDIX G-PHOTOCELL-TECHNICAL DATA • DLL 127 120-277V APPENDIX H-SHORTING CAP-TECHNICAL DATA • K4500 120-488V APPENDIX I-STREET LIGHT COMPONENT-TECHNICAL DATA • -TRM FUSES 250 VAC (1/10 T030A} • -FUSE HOLDERS 600VAC/DC (30A} • -WIRES: • #6 ALUMINUM DUPLEX OVERHEAD • #6 ALUMINUM TRIPLEX OVERHEAD • #6 ALUMINUM TRIPLEX CONDUCTOR 600V (UNDERGROUND} • -CONDUITS: • RIGID NONMETALLIC SCHEDULE 80 (BELLED END-10'} • RIGID NONMETALLCI SCHEDULE 80 (ELBOWS-PLAIN END} • RIGID NONMETALLCI SCHEDULE 80 (COUPLING & ADAPTER} • GROUND BOX DIMENSION: 13"X24"X18", TIER RATING : 10 MATERIAL: POLYMERCONCRETE TAPERED BOX, HARDWARE: 1=3/8" BOLT APPENDIX A Data D ictionary Street Lights GIS Da ta & Deliverables s r h treet 1g ts Definition: Point re presenti ng a li ght moun ted to a pole th at illumin ates th e ro adway. Feature Dataset na me: TRAFF IC Feature Class name: Str ee t_ Lights Feature Type: Po int Feature Attrib utes : Attribute (Data type) Doma in Definition Sourc e OBJECTID (O bj ect ID ) Intern al ES RI fi e ld Aut o-Ge nerated X (Do ub le, Prec ision 38) X-Coo rdin ate assoc iated Attribute Ass istan t with th e attribute Y (Doubl e, Prec is ion 38) Y-Coordinate assoc iated Attribute Ass istant with th e attribute STREET (Text, 50) Nam e of stree t in whi ch Source Docum ents th e fea ture resides IMAGE (Text, 50) Nam e of th e im age Popul ate d by C ity co ll ected Ph ys ical co nditi on ratin g Source CONDIT ION (Text, I 0) Conditio nStandard Docum ent s/F ield of th e feat ure Verifi ca ti on Identifies whether an OVERHEADWIRE (Text, 10) YesNoString ove rhead wi re is present Source Documents on the asset FIXTURETYPE (Text , 20) StreetLightFixtureType Dev ice wh ich ho lds the So u rce Documents bu lb SUPPORTDESCRIPTION (Text, 20) StreetLightSupportDesc Ind icates the material type Source Documents of the su pport desc r iption SUPPORTCOLOR (Text, 10) StreetLightColor In dicates v is ib le co lor of Source Documents the s upport structure LED (Text, 10) YesNoString Identifies whether a Sou rce Documents streetli ght is an LED HE IGHT (D oub le, Prec is ion 38) Ground to top of pole So ur ce Docum ents he ight ARM (Text, 10) YesNoS tr ing Id entifies wheth er th e Source Doc um ents feature h as an arm ARM LENGT H (Doubl e, Precis ion 38) Indi cates length of th e Source Docum ents fea ture arm ( COMMENTS (Text, 250) Open fie ld fo r fea ture comment s INST ALLDA TE (Date) Date in whi ch th e feat ure Source Doc uments was install ed OWNER (Text, 50) Govern anceEnti ty Gove rnment enti ty th at Source Docum ents own s the feature. MAIN T AINEDBY (Text, 50) Gove rn anceEnti ty Gove rnment enti ty th at So urce Docum ents maintain s th e feature N um erical ph ys ical Source CONDITIONINDEX (S hort) co nd ition rat in g of th e Doc um ents/F ield fea ture (0 -1 00) Surv ey INST ALL YEAR (S hort) Year th e feature was So ur ce Doc ume nts in sta ll ed HYPERLINK (Text, 250) Locat ion of the fea ture Po pul ated by t he C ity pi cture SHAPE (Geometry) Inte rn al ES RI fi e ld Auto -Ge nerated EXISTING WATTAG E Id ent ifies Wattage of Fiel d Co ll ection prev ious asset EXISTING_ BULB Bul b_Type Identifi es type of bulb fo r Fie ld Co ll ect io n prev io us asset WA TT AGE (Text , 15) Wattage Identifi es wattage of Source Docu me nts feature bulb BULB_TYPE (Text, 50) Bulb_Type Identifi es type offeature Source Documents bulb Unique id entifi cat ion AL TERN A TE_ ID (Lo ng) ass igned by th e Tem po rary Fie ld co ns ultant. (Temp orary fi eld). CREATED_USER (Text, 255) Nam e of the pe rso n th at Auto -Ge nerated created th e feature CREATED_DATE (Date) Date th at a feature was A uto-Generate d loaded to the datab ase Name of th e perso n th at LAST_E DI TED_US ER (Text, 25 5) las t made updates to th e Auto-Ge nerated fea ture LAST_EDI TED_DATE (Date) Date th at the feature was A uto -Generated las t upd ate d A generate d, uni que ID ass igned to al l ASSET_ID (Text, I 0) fea tures. Thi s fea ture ID A uto-Ge nerated beg in s with an STL prefix. LI FECYCLE (Text, 20) Lifecycle Indi cates th e fun ct ional Source Doc um ents status of th e feature SHAPE (Geometry) In te rn a l ES R! fi e ld A uto -Ge nerated Sample Street Li ght Data OBJECTID • STRE ET OVER HEADWIRE FIXTURE1WE LED ARM ARM LEN GTH WATIAG E BULB_TYPE ASSET_ID LIFE CYC LE EXISTIN G LIGHT ARM DIRECTI ON EXIST ING_BUL B WATIAG E CLASSIFICATION 1168 PURSELLEY LANCASTER No Cobra Yes Yes l S 210 LED STL000 1405 Active 200 Fre eway <Null > <Null> RAMP 1169 PURSELLEY LANCASTER No Cobra Yes Yes 15 210 LED ST L0001406 Active 200 Freeway E <Null > RAMP 11 70 PURSE LL EY LANCASTER No Co bra Yes Yes 15 210 LED STL000140 7 Active 20 0 Free way w <Nu ll > RAMP 2107 E LANCASTER AVE No Cobra Yes Yes 12 210 LED STL000238 3 Active 200 Arterial NE <Nu ll > 2108 E LANCASTER AVE No Cob ra Yes Yes 12 210 LED STL0002384 Active 200 Arterial NE <N ull > 2109 E LAN CASTER AVE No Cob ra Yes Yes 15 210 LED STL0002385 Act ive 200 Arterial NE <Null > 2110 E LANCASTER AVE No Cobra Yes Yes 12 210 LED STL0002386 Act ive 200 Arterial NE <Null > 2137 E LANCASTER AV E No Cob ra Yes Yes 12 210 LED STL0002413 Active 200 Arterial SW <Null > 2393 E LANCASTER AVE No Cobra Yes Yes 10 210 LED ST L0002670 Active 200 Arteri al SW <Null > 4251 TANGER BLVD No Co bra Yes Yes 9 137 LED STL0 004 838 Active <Null > Residential E <N ull > 4252 TANGER BLVD No Cobra Yes Yes 9 137 LED STL0004 839 Active <Null > Residential w <Null > 42 61 TANGER BLVD No Cobra Yes Yes 9 137 LED STL000484 8 Active <Null> Residential NW <Null> 4262 TAN GER BLVD No Cob ra Yes Yes 9 137 LED STL0004849 Active <Nu ll> Residential SE <Null > 4872 GOLD STR IKE LN No Co bra Yes Yes 8 70 LED STL0005529 Active <Null> Residential <Null > <Null > 5487 HERI TAGE TRACE No Cobra Yes Yes 9 137 LED STL0006403 Act iv e <Null > Arterial NW <Null > PKWY 5488 HERIT AG E TR ACE No Other Yes Yes 9 137 LED STL0006404 Active <Null > Arterial SE <Null > PKWY 5489 HER ITAGE TR ACE No Co bra Yes Yes 9 137 LED STL0006405 Act ive <Null > Arterial NW <Null > PKWY 5490 HERIT AGE TR AC E No Cobra Yes Yes 9 137 LED STL0006 406 Active <Nu ll > Arterial SE <Null > PKWY 5491 HERITAG E TRACE No Cob ra Yes Yes 9 137 LED STL000 6407 Active <Null > Arterial NW <Null > PKWY 4873 GOLDEN RIDGE LN No Cob ra Yes Yes 8 70 LED STL0005530 Active <Null > Residential <Nu ll > <Null > 4874 GO LDEN RIDGE LN No Co bra Yes Yes 8 70 LED STL000 5531 Active <Null > Residen tial <Null> <Null > 4875 GO LDEN RIDGE LN No Cobra Yes Yes 8 70 LED STL 0005532 Active <Null > Re si dential <Null > <Nu ll> 4876 WAG LE Y ROBERTSON No Cobra Yes Yes 12 137 LED STL00055 33 Active <Null > Residential <Nu ll > <Nu ll > RD 4877 WAG LEY ROBER TSO N No Cobra Yes Yes 12 137 LED STL00055 34 Active <Null > Residential <N ull > <N ull > RD APPENDIX B Geographic Area Maps 2018 CIP NEIGHBORHOOD STREET LIGHT LED CONVERSIONS • Legend • PROPOSED LED !!!!!! SUPER MAJORITY MINORITY 2 -Carlos Flores 9 -Ann Zadeh l2sJ STOCKYARDS CJ AREA 1 -MEACHAM AIRPORT .................... .................... ········ ........... . ........ ··-········· .................... ········ ············ ::::::;: :::::::::::: .................... ........ ........... . .................... ........ ····-······· 0 0.25 0 .5 1 Miles AREA 1 AREA 1 LOCATION AREA2 0 0 .25 0 .5 1 Miles 2018 CIP NEIGHBORHOOD STREET LIGHT LED CONVERSIONS Legend • PROPOSED LED : : : : : SUPER MAJOR ITY MINOR ITY 2 -Carlos Flores 4 -Cary Moon 8 -Kelly All en Gray -9 -Ann Zadeh c:::J Area_2 18'.:ZJ DOWNTOWN 0 0.4 0 ,8 .. / ' I .' I ' . ,/ ! ,-. ......._ . ' ·\ 1.6 Miles l \ 2018 CIP NEIGHBORHOOD STREET LIGHT LED CONVERSIONS fORTWORTH ®· 'I, --d a AREA3 Legend e PROPOSED LED ; ; ; ; ; SUPER MAJORITY MINORITY C]AREA3 4 -Cary Moon 5 -Gyna Bivens 0 2018 CIP NEIGHBORHOOD STREET LIGHT LED CONVERSIONS 0.2 0.4 0 .8 Miles 1 T Legend e AREA4_STREETLIGHTS : : : : : : SUPER MAJORITY MINORITY c::J Area_4 4-Cary Moon 5 -Gyna Bivens AREA4 I , '1 I , / .1 '~ ' I APPENDIX C LED Technical Data Sheets RESIDENTIAL LED FIXTURE ARTERIAL LED FIXTURE STEEL POLES WOOD POLES TECHNICAL DATA SHEETS Autobahn Series ATB2 •-NIGHTTIME FRIENJLY ~~~ "'lgil,I p,11,oor o,dilcton rrterial -R2 Opti c PRODUCT OVERVIEW Applications: Roadways Off ramps Residential streets Parki ng lots DIMENSIONS e 18. , Effective Projec ted Area lEPA) Th e EPA for the ATB2 is 0.78sq. It., Approx. Wt = 21 lbs.19.53 kg) features: OPTICAL Sa me Light Perfo nn anc e is comparable to 250 -400W HPS roadway lum inaires. White Light Correlated co l or temperature -standard 4000K, 70 CAI minimum or optional 5000K, 70 CRI min imum . Unique IP6 6 rated LED li ght eng i nes provided 0% uplight and restrict backlightto with in sidewalk depth, providing optimal application coverage and optimal pole spaci ng. Avai lable in Type II, Ill, IV, & V roadway distributions . ELECTRICAL Expected Life: LED light engines are rated> 100,000 hours at 25°C, L70 . Electronic driver has an expected life of 100,000 hours at a 25°C ambient. Lower Energ y: Saves an average of 40 -60 % over comparable HPS platforms . Robust Surge Protection : Three different surge protect ion options provide a mini mum of IEEE/ANSI C62.41 Ca t egory C (10kV/5kA) protection . MECHANICAL Easy to Maintain: Includes stan dard AEL lineman -friendly features such as tool -less entry, 3 station te rm i nal block and quick disconnects. Bubble level located inside the electrical co mpartment for easy leveling at installation . Rugged die-cast alum inu m housing is polyester powder-coated for durability and corrosion resistance . Ri gorous five -stage pre-treating and pa inting process yiel ds a finish that ach ieves a sc ri be creepage rat ing of 8 (per ASTM Dl654) after over 1000 hours exposure to salt fog chamber (operated per ASTM 8117) Optiona l Enhanced Co rrosion Resistant finish (CR) increases the salt spray expos ure to 5000 hours . Four-bolt mast arm mo un t is adjustable for arms from l · 1/4" to 2" (1 -5/8 " to 2·3/8· O.D.I diameter and provides a 36 vibration rating per ANSI C136 . Wild life shield is cast into the housing (not a separate piece). CONTROLS NEMA 3 Pin photocontrol receptacle is standard , with the Acuity designed ANS I 5 Pin and 7 Pin rece pt acles optionally available. Premium sol id state locking sa le photocontrol • PCSS (10 year rated life). Extreme long life so ld state l ocking style photocontrol • PCLL (20 year rated life). Mulit-level dimming avai lab le to provi de scheduled dimming as spec ified by the customer. Optional onboard Ad ju stable Out put module allows the light output and input wattage to be modified to meet site specific requirements , and can also allow a sing l e fixture to be fl exi bly app li ed in many different applicat ions . WARRANTY & STANDARDS 5 year limited warranty. Full warranty terms located at http://www. acuitybrands.com/lib rariesrrerms_and_Conds/ABL_LEO _Commerical_ Ou tdoor.sfl b.ashx Rated fo r -40°C to 40°C amb ient CSA Certified to U.S. and Canadian standards Compl i es with ANSI : C136.2, C136.10, C136.14, C136 .31, C136 .15, C136.37 N.ote: Specifica ti ons subject to ch•nt• wi1hoatnatice.. Acta.JI pedaaMICeaaytiffer as a resi* af end--eserenvironment and applicatioa A£ L American Electric Lighting• ~2014 -'20 15 Acuity Bran ds Ugh ting, Inc. 11/LVl5 J • A TB2-40BL E010-MVOLT-R2-3K-MP-NL-RF D ORDERING INFORMATION Au tobahn Series ATB2 Roadway Lighting ATB2 -40BLECUO Mvolt Example: ATB2 40LEDE70 MVOLT R2 R2 Se ri es Performanc e Packages Voltage Op ti cs ATB2 Autobahn LED Road wa y& Security 4DBLEDE10 408 Chips, 7111lmA Driver 4181.EO E10 408 Chips, 1050mA Driver MVOLT Multi-volt, 12D-277V 347 347V R2 Roadway Type II R3 Roadway Type Ill R4 Roadway Type IV R5 Roadway Type V 4181.EOE13 40B Chips, 1:DlmA Driver 4811 480V lilBLEDE10 60B Chips, 700mA Drive r tilBlEDEl5 60B Chips, 850mA Drive r tillBLEDE10 60B Chips, l~mA Driver &III LEDE13 60B Chips, 13111lmA Driver -l.EDE70 IIIIB Chips, 700mA Drive r mBLEDEB5 11118 Chips, B50mA Driver ICOFW Arteri al Standard I BIBLEDE11 11118 Chips, 1050mA Driver Colo r Tem pera ture (CCTI (Blank) 4000K CCT, 70 CRI Mil.(Stmdard) 5K 5000K C~. 70 CRI Min. ! .. 3K = 3000K fl a1flt {Blank} Gra y (Standard) ac BZ Bronze DOB Clark Bronze GI Gra phite WH Wh ite Surge Protection Blank Ac uity SPD wi th inductive fi lwr (Standard) MP' MOVPa ck 11' SPD with Indicator light Mfil,. BL Extern al Bubble Level CR Enh anced Corrosion Resistant Finish HS House -Sid e Sh ield NL lllema ta6el f Xl Not CSA Certified 3 K-M P-N L-P7 Options ~ (Blank) 3 Pin NEMA Photocontrol Receptac le {Standa rd) P5 5 Pin Photocontrol Receptacle Dimmable Driver Included Fl 7 Pin Photocontrol Receptac le (Dimmable Driver Included) NR No Photocontrol Receptacle A01 Field Adjustab le Output OM OV-lOV Dimmable Driver (Controls by others) ML :J.4 Multi-level Dimming PCSS' Solid State Lighting Photocontrol (120-mV) PCLL Solid State Long Life Photoc ontro l SH Shorting Cap Packaging l (Blank) Single Unit (Standard) JP Job Pack (24/Palletl Notes 1. Not avai la bl e in 347 or 480 V. 2. Not avai labl e with OM or ML option s . 3. Not avai la ble with AO , OM , P5 or P7 op tio ns . 4. Dimming schedu le and light level informati on required fr om the cus tom er in order to co nfi gu re produc t. Con tact Infr astructure Techn ical Support to procee d. Note: Spe<ili catioossu bject lacbanii•--e. Adualperlolmaluo my tliller n a..,...el......_erwironmlllllanol a~lion. A£ L American Electric Lighting• AEL Headqu arters, 3825 Columbus Road. Gra nnie, OH Cl023 www.americanelectriclighting.com ©20 14-'2015 Muity Brands lighting, Inc. Al Rights Reserved. 11/ZVIS Wammty Five-year timiled warranty. Comp lete werr enty terms located at: www.acuitybrands.com/CustomerResourcesfTerms and cond itio ns .asox Actual pedormance maycflfferas a result of end·user enviro nme nt and appli cation. Al l values are desig n or typical values, me as ured under lab oratory con diti on s at 25 •c. Specifi calions subject to change wilhout notice. Pl1111SBCOJIIIICt your sales reprenntative for lhe latest product Info rm ation. Autobahn Series ATB2 PERFORMANCE PACKAGE 1300 177 18277 103 0.94 0.88 700 91 11160 123 0.98 0.96 1000 138 R3 15520 112 0.95 0.90 40B I 1300 177 18050 102 0.94 0.88 I 700 91 10775 118 0.98 0.96 -138 R4 15015 109 0.95 0.90 1300 177 17341 98 0.94 0.88 700 91 12097 133 0.98 0.96 1000 138 R5 16729 121 0.95 0.90 1300 l77 19564 111 0.94 0.88 700 133 16986 128 0.98 0.96 850 173 R2 19966 115 0.95 0.90 208 23710 114 0.95 0.90 1300 260 27308 105 0.94 0.88 700 133 17128 129 0.98 0.96 850 173 R3 20105 116 0.95 0.90 -'08 23250 112 0.95 0.90 60B 1300 260 27477 106 0.94 0.88 I 700 133 16516 124 0.98 0.96 850 173 R4 19429 112 0.95 0.90 1000 208 22718 109 0.95 0.90 1300 260 26400 102 0.94 0.88 133 17882 134 0.98 0.96 -850 173 R5 21000 121 0.95 0.90 1000 208 24673 119 0.95 0.90 1300 260 28838 111 0.94 0.88 700 180 22528 125 0.98 0.96 850 224 R2 26394 118 0.95 0.90 IOOO 274 30998 113 0.95 0.90 700 180 22127 123 0.98 0.96 850 224 R3 25955 116 0.95 0.90 BOB I 1000 274 30491 111 0.95 0.90 I 700 180 21701 121 0.98 0.96 850 224 R4 25350 113 0.95 0.90 1000 274 29567 108 0.95 0.90 700 180 23799 132 0.98 0.96 850 224 RS 27851 124 0.95 0.90 1000 274 32391 118 0.95 0.90 Note: Information shown above is based on nominal system data. Individual focture perfonnance may vary. Specifications subject to change wkhout notice. ATB2 1s0c 20°c 2s0c 30°c 3s0c 40°c LLD Multiplier 1.02 1.01 0.99 0.97 0.96 To calculate the UO for a temperature Dlher than 25"C, multiply lhe LLO @25"C (shown in the performanc.e package table) by lhe LLD muhiplier for the selected tempera lure. A£L American Electric Lighting· AEL Headquaners, 3825 Columbus Road, Granville, OH 43023 www.americanelectriclighting.com © 2014-2015 Acuity Brands Lighting, Inc. All Rights Reserved. 11/23/15 Warranty Five-year timited warranty. Complete warranty terms located at www.acuitybrands.com/CustomerResourcesCTerms and conditions.aspx Actual performance may differ as a result of end-user environment and application. All values are design or typical values, measured under laboratory conditions at25 •c. Specifications subject to change without notice. Please can/set yaursat11s repres11n1a1ive farlhe latest product information. TYPE: RESI Autoba hn Series ATBO Roadway Lighting PRODUCT OVERVIEW Applications: lf!m:adwa r s IOfif r,amps 8 .esideJillial streets lf';arlkii mIJ mts Dl1.1E i·,S 10r:s 11----~:;-·----1 P.-t Bte.c'fiv.e P.r.qje.dleil Ars (EPA): The EPAfor11noATBD idJ6sq. It. ~p!Ol(.Wl=H l bs. STA'ND~RDS IOdignUgh't5(oosortillll9 (Dl.Q quallied product llot I liffliin llfdli5 11>mducit maylbe DK qualified. Plmsechedtlhl'DLC~ Piadamlist .it g/OPL ID olllilm whim wmim are qaaliied. (io]GTtt:eoWetatur5 f ~ 3000K must bl> speolied fm lntauioo.f Dalt- Sky lissodati on IOO!lifJCation. Rated or -4 0X o'4ll"C ambient <:Sl IGC!itified to U.~. ;and Cimrhn standanls fumplies with ANSI: CB6.2, C136..10,. 036..14, mu1, mu,, Cll6.37 «.l:2014-zll lJ A cuity Brallds~lnc. ATBlil '/1 7 . Features: OPTICAL Snrl91t~i>~to70-'J511WHP5roadwayluminaires. \Wiil!' [41a:Camfmd om llt!lplilhle -4000l,. 70 CRI minimum, 3000K, 1UOII IIDlllll 11' apljilniiil .5mll. JOOI rilimum. llliqR Nani l1Di9ttflglll!'§ !ffliihl o,. upight and restrict backlight to within sidewalk ...._pmiidilgoptineliippliiiilimOMlaljtandoptinal pole spacing . Available in Type II , Ill, IV,aY,aadway~ B.ECTRICAL ~ lfr:LED'9llenjnl5iRr.imil>lOO.OOOhou ~ at 25°(, L70 . Electron ic driver ha s an l!lpfl1BI IR Ii 1111,000 lllllm5 illa ll"C illlbnt. l..aliiB &Bgy. SiM5 illl npemd af 40-605 Olll'I com parable HID I u minaires . lfmmt-l'rob!cliDo:lmili!Jmmsrsgepmtection options provide a minimum of ANS I Cl36.111iVf.ikA proll'dion. lriY/111A pnm1ion is also ava Ila hie . MECHANICAL llldudi5 staalilll AB. lnmatflinllyreJbRs such as tool -less entry, 3 station terminal block a cpliitdsmnnem. llmble leld laa!M imidethe electrical compartment for easily leveling it imblilian. Ragged die-asulllniun lnol!illg illlll door ;n polyester powder-coated for durability and Ollll!iDll le5istino!. lligomu5~ pre-tmlling and painting process yields a finish that idimsasdle~ .. af7 (per ASJM D1654)a fter over 5000 hours exposure to salt fag diamllfr(~ per ASDI B1lij. lffltiilllll llllllllll is ad]lililhld•iDIS hll 1-1/.f'to 2" (1 -5/8" to 2-3/8"0.D.) diameter. Pllnima36w"bolion ~ II" ANSI (136..31 Milientld is ast no the bDasing (not a 5ep.rale piece). CONTROLS t&IA 3 pin pllDIDalntml nups;m is 5laldald. with the Acuity des igned ANSI standard 7 pin imptadec,liollaly mialile Prmin51fHI slide locmg5!.Jle lftlloolllml-PCSS (10 )'ea r rated life) Extreme long life solid slille lodingstylr ~ -PCll PDJNrrated life). Mulli-lewielcimmingar.iilaWe1Dpavride~dimmi ng as specified by the customer. OjlliunalcdJoiJrdAdjllSlilble Ollplll mo:Mei!Uowsthe light outpu t and input wattage to be IJIDdncl to meetg speciicft'fjllftllltds and also can allow a single fixture to be flexibly ~el ii mmy diffaeot iffllirm15.. ATBO 20BLEDE70 MVOL T R2 3K MP NL P7 RFD210913 AEL American Electric Lighting• Autobahn Series ATBO Roadway Lighting ORDERING INFORMATION A'.m!l 20BLEDE70 MVOLT Perfonnance Paclcages VoBlage AJBO Autobahn LED Roadwa 108l.EDE70 IDB Chi;,s. 7lllmA Driver 10BLEDE10 108 Chii;,s. ll!illmA Driver 10BLEDE15 108 Cllips. l!DlmA Driver 20BLEDE53 208 Chips. 5'2!imA Driver 20BlEDE70 208 Driver 20Bl.EDE10 208 Chips, lll!iDmA Driver 20BLEDE13 208 Chips. 1:llllmA Driver 20BLEDE15 208 Chips. l!DlmA Driver 30BLEDE70 30B Chips. 700mA Driver 30BI.EDE85 308 Chips. 8!illmA Driver 30Bl.EDE10 308 Chips. 111!iDmA Driver 30BLEDE13 308 Chips. 1300rnA Driver 30BLEDE151 308 Chips. l!illlmA Driver JK./IMP ~'l./ P7/ RFD210913 1Co1or remperature (CCD (Blank) 4lilllOK CCT, 70 CRI Mn 3K 3000K CCT, 70 CRI Min. 5K 5000K CCT, 70 CRI Min. fiaill1 (Blank,} BK BZ DOB Gl Wfl !G raf (Standard) !Black !Bronze Dank !Brome 6 raphi!Je White Su nge Pro'tectiwrn (Blank} Sta dard IOkV/5kA SPD 20 l(!)kV/1:IIKA SPD Ill" MOV Pack l1 SPD with Indicator Light Termirna IBloc l< (Blan]9 Terminal Bloc k (Standard) T2 Wi nedto l1 & L2 Positions .~ BL HS NL Xl IUMR-XI IBxtemal Bubble level House-Side Shield emalabel otCSA Certified ll" H:oriz,onta l Arm for Round Pole. Painte:d to match Fixture Options UIIS-JX r Horizontal Arm for Square Pole, Painted to match Fixture IMI-GAI.V B* Horizontal Arm for Round Pole. Galvanized UIIIS-GAI.V r Horizontal Arm for Square Pole, Galvanized P72 NII NP ON PCll SH Packaging 3 Pin NEMA Photoconlrol Receptacle (Standard) 7 Pin Photocontrol Receptacle (Dimmable Driver Inc luded) No Photocontrol Receptacle Field Adjustable Output OV-1DV Dimmable Driver (Controls by others) Multi-level Dimming Solid State Lighting Photocontrol (120-277V) Solid Stale Long Lire Photocootml Shorting Cap {Blalk) Single Unit(Standard ) JP Job Pack (42/Pallet) RFD210913= 3000L CCT 70 CRI LED's Example: ATBO 30LEOE10 MVOLT R2 R2 lloles Op tics R2 Roadwa TyJ!e II R3 Roadway Type Ill R4 Roadway Type IV R5 Roadway Type V 1 Not available in 347 or 480V. 2Notavailablewith DM , ML or NR . 3Notavailable with DM or ML options . 4 Not available with AO, DM, P5 or P7 options . 5 Dimming Schedule and light level information req uire d from the customer in order to confi gu re product. Contact Infrastructure Techn ical Support to proceed. AEL American Bectric Lighting• Wananty Fille-yurllillli!9d-Jnlllly. CGmplete warranly te rms located at: www.acuiMlrands com/CustomerResources/Terms and conditions .esox AB. eadgwuters, '3ll25 Colwnbus Road, 6mwile, OH Gl23 WAw,ameooanelec'liicli.11h!ing.com ©2014-2017 Acuily Br,ands U.9hting. Inc. Al ll!Jh!s Rese,wd. AlBO Uii,"11/11 k:lual perfonaance aay dilfer as a nSllk of end-user environment and application . Allvaluas arw dtmgq artpal values, meas..-ed under laboratory cond iti ons at 25 •c . Specifications sa1Jied:1D dlange Mlloal oolice. l'luu ,,_,_.sa1,a tf111RJS latiwelor Ille latest product information . P E R F O R M A r,J C E P A C K A G E Autobahn Series ATBO Roadway Lighting Perio,mm, I""·' c"""' ! i ., •• , : ~ ' Package rr A• I ·,,,a-, j Op,c 1111 25 1211 1..911 098 0:97 11111 y 112 41293 111i 1..911 0.98 0.97 15DI 5' 5lli8II -11.97 0.97 0.96 JIii 25 3IDll!I m 0..!18 0.98 0.97 111111 ':JI 113 4313 117 0..!18 0.98 0.97 OB 15111 54 5142 -D.97 0.97 0.96 711111 25i 2912 13 Cl..!IB 0.98 0.97 ID y RI Cl3Z 1M Cl..!IB 0.98 0.97 l!illl 5i!I !im 1lll5 D.97 0.97 0.96 JIii 25 :llllli5 m 0..!18 0.98 0.97 10 ':JI R5 4122 mi Cl..!IB 0.98 0.97 15111 5t 5114 191 D.97 0.97 0.96 525 3li 4DI 12!il D..98 0.98 0.97 JUI 41111 5!156 1211! D..98 0.98 0.97 11111m 71 R2 lil!i05 12!D D..98 0.98 0.97 1300 fi !Bl2 U4 O..!li 0.94 0.92 150ll !Ill mm m D.!15 0.92 0.90 525 3i 411N 131 Cl..!IB 0.98 0.97 711) • 6114 121 Cl..!IB 0.98 0.97 1• TI R3 llill& 121 D.98 0.98 0.97 13IIO 11 1Dillil5 111 O..!li 0.94 0.92 2lJB 1!511J !J!I H Iil! 113 D.!15 0.92 0.90 525 3li 4&1&i 13111 0.!11 0.98 0.97 JIili 4111 lilllZZ 125 0.!11 0.98 0.97 llDI n 11M l!ifa ll!ll 0..!18 0.98 0.97 131111 11 1111153 116 O..!li 0.94 0.92 )'iffl !B mm n13 Dllli 0.92 0.90 525 35 ., 135 0..!18 0.98 0.97 1111 • 6211 131 0..!18 0.98 0.97 1• 71 R5 -125 Cl..!IB 0.98 0.97 13111 11 111391 1~ O..!li 0.94 0.92 1!511J 99 mm 117 D.!15 0.92 0.90 1111 1D 9174 131 0..!18 0.98 0.97 8!iD 13 11MS1 15 D..98 0.98 0.97 1000 lll!ii R2 12414 111 ll.!l6 0.96 0.95 1300 12& 149!MI n!!I ll.!l6 0.94 0.92 1511D 145 16251 n12 D.94 0.91 0.89 711) 1D 811!13 121 0..!18 0.98 0.97 11511 1.1 111125 13IJ 0..!18 0.98 0.97 ..... .... R3 ,,,,_ Ill DIIG nqi; n qi; 1311D 12& 141511 118 ll.!l6 0.94 0.92 OB 1!511J 145 161!13 112 0.94 0.91 0.89 700 70 191 1 121 0..!18 0.98 0.97 850 13 11fi8!1 ]211 0.!18 0.98 0.97 11111 Jll'ii RI 12782 1122 O..!li 0.96 0.95 1:DJ 1m 1418!11 111 O..!li 0.94 0.92 1500 16 t&E 114 D.94 0.91 0.89 1111 71 !IJZ!I 133 0..!18 0.98 0.97 1'5111 13 1121B 135 D.98 0.98 0.97 11111 111§ R5 13Z96 121 ll.!l6 0.95 0.94 1311D 126 152.54 121 0.96 0.94 0.92 1!511J 145 11i111 Hfi 0.94 0.91 0.89 IDaennlues, mul ti ply the 4000 K lume ns by .93. - 1 : 1 __ 1_!i"C ______ 2JID'"C ___ 1--_2S"C ___ 1--_:rc ___ .,___3!i"'_c ____ 4_o_·c_---1 ~ 1..112 1.01 1 11.!B D..97 0.95 W,ananty lli<e-,-, iollmil~. Comple te wa rranty terms lo cated at WVlW!acmilvbraocfs,com:/tbst:omerfl.esources,Jem1s and con ditions .asox A:la ,a,r .. ,rmu lDlltf ilkas • lesull of end-user env ironmen t and applic ation . II. ....toi,s....,*"Voar1fiical 'll'l6iies,measured under laboratory cond ition s at25 •c . Sgmc,Taimm Sl.llj!tt! Ibo ..it!d nolic e . ,.,,,.,,. ~,,....SIies....,.__ for the latest product information. HEAJ"N0.$040$83 CMCSTEEL nxA$ 1 S1'EEL MILL DRIVE SEGt.JlN TX 7S155•7510 $ Madden Solt Co,p SECTION: ROUND 'l .383 x 30'0w a CERTIFIED MR.I. TEST REPORT Rir-additron:al C¢llies can ,83{).372-3771 s Madden Bolt 03rp H . We hereby certify that"the test results prGSjlrtted hete are aeeurate ami confur.m to 1:he repcrted grade spe-3flcatio:n ~t-~ Dant<?! J. Sdlacht Delivery#: 81131969 BOL#: 7-0407701 A5295S L 1:342.0 Hempstead Rd l 134:ZQ Hempst~d Rd cusr P~ Pl::50372 GRADE: M;rM AS2S-0S Grade 55 D Hotlswn 1'X ? Holl$b:lr.t T.X CUST'PJN: RO!.L DA.Tl:~ 07/06/2013 US 77040-58'!3 us 17040-0813 OLVRY LBS/ HEAT: 45ae.OOO LB tJtE..T DA.TE: 06/27/2013 1' 7't39399999 T 7139399999 DL VR'l PCS I !iEA.T~ :30 EA. 0 71'39397200 0 7139397200 Characteristic Value Clrataeteristic \lalue Characteristic Valu~ C Q..23% Rl!tductior:i of Area~ 1 37% lll1n 1.01% Elongation fest 2 30% p -0.015% Eiongation G~e I.gt}, .est 2 "2.1N s <l.!r.30% JmN@~Test 1 1748HN Si 0..20% Cu -0,3:2.% Cr -0.13% ~ 0.13% Mo 0.035% V 0 .021% Cb 0.003% Sn o.0':!0% Al 0.001% Carbon Sq F1564 0 .42% C:atb<m Eq A52:9 0.50% Yield Strength test 1 67.8ksi Tensile Stl'ength t"eSt 1 $2.3ksi ElonsatiOn test 1 28% Eronga1ion Gage Lgth test 1 SIN 1litS IIU\TER!Al. 1S A.JU. Y !CJLI..ED, 100% MB.TEO AND MAm.Ji'AC11'Rl:O l~ it'll: USA. wrrH lllO WB.D RE'f>AlR OR MERCUm' CONTAMINA.TlON 1N '!HE PROCESS. REMABKS: '11l2t12013 1 S:14:42 Pas~ 1 O'F"l , ' STRUCTURAL & STEEL PRODUCTS P0#249609 ..._UNYTITE INC o~~-u~~i; 011ve • • PoJl.l, ll61$54 INNOVll11WMSTallNO 8VlllUI& Toi 01/J-224"2221 fl'IX 811i-224-3tf3-i Cusfomor: Customer PO No: t.ot Numl11m 16977-1321!09 S0#70922 Pan No: A194 1 1/.2-6 t0.027 2H HHN HDG BLUE DYE . Name: ASTM A194 He11vy H(IX Nut. Gri.ldG 2H, Hot Dipped Galv, Blue Dye Manufaotured Qu11nm~ 8,162 pcs INSPECTION CE~TIFICATE tlhlpTo: ~hlpPad Qty: .::_:. ~~~·~1iti ;;,;;1~)t~_t::;;\,-:.,!,~~~~:?:~:~fo~:!;t!~~~~~~~{\?l:{t::;~i~r~~r~x»~JJ~·~ti~~s1~tJtlriif I ~ii;'~Ji{~:~:.?!·;:~ =.:::}r·;~·,: t:::~~: :J . :. ! ; ;t.~ ~: ·~..:-·~:~t~::~~ ~.~1 ·:::· ; ·· ·· I leele are n acoo,dancei\1 1 1a alO/sl rov $Ions o 11e mol ods prescr bed In lhoappllaeblaSAEanil.AS'tM SJ!<!olfft!ll!IQM, Ttte•empJes lesled conromi tha $1Jacmcallon~ 11s descrlbedlila!ed 11bovo and were manufacturail rroo ~rme,c:uiy cun!1tmlnallon. No heats lo whM1 B~ntulh, Selenlu,n, Telluilum, or 1.011<1 wa~ lnlsnllonally 11Clded have beo11 uiell lo prortuC!l prO<lllolij, The eleeJ wiis malled anamanvTaclured l~ lho u ,s,A, -0mt Ula produol \Ya$ m9n\lfnaturod en\f !evle<I rn Itu, U.S.A.. We oorllTy l11Rl lhli data Is true repriieentetlon of tnTormaUon provided by !ha metorlal llUppJlor and ourlestrng labotalo,Y, lhls ai1tfned matM!nlloalre ortrolut o I<> I i;l ~mo Ii (I cm fhla document o~d mll no! bare ro ocd ex~ tin Ml 11,21m 06(~ PloxOnlfn,, 11/2fl1~ 1:08PM DSAVAG P11u111 r \ November 14, 20m t.rnytlte, Inc. UnyUte Quality 1Jepal'tment .~ One Unytlte Dti've l'el'\I, JL 61354 'Io Whom rt Ma.y Concern: This Is to. certlfy that the hot <lip galvaulz£ng o.f the followJng material on youl' FurchMe 01•der number 484$ conforms to speciffcatlon AS'rM A·l53, The following :sizes and lot numbers comply with the coating, workmam~hip, finish, and appearance requirements of ASTM F2B29 specificationa. The hot dip galvanizing ts NO.HS compliant. The galvattizi»g process was conducted in n temperature range of 830l7 to 8 50};?. · 59,770 Pieces i',856 Pl8Ctis 8,266 P!~ces .. l"·8 A563 DH.Hf!N" 1''•8 /l.5'63 DH HHN l •l/Z"·O M94 2H HHN lot#l6879·2.M60594 Lot# 169-79 •621.Sl 28"4 Lot#l6977¥ 18 2909 4,3:l Avg. Mlls , 4,49 Avg. Mils , 4,48 Avg. Mlls, This certlflcation 1n no way jmplles anything other than the quality of our hot dlp galvanlzJng as it pertains to your order. 'This Ptoduct was galvt1nlzed in Rockford. JL USA Yours very-. truly, ROGERS l3ROT1-Iln{S INC • . ~~JOJl~t>WvvVJ r.orratna l', Shelburne Vii::& Ptesldent LPS:)W ~ SUJ3SCRU3EP AND SWORN l3EPO.RE ME THIS 14TH DAY- OF NOVEMnnR 2013, AD NUCCIR SHEET MILL ~R.O.l/P tlt..'Car Stee:1:-r.ru,fonisville 1;537 South ~l:' Road Crai,srotdsv.i.ll~, !N i\-~07 Order Nuiber: 236260 -001.7 Order tfuiensions: 0.1581) in X 1;9.0000 in ~ ,ttJll., 1035 ASTM A568-t1b $E JW 1035 'f Lf 9 / £ D0tS1t30 C,.C- Certifuate ~~ 1!-96rot ()ate Issu.e:d~ 01/2+1201~ Jl~e: 4 oft;. Cust®e!-Nam: UlOOSHt' til!SIER !'fu INC Customer Rddre$s: 2100 s e1w sr Hll.liroKEE MI ~07 C:..St Pll NU!T(!et: il.2627 --.-----------------------------------,--_______________ .. Coil Nw:ier fl66~1 .noo TA]. Rocla,iell B-: 85 Cller:rrnl.. 8NSl.YSIS Hea.tS~C 1-t'l? :S Si Co. Sn Ni ti:: Mo Al It I/ Nh Ti B Sh 13sstf.s ~ o.53 o.ss~ o.~s o.-00'! o.2lj.Q 0.11s 0.006 :o.os'f o.-083 0.021 o.im -o:.oos 0.002 ~.001 o.003 <O.ooos 0.002 ·- '· ....... __________ .., _____ ....,_. _____ ........ ~--...... . ---------------------------:-- hlE HEREB'i' CERTIFi ~ ABOIJE IS CORRECT PS tolrr{l!NED JR 1HE llE.COROS OF 1HE COPPORa1IOI{ 1£.TED ~ RfJU8l IN m: US.A · --' .......... ..---1---·-··--·, I CUSTOMER: :OAT.E: PO#: . ROGERS ORDER#: FOR HOT DIP GALVANIZING WR(?UGHT WASf}ERMFG., me. APRJL 8, 2013 271493~Q1 87714 DESCJUPTION: wwrcn: (3.000 OD -1.641 ID -, 148 THI() 1N1/2" S MARK filfil.5. TAG# 382825 .QTY. 58,198 COATING THICKNESS AVERAGE 3.50 HIGH 6.20 LOW l.90 WE HERE)3Y CERTIFY THAT THE ABOVE SIZE .AND LOT NUMBER WRICH WAS HOT DfP OALVAN1Zl1D IN OUR PLANT MEETS THE SPBCIF1CA 'l'IONS OF ASTM Al 53, CLASSD. . Tl-la Al30V.E S1ZES AND LO'f NUMBERS COMPLY WIT.fI nm COATlNO, . WOIU<MANSHlP, FlNI8H, AND APPEARANCE REQUlRBMENTS OF AS'J'M F2329, THE H.OTDIP OALVANfZlNO JS ROHS COMPLIANT, THE <1ALVANJZING PROCESS WAS CONDUCTED IN' A TBMPERATVRB RANGE OF 830F TO 8SOP. . . THIS PRODUCT WAS GALVANIZED IN RO.CI<FOlUJ, Ji, USA. ROO~RSBROTHB~ ~ •• flL Quality Mmmgor LPS:pd SUBSCRIBED AND SWORN BEFORE ME THIS 8TH DAY OF APRIL 2013, AD ~i£~c~L~v . ROGl:RS llROTHl:R8, INO. 1926 l(ISMWAUf(Ee smeey,ROCF<~ORtl, 11..l!NOJS 1!1104·~197 PHONE": &11)/966-6132 F/\X: 615/966-8766 c•MAIL! (Clger3bros@fds.net ' .. ' .. ' I STRUCTURAL&STEELPRODUcts P0#249609 ITW Shakaprel0Mro11p :zooo lnduwlal nd rron Rid~ WI liSOB!i Phunl!; {~20} 62~·2ll42 l'JKI (a.20) Gi!l•.'lli4!l S0#70922 ''-I -• ·C'1t} Shakeproof group w ITO'Wlll~ • wme, /,!EUOM$ • 6Hhl/lMOOJ f;@rtificate of c .... onformanc@ l1ll1Iw. HODl!tl-NATCO INDUSTAlf!S 78~S Hub Par.kway Valley View} OH 441255710 t4ttJ.u. P.J2J!J. J!gf1J1;. cust Part.II;. QescrJpUqn, WJb, NJtiteclt1l LqfLHeat II: Ql'derlll Shlo,Qqfti[ atv. lhtmwJ.1 Shill Tq,• Hodell Natco 7220 Golden Gate Or Houston, TX 77041 4tG03Z1 DB44K422i3 75CHR2 l>ML150NOOOOG iw1/'J. OS 422 375 B60 HDC3 OOM 2S11'1-07 :ioi~G290 045462 01/$1/2013 2,940 Thfs Is to cartlfy that the Items dasnrlbed abov1;1 are Jn conformance with the speclflcat1ons1 drawings ancVor requirements Qfthe above i,urchase order. ffnQ 1·equ1rements are noted1 the ab.ove Items are manufactured to the speclflcatl(lns listed In our current catalog. rnese Items were manufactured In the U.S,A, Mark Czarneakl O.uallty As:iurarice Mam1ser • CHARTER STEEL FILE 1668 Cold Sprl(lge Road S~Ukvllla, Wt~eoMln 03080 (262} 268· 2400 1· 800· 437. 6789 FAX (262) 268· 2570 A Olvfe!on of Oh111tor Manut;icturlrt{J CompPnY, Inc. CHARTER STE!!:L resr REPO~T ~everse Ha& Text And Codes eust'P,0. .M00366 ITW Shakoproof Group. MIiwaukee 3704 N. Palmor Street 0ustomet-Part # · KCHSAFS 0.42100 : Oharter Sales '0rder : 70087166 ! ·t··· .. ''l!leat#; 10226290 ... lynda Cootfly Mllwauke~1Wlw 5a2n ' · · :shloll.::ot i : 4181047 .. · ·: : ·~·::Gtada ., 10B80 R SI< FG RHQ 27f64 ' · P.roooss : HRSA : .F.lnlsh.Slze 27/fJ4 I hGr~by C<JrtlfY.lh11t Iha material deeorlbed h~raln h11s been manuf1wlu1od lrl a@tdenoe wllh Iha apelllffoaUons artd stanuards l!$!Eld below and on Iha (l3varoe slde,and Iha! n a11U&Rao these requlrentanto, AL ,0.22 JOMINY(HRC) JOMll1 63 J0Mi3 3;1 PilN ,07 ti ,\)060 Jorim 82 JOM14 33 p ,1,109 13 ,ll0.2tl JOM03 62 JOM11i ~a 'l'o,t Roaulta of Ho11t Loi# 102262110 S -91 NI OR MO (JU .007' .~40 ,01! ,IHI ,02 ,08 Tl NB ,Of& ,00(.l JOM04 JOMOli JOMU8 JOMOT JOM08 JOMO!l 64 3& 37' ao 38 86 JOflliO JOM18 JOM20 JOM2.2 JOM24 J(>t,120 ~2 3f 30 20 l!& 2$ SN .008 V ,00.2 JOMtO JOM11 36 34 JOM28 JOM30 2tl 2t J01M~ :u JOM32 22 JOMltW IMfJ..11,nPl!J;MGLJSH MR JOMINY LAI!• 0368• 01' CHll'M, 01.lVI :no l!XT,• GRliE?N" R0DS1%B flOD OUT OJI ROUNO RliDUOYIO.ll AAllO 11 21811 Spooflfoelhmtl Adtll!lom,1 Ootnmtnte: Charier Stul S11U/wf/lo, WI, USA Ram: Load1,/1ux0,Maf!O #ofToala 4 1 Teatfl1111ullufrto1Hng Lol#108a 815 1',llll Vtlue Max Value Ma11n Vnlu11 ,42i ,423 ,4ll2 . ,002 ,00.2 ,()02 Toal Roaul1* ~f flro,;u11Jn{!Lol:# 41VOOOM181041 IJ of Teall! Min Value MIIX YalUB ri1a1111 V11hU1 1,0 76,3 7M 76,a 1 aO Gil 69 TSNSILi; I.AB r# 03611• 02 ~ L.Aa r, 03Gll• 0:2 Mnnuraotutod rer c:fisrtor $tool Q1,1aUty M~m,al R11'ID1o'a. 01· o~ MPolA illlelomor ~PllGlnoPIIOIIJ wllh any 11ppl1011blo Gh11~or stool ox11op!lon• for tho folloWll\!f 11u;1omo, rit11i11mor, C11~lomorD001111Wllt'"R•SOR•QLO Rovlalond PIiiot!• 1&•MA~•IIO Thlt MTR dUp(l~ei;fa11 all fl dill6d MTAS far ~~.dz_ v'J~nlo; l!Jarnard Manager of Quallty Ass 01/2S/2013 The following slatemen1B are eppllc:eble lo the matatlnl daeorll:ied on the front t1f thls Teal Report: 1, l'::x~pl as noted , the steel supplled for this order Wa$ m611ad, toll~d, and processed In tht:11.Jnlled .Slates meeting OFAR 1a QQl11J)llance. 2. Mercury was not used during the manufaotute or lh l, produc1 1 nor was the steal contaminated wllh me(cury during proca&slng. 3. Unlaos directed by the oustomer, thare ere no welds In any of the aolls pr(Jdllceo for lhla ore/er, 4. The l!lbQrstoJY tlrnl gen orated Iha $rnllyllMI ot teGt teeulta oan l>a /denllfted by the following key; certUJcate l.Qb Cuda Luboratory Atfdl")as Numbor 0368,01 7a88 OSBM Charter Steal 1868 Cold Sprlngsi Road, Saukvlllf), WI 53060 Maltrnu DfVlsf oli 0368-02 8171 -CSSR/ Chatter Stoel Rollfng/ 1858 Cold Sprlng8 Road, Saukvllle, WI 63080 CSSP Procaselm! Olvl.~ton 0358v03 123633 CSFP Charter Steal Ohio 6255 US Hfghwa.y 23, Rlelngsu.n, OH 43467 n,-__ ,_ -n,.,, .. ,..,n 0$C)VJ/ '" 4300 e, 49th St., cuyahoga Hel9hls, OH 0368· 04 126~44 0$0,t Chmter Slel,ll Cleveland 44126-1004 • A .. subconlraofed t<1at performed by Jaboraf<Jry nol In Ohaitersteel Gystem 6. When run by n Cllprler Sleet laboratory, fh!l tol!owlng teste weu, 1rnrlormad Mccrdlng to tha lateel re.vision$ of the apaomcatlons !lated ·below, as noted In the Charter steel Laboraloty Quallty Manual: . Teat Spflcinc«tlon C$SM csswossP 0$FP OSOM/CSCR . ChemMry AnalysJs ASiM E415; ASTM (;1019 X X Macro etch ASTM 1:381 X X Hardenablllty (Jomlny) A'fJ IM ,., • .,11; Q'/111 ~~111/i "'"' X X G056f GralnBlze ASTME112 X X X X Tensile Teal A$-TM l:!8; ASTM A370 X X X Rook.well Hardneas ASTM E18i ASTM A370 X X X X Mlurostruoture (ilpharoldlzatron) ASTMA892 X X lrtOIU S!on Con1iml <M8Ul0tf$ A, ASTME46 X X Fl Oecarburlzallon ASTM E1077 X X X Charter Stoel has b1;1~n aoore<illed to ettorm all of tfta above Coats b lhe American Aasoolallon for p y t.aboratory Accreditation (A2LA), These a.oorat!ltallons expire 01/31113, All olher teal reaull$ aasocl~tetl wl!h a Charter steel laboraloty that appear on th~ front of ihls report, If any, were 1wtformed acoordfng to douumented prooeduree d~vaf oped by Charter Steel and arii not acoredlted by A2LA . s. The test re11ult11 on the front of Ihle report ar~ Ill~ true vaft1es measured on the t1amples taken from the procfuotlon lot . They do rtot ar,pJy to any other sampl&, 7. ihls tasl ,oport cannot be reproduced or dlslrlbuted $Xcept In fllfl without th" written permfs&lon of Charter Stael. The primal}' cuntomer whOse t1sme end address appear ott the front of this form may re produce thfo test report llltbJeot to the-following reefrlollons : "It may be dist ributed only to !heir oustomers itf3o th 11!dM of all pages t\1U !l t be reproduced In full 6. Thia oartlfloallon Is given eubJe ot to the terms and r,ontfillonu of sale provided In onarler steel'.s aoknowfe(!gement {destgnatad by our Sales Order number) lo Iha Q\Istomer's purchase order, Bo\h order numb,;irs appear on lhe front p11(Je of 1h19 Report. · 0, Where 1he customer has provided a 8peomoUon, tha re$Ults on lhu fronl of thla test report conform to that t1peo1RoaUon unles9 otherwise noted on Ihle le$t report. e . ~ 1~$/i OS 42, X 369 1~86~ t/W SA~ lt/1 5q9 tDB46K4i4a69CHRi t0T#0~029ll~~~7 POiS3ll-29!19-0722 ~tK wr 2li6ff 1 AVO, COA'l'tN~ WE:C«:mr: 1::1.t:z . , MitS. J. IIMAIL ClOPi Qf! P.AOK:CNG LXS'.1.1 ~O 11 Sl-JAKijPROOl? .. i>ACRitfG LXS'l'S" .\. 01.m l:'Q~IOH'l' $3.60/0Nf. ~!~~ MINIMU~ 1 WB O~R'l1X1!Y THI? ABOVt SXZBS .& tOTf-'S <tOMPLY W/ TfJ~ <:ONl'l:N~, WORKMANSliW. rtNXSH & APPE~RA'NCE OF ~srtt ra,29. l Tff~ O.M,V,ANXZ:CNO Pl'\OC!li:SS WAS OOijDVO~ttO IN A ftM~gRA?UR~ UANGB Or! 83i,li TO 85~Ji' l THlS PRODUOW W~$ GALVA?-flZE» IN ROO~UORD, lL U$A 2 fll9, i, J.9 w.s CijR'l'Il!Y 'l'HA'l' 'l'HB ABOVE suns AND LO!r ~1.1Ma1.ms • HAT \·1~ni 01\tVANUifO );N oun PLAN'l' f,ff!8T SPEC$ Ag~M A168 OX.AllSc::,_....._.i,... <>r 1-~~M Al.a~. ROHS r:ol1PLI~}!';/~V i:innTA:cNs 'l'o 11t1 o. DAT~: ___ .........,..,. ~ :. ... J~~ 0, O. DEP!r, _. ' ........................ ':t =~ · ....... '- flequast D~teJ ~l720/l3 l l i SPS Coil 'P:oocmll,g Tu= 5215 8ird Creek Ave. ?ort cf catQos3, OK 7401.S 8.1GB ui·. METALLURGICAL TEST REPORT 10 Che!Tic:at An~ l:IOl,IE$t!C !l!il! ~sra !-!I~~ 1 of 2 Oa/1 OJ201'2 17,Slkl!S \ 1'foa~ ~ :z2"31P l!l3'!0b OOOtS:OZ!O C>d,oc ~ ....... 0.21.00 0.41!00 • Pbooi>l>on:s O.ot10 Sliooc l,iclce1 ~ ll'I~ Sb;j> ~I I oano12ot2 • l!oroa ~ ~ ~ V~ ··~ ~ T<l:I o-..021X> o.= o.osc:o o,o,oo .0.0000. o.t!3CO 0..0::,00 om,o o.ooz:, 0 .0000 o.oosa o.coso &111:No.. -~ ~ Dl)C1lml2$2' Cazbos,=~ -o.21~. :,~. OAStO -0 0 • . ., _ . c~ Aruilysis -• ~ :; Verdor NUCOR sra;!. 1'IICl(MAA OOMES'ni: • Mill l'IUCOR ST".S.. HlctMA.U • •" ?0 !:A" S.1~~tS ~--• • -,_--_:. :._ • _': :::: ::. ~ Si:,ptm, Slio:>rt .~:._.Chr~ ~ -Jr,,oco ~ ~ • : . o.ot,o ~ 0.002:0 • 0.0200 0.0400 ~-~ o.osoo. -o.o'I00~~-1l000-• 0:1306 ~o. -.- ---------------------------------·----- .. : ;, .. ';:~~-.. ~ -~~-; .. · ..... • .. £; ... ;, ---------·---·· ~ ·---- ~"c l CtJ$'!OM:S. $Hll''!O oJS'rOM'cR.BlU. 1'0 GRADE \ S?\APE/SIZE ·GERDAU 't,{ADOl".....N" B0t..TC01U'ORA'l!ON MAilO'EN BOt.TCORPORATION M1022M Pircb.D~Rt>u:nd /t .6is- 1.3410BEM?SttAD '.RP 134:20 liEM!'ST.EA:D l© HOUSTON,!X77040'.-$$1~ .HOUSTON.TX 71040.S&B LENGTH lWEtGHT \ :!EA.'!' I BA.TCF. US-ML-MIDLOTHIAN USA USA 23'()2,• 10,6241..S SS'1l5(l28/()l 1.00 'W AM; ROAD MIDLOTE!AN.1.'X '16065 SAt.ES ORDER CUS'!'OMER MATERIAL N° SPECll'!CATION/'l)ATEorRE.VISlON USA 489459/000010 >;SrM. A2!1/,'12$M,t!A /'S!M.AS/5-90!!(=6) I CUSTOMERP!JR.CijASE ORDER.NUMBER msmrs \ :rm..t,OFLADING l327-000007S'm \ DATE lOl"'..Z0.013 P-a2e 2D. . CUS'IOMER SHil'TO ClJS't'O~ 'B!U. TO GRADE SHAPBIS!ZE - GERDAU MADD'&~BOLTCORPORA'TION MADDr:N BOt:rCOR.1>0RAT!ON MlCl22M Pltch Diameter Round / l.6I3" 13420 HEMPSTEAD ltl:> 13420 a:eMPSTEAD RO - HOUST0N..TX71~S8!'3 HOUSTON.. TX77040.S813 LENGIE WEIGHT 'EEA.T / BA'I'CS • . S-ML-MEDLOTHIAN USA USA 23'02· 10.S24LB SSOlSll'.l.8/0S lOWARDROAD - tIDLOTEIAN. TX 7606.S SALES ORDER CUS'roMER MATElUAL N" SPEOFlCATlON / DA 'TE or REVISION . SA 489439/0000!0 ASTM Al'l/A29M-UA. AS!'M AS76-908(~&) ::tISTOMER PURCHASE O'RI>ER.NtlMBcR :Bn..L OP LACING DATE "E50'218 1327-000007&738 10/22/:Z.1>13 . ::o:M;M.81.".l'S /NOTES )l.eml,;:tl.o!. ~propcrticsofb:ir.stOcl:~b!e.fur=f.l<:tlll1l ~ .AS!M 'l'1SS4Gix!55. SJ 3%ldAASB"I'O M3l4GrdS5,SL .f STRUCTURAL & STEEL PRODUCTS P0#249609 S0#70922 63 Freedom Rd Palnesvlllt;) OH 44077 /'-// / 1..,,,.--.- 440·946-3500 Phom'! 440-352"2700 fax DATI:! DYSON ORDSR# a.sta CUSTOMER ORDER# .(0},5742 JOB# QUANitrY SHIPPSO 3,420.00 OREATl:O 10/26/2013 CUSTOMER Texaij Bolt & Nut 6300 Weat by Norlhwesf, Sul Houoron PART NUMaER; 17(1002001 PROPUCl' 1,76''•5UN0•.2B (0.031 11 0/S 13ore) H,nwy Hex Nut, Ht:>G p,:ir Dl!SCl'{f PTION; ASTM·A 153/F2t128 (no wax & dye p&r oustomal' request) · SPECIFICATIONS: ASTM-A 1e4 Orade 2H TX ?7040 ASTM·A663 Grade OH USA STARTING MATERIAL DIA GRAOE QTY LOT COJJE HEAT NO. R(lund Bar 2,00 1046 3420 . DCXX 121870 The pfoduol lJsleo ~()OVe was manufactured, teated, seimpJacif ana lrisp,eoleif'ln' aoooraaifoe wflh th'e ·speolhoatfon, purcihase order, and any supplernentary rnqulre1nents aml was found to moel those requlremenls unlasa ofherwlae noted. 1, The steel was melted and manufactured In Iha USA i'lnd tile produal was ma11ufaotured and lailled In the USA, 2. Blanks ware lampar~d @ 860 degrees F. minimum. 3. Hardness Resulls {Lol# 16):277/2$3 HBW 255 H8Wafter24 hr. H.T.@ 1000 degrees F. on sampl!i nut In accordaooe WllhASTM-A194 Grade 2H Attaohments: · MIii Test Report, Garvanlz!ng Celilfloallort, ~5;© ~~~~ ,w)M(l ~- Deborah A. smith Q.A. Admln. l\ssfs1,inl 10/28/2013 Pack Number! 51~1 LARGE DIAMETER FASTENERS & FORGINGS I STANDARDS & SPECIALS /COMMERCIAL MIUrARY a NIJCll EAR Rl=>Fc.JFIC:A'TIONS CERT:CFIED MILL TEST R~PORT i ?)71-jl3lro/"' llltL ,o lha Dyson Colflt)rallon sa f,eedam Road P.a1ne..WIIIP.1 OH '1'1077 013te 06/26/:W12 Cui:tomer PO ASI Ord No, "!l'J:/'16 customer P'r ASl Ord Lina ltam 1 ' SHIP TO 11,a ov~an ColJ)llr.iUon 53 Freedom Rond ~lrtesvll/e1 OH '1'1D77 Bpe<:Tflcati11J1s S'Aii 1045 Alton Steal Test Lob #5 cut Street Alton, IL, 62002~!)011 (9;tO) 463-4490 l':!)('(i4aa (6·:ia) 46:NM!.}1 (fax) ASJM A h71HJDb (06}, ASl'M A 20·11B :nem PMcrlptto11 strand ost, lllt .. 15.60i1 Steel a~r, Hot ftolled, 2.00P~, 32' f.J '' HebtNumbar 'Vleld f'.'J): Totlslle PSl % Eltlll!llltlon % ROA !lend Tost ~;~=~~~e~==~~~~~~~~~~~~~~~~~~~z~a~~=r~~~~~~c==~~~t~~~~~~~M=~~~==:=~~~~~i~=~:~~~~~~~~~~~==~~~~=~=~=· CHJiMWA.L ANAl. VSJ:S Tf!ST Mt:rHOl>S ASTM ~-4iS .& ll·:1.019 Heat Number C Mn • p s SI Ct.t NI er Mo .Sil Al Nb/Cb V a Tl 1:U-933 O.!iO D,76 0,006 0.021 0,2'1 o.10 11,063 0,131 0,0.Hi 0,()10 (J,(10.1 0,002 0,032 o,aooJ O,OOUIJ j,;,?1070 ·QAB 0,7.ti 0.007· p,oh · 0.22 o.~1 0.060 0,1S6 0.017 o.ou · D.<IDJ.' o:obl o.o:u 0.0002 0,0006 lOMlNV HAnllJ;iNABIU"rY t:JsXNG AS'J"M A·lSts tAt.CUr..AT~P ~ROM CJit;M):CAt o:,: 1.1.e~t t:1u'!'.~!:'r GS . PJ _ 12if!:IJ n 1.51 ---w----"~~~---~~~~~ 12iB70 1.51 SPl:CrAL 'rl:S'r Rl'<SUl;rs J ASTM t!-45 Mell1bd C{ I ' ~Af; m~ f PSrMJ!•3Bl Mllni!O~ jFMUcGSj !; 0 s 0 s Haiirl'lumbar TA TD TC TC> HA liB HC HD __ __:._ _____________ _ R c; A B .1£1033 :121070 Np fnl!rcu,v, 1aPII, tlldlom1 or 11fpha c1mfiil11fog mataital or equJr.n1mt Is ui;ctl ur dellb1m1hdy llthlr.d In lh l! pro~uctlan of Ul l$ stcc, tlo w-ild or Welo repalra Wi!h! l)llrfotmll~ onthli: lllntlJtllil, Thi$ llt$el I$ Hl0% Ek!ctrli: Arc fum11~e Melted ;ind ltol{11tl ht ll:,q U,S,A, Ma1~rlal qua11nei; ps NAFfA orlglnnll~.o . Subsetlbnd bn!l sworn ttJ btifor4 nJI', II Nolb,Y Pubfl,rrnaad rar lite l.'l.lllnW P( Madlsorr, stete orIUlnols I~ D~~~-~- My (OlllOIISslon OXp)res. ___________ _ 1 2 ,. 1 1 2. APJ>ITTO.NJ\L COMMEN"fS Altllratron or reµrudm;tlan ol tlll~ tapott, ~)l!:Gpt In (tJIJ, Ii: Mt btlowntl without wllttan approval by 11. reprqs11ntat1ve or Alton St11~l Jnc:01Jlotat11tl. r herebi, certify tll~t thn isbove test$ nre carmt iltl l:!ont;il1111!1 )II tl)ij records iif AlTON S"ft;l:L lNCORf>ORATl:C> - = N Ca 0.0002 D.Ol)j O.llh!lB (),OOj Hardn11~s RC ne llJiN ",.,"'" r'r Li:m1 r.: ('1,,()1.f 111 j,;I, ({i!\f191}/ "" :1 ... 1.iti ,11;1,:1. t:MX ~Ml'P.RIIIArTONAL ' C j, ,( ;l. . ::,. · fll(l\gl'HWl::l,l~ ..;) , ... = .. ~,nJ:,'~11()~) , :On\'l',U!II 08 .. •~r, ... ·,J.-.t ""•1111"•"'1,• :1 "' " :l.ll ::¥11 tH t~\ II ,1, 11 '?u mi: <; ~ :,.o,: :I. :L 11 U:!I! :1.;~ll j,.tl,i !l t!\JI 4.,!,:?. m:i.l ;1,, ::; lJ m :I. J, ;:1 .. ;:I6 <n:l. J. ~ "l.rO m~.). ;1 .. m7 111:l.J. ~ .. i;i~ m;l.t ;1,,r.1~1 mu. I.} ,,01 111:l.l, ~i "S () m ;Cf, ~l b I~;?, Ol :l.1, ~1,ilfO m:i.l. ~~ ,; ~9 m:D. , · i~,.t.,4 m:1. J, 3 .. !3~l 111!1.J. ;:1,, 1!.{jl ill,i,). .. M .,, :LV.1 fwm"..\t~<J "''-3 .. i'2 m,U. St<i\l"\tlourt:I cf<eVitd::i.tm r;, Ou,127 111:U. Ar:i::t,11 ... l'iH~Y t'l1 Ou :1.7 m:l.J. Pt;ll"C(!ll'\'l', dsv!loa1t3.on' ,.:,. j!s .. a,! M:I.Wh l!c1 4.t.2 m:t:l L<"J\1 :,ii ;';l" ~16 111:i.1 F~rd11t1tt1 l'if :l.~M mil ,~ JI ...... Al SJ/A I 2Jff.JJ 29 ~ C.EB..JJE.lC~o ~, . . . , STRUCTURAL & STEEL PRODUCTS P0#249609 S0#70922 V VKUUUn I V Vt\vnc,, / V\r'--7., fl ~v. D.:cemll~r4, 2013 130300 MADDEN BOI, T CORPORA'J'ION IJ420 HBMPSTBAD HWY. MOUS'f'ON, TX 7'/040 . HcntN11mhor 133662 Ce1•tfficntfo11 of CornpJfonce Clumticttf Annlysls C Mu P S SJ 0.260 1.260 0.008 0.003 0.211 Wroug)it W11sI1e1· Ql'(Jl'/LOt N11mbo1· 278514 Ptt1•drns~ 01·dor Number PH50311 Pnrt Dt'.~ci·lplion I 3/il F436 S MARK HDO Dnto S1tip1ml 12/04/2013 Qunntlty Shippl?d 4,800 We hemby c;:cr1il)1 thnl (he subjeol pnrls conform lo tile 1·cqo!reme11ts of the nppllenble llJ)ecificnlion iodicntecl for the snWeol pmls uml me ill complete conforrn,mce lo P436-I 0. We hereby oel'tlly Hrnt tho s11l~jec1 parls were hnrdened to RC 26-•is. We hereby ce1tify IhRt tho sul>Jeot t>8J 'ls wel'a hot dip galv,mize<I i11 nccordance with :ipeclficario11 ASTl\•J A !53-CLASS D. We hcreuy cel'til)i thnt :di sltllUto1y rnq11iron1e11ts ns lo Amerionu l'roductio11 llllcl Lnbor St11nd111·ds 1111<1 nil conditions of 1rn1·oh1we IIJ)plic11bl~ In IIte lrnnsnolion hove been _co111pllod with nnd lhnt the subject parts W¢re mdted nnd nmnufaclUl'ccl i11 the U.S.A. No weld .l'cpni1'S wero m11dc to tho mntel'lnl. Tmly yours, Wrongbt Wusher Mfg., lnt.i. l<lw.~4. f>m,J Schnefcr Q.C. Mnnnger Swom nnd .subsorlbod bi;,fore mo on Decoml>et· ,1, 2013 My commission exph'os April 24, 2017. (0.12) ~MARK, H1' flPO , 17~3~ WW IN'fl!RNA(, iJsu: GOll145W0021017J6$IS0~6<1 1901 CHICORY RIJ. • MOIJNT Pl..EASANT, WI 53403 • PHONE (l62) 554-9550 • fAX (262) 554-9584 VISIT OUR Wi:l3S1Tf!; www.wroughtwa&h8Y.CQRl NUCOR SHES'( MILL GROUP l>1a .. JVU.l?ING UORI< 'fltAt• 6'l'"f!J,!L . , ,1537 s. NUCO)' Road, Cmwfordp•llle, ln~l1933-94SO J$ll~)JilOJlt)l 809:'l'l~-0950 Fox: '/65 ·364·0685, ThmscJay, August 01, 2013 Wrought Washer Mig. INC 2100 South Hoy Sl1·coj Mihwmkee, WT 63307 PO# H?.7H8 Mill Coll # 1823278 Heat # 133662 Th.ls Is to confirm ihe-s;ibov~ listed coils were melted and produoed in the UJ1Hed SUltes .of Amedca by NUCOR SteeJ Indiana. Ify011 have m1y fm-ther questions feel free to call us at 800 .. 777~0950. Deborah J, Million Representative NUCOR Steet fodfana NL.u:: c:n=i ·SHEET Mil.L GROl/P Nucor Steel-~ille ~ SQuth Nucur Road Ccawfonisvi.lle, JN l\i~·0907 Orel' ~: ~""290 -000~ Grd~ Omensions; 0.1860 X 4-9.tj.JOO .• llOT ROLlED BAND ______________________ , __ _ Co-il h'uroer He.at Slab ~2327S. 000 \33662 OL+ . Page; 1 ~f, -~ N.al!e: l!l{OIJG!Tu...t:\SHER 1'fG INC wst01J'.el: tldrlress; 2100 S 00.\' Si _________ ,_ _______________________ .. ______ .. _ .. _____ "'"'··---·--,---' Heat C f.11 t $ st Cu. Sn Ni CJ:' J1o Al N ¥ Nb 11 B Sh 153~2 0.2-S i.ZSO 0.008 0,003 0.2}i 0.061 ·0.002 0,030 0.26S 0.088 0.0:22 0.009 0.001 0.002 ij.003 <0.001 0.001 --·-------------_.,. .. ,. .... _________________ -----------... -~ ---""'-.... ------···---.......... _____ ... __ _ '• r---------- 1 J ... I [ I .i · 1 1.ca.JED 11wn IIDLI..ED :m 11iE us~ ·-·-·-· ··-----·-'-·--r--··ufis ~ NOT a t:ffirrmD 1ES1' REPORT .; I.\· ' I I I I I I I I I I I J ,• CUSTOMJW: D . .ATill: POii: ROG.ERS O)W l~JW: FOR HOT DJP GALVANIZING ,WRQJ}.Gfff WA8HBR MFG., JtyC. tlQVHMl3I:;l< 26. ;wp , ..•.. J-IOTIJJP Gltl VAN/ZING ··-~ D ESCRIPTlON": Vi 1WIC//i {3 . .l7.'i_OD_::.l.&75 JD-.1,87 THKU:..Y!J." S .MA.RK. Qll.J..<i~ Tt'1.0JJ. 3 88047 QTL 4,800 COATING 1'FIIC1u'1ES$ AVERAGE 3.52 HTOll 5.12 ,1.lXil. 2.44 WB HBRBB Y CBiZTIFY THAT Tl{B t\BOVE SIZIJ 1\ND LOT NUMBER WHTCH WAS HOT DIP 01\LVANIZBO JN OU/t PLANTMB!.iTS THESPECJFlCATTO'NS OP ASTM A 1$3, CLASS D. THE AB0V6 S1ZES AND f.,OT NOMJ3ERS COMPLY wmr THE COATING, \VORKMANSHIP, PlNISl-1, AND .~PP8ARANCllREQUIRBMENTS OFAS'l'M F237.9. THB HOT DIP 0/\l,VANJZ,tNG lS ROHS COMPLIANT. iHE (IALVANJZING PROCESS WM GONDlJCTBD IN A TBlVf PHRATIJJlE RA.NOB OF 830F 'l'O 8SOF. THJS PRODUCT WAS OALVANIZBb IH ROCKFORD, lL USA. ROGERS BROnfEmS lNC. oQ'©1l!\G'lUtti../)J.J.//LQ}.}Jf)J1.ft_e) Lc,n·alno P. );helbmue Vice Prusid(:nf LPS;pd SUBSCRIBED AND $WORN' .BEFORE ME T.f-lJS 2<iTH DAY OPNOVEMBBR?..013, AD (0 1 _t!..iJ:l.z.)!J '-Y..JUJ£u) ~OTA RY PUBLTC ---·~~--~-------··-------~----.... ~---... --.. -.. -- flOGl:flS 13fl01111lRS, ING, 1926 l<ISMWAUl<~S STl'll:liT, R(JOl{f,OflO, ILLll'fOIS 61 !0HJfll7 PHONE:: 815/llfl!i·lfW21'AX; 01fi/!l06-~706 !:•MAIL: IO[letl:lhllls@1d~.11at I I I STRUCTURAL & STEEL PRODUCTS P0#249609 S0#-70922 ITW Shakllprool group 2000 lndustdal Rotid Iron Ridge, W/ lill031J Phone 920,62b,234li F-IIX 920.62G.2G43 Shakeproof'group 111Wore I ttmxe I MlllDWW. SIMXUHUUI' -~------~----~ .......... -----~--~------- JJII/ Tm Hodell~Nntoo Jndush'ies 782$ .B'ub .Pal'kway ,ValfeyView1 OU 441255710 /Jtlm Mi.iii · 4-148344 fnrltl~ l348K424389CHRZ , $,Ip Ttit Hodo11 Natoo 7220 Golden Gate l::>1' Houston, TX 77041 Cf/SI, l'nl'I#: DML17f>NOOOOG '/J.esal'lp.flom l 03/4 OS 4::t4 3 89 B60-l!DG bQtJh_ 1693 5-· lS HTII 10 I 66280 Ol'tlel'ill 33915 $/lip ]){I/et 8/28/2012 Q/11, Skl&e<lt, 220 Pos HRC 42 P,u:ls ac~HDG cext to :follow. Thi~ is to oer!ify tllllt Che· Jt01ns doso1·lbed abovo flfe lu oonfoi:m11nce w1tl1 the speoifloations, dl'awlng~ M<l/01· reqt1h·emi,u£"6 of th~ 11bove purofmse orde1·. Jf no requfroinents iwo not~d1 th~ ubove Items m•e 11111m1f11Ctnred to tho s_peolficntlons Hated h1 om• om1•011t catalog. These f!ems wer01nnnufnctt1red in the U,S,A, Mal1c. Czamocki Qlllillly Asaurnnoa Mt1nage1· . I ! . C/-DAf?TI:'R ~ STEf:1. .. LOAD /\DIVMon of OHA!lTER $1'1:laL jJ;;~'l' ~liPOJff Rover9EI HM ioxt A11d Cocloo • Chatter Manufac1u1/no C:ornpan~ Inc. ... rrw lncluetrlnl (Anar;ilnhlY) 31041\1, PQlmn1 ' 8froot. , t.yncla C11ol1,1y • MUwriufc1,1e,Wl,0'1i12 f(h1d Atllt tLyndo Cooloy l 6SB Cold Sp1Jng!i Uoacl St1ulMl/e, Wisconsin 53080 JJ.62} 7.6(1-7.400 l,BOD-437•8789 r& (Z62J 26B -2570 I htm1by 0 0Qtllfy IIJ(lt thb motoHol doso1lbotl horoln lie~ lloen n11111ufo0Jured In nooordance With the s))e~lltoallons and efnnr/~rtlo Uslo<l l>oloW 1U1tl on tho rovow, a!rlo,nn<l lllbl It e1t1Taftas thaso ¥119uJr6monta. • • iol1 OqJfvl 1880 OJjF.M 0 %Wt ,00 WJ ,6B · iosl lloau!to ofllo~ttofU 10100~00 I' S SI NI 1 0/l MO CU ,on· .ooli ,?.'/ ,Qn ,<J'l • ,01 .10 SN ,000 V ,U01 I\!. n u ·a . r~o ,0~4 ,OOllO ,0010 .O?.Z ,f/01 JOMJNVjl-lOC} JOMM JOMO)l JOMOll JCJMU•l JOMOU JOM(JO JOMOY JOMOO J<JMOO JOM10 JOM11 JOMt?. ua oa u1 do M $II M M -M a<1 a<t lilt JDl'r'118 JOMM JO/MB Jot,m ,IOM·IO ,loMzo JOM~?. JOlil24, JOM~G yOM20 JOMSO JOM92 , as a~ a1 s ·, ?.9 ~o 20 ,:ail iu .2,i 2a a& I. • ' JOMINV SAMPJ.ll 'rYPl!l!NOLlBl-1 "' 11 JOMIN'/ I.AIJ 1 • O:lbu,01 Gl-llir.t, D6V/AY/ON IIXY,,GRllliN ., _ ROOSJ7.1? fiOI) ovr OP: ROUNf> Rl!DUOl'lOIHl/1'1!Q ., 1ao1·/ 'Tl!/.JB!l.r. nJiPUOTION OJI AlU!A SJlo uJ/foatlonsl Ad~fl!linol 00111111011101 C{intivr $/qqJ $01Jk<//fl<1, Wh USA . .-~'"'"' _____ _,_ __ ~---------~-----~---~ '(os1 RMUI[~ of RPHIIIU J.oJl/ 10otl1S~ II of T1>$IC M II Vnl11c ' Mox Vnlno . Mo1m Value •l ,<1!12 ,t1&7 .4114 1 ,IJOII ,QO!i ,OOfi T~~1(10 01 Prooo~ijllll) l,oJ// 411SHG,11'131 l1 II of'f~&lt M II V11luo Mml V11!110 Moon V~t110 1,0 74,ll '/4,8 • 74,f.l Tf;t/8JL!i LAO "' o,1nQ,Q?. 'l UO llO (1() , JlA LAO ..-Q81i0•0?. ~ 1ohllf1u~ci11ot11ior 011plllJr s1aa1 ©11/llllylV/un\1ntnov o;on,01,00 • ' ~e!l(s auoumwr virnollllt1~.IJpJ1s w IIJ m111 llJltJI 011l/Jo,pho1lor SIO'lJ) G!IObPljollo rqr l!I~ fQJJowlnp ou,to11111r docu111011l&1 1!$(0llldt Vo,rnmont "' !JW n,11 lHll.C-nov1s(Q1I "' Pnru1 .. 1 !NtlArl,08 ... ffll@Gi~S ·ilOf lHll«&sP llfNICm __..,....-.J. .. ~-..------·. I"'"' _._ .. June 25, 201,2 l'fW Sl1al<e:p~1ot>f Gtot.\)? 3 704. N', .VnJmel' s treM Mflwauketi, WI S8212 '----1'o Whom }tMI\Y concer111 TJ1ts ts to certlW tbu t tl).e. ]to l: dill galvero:i:Jng of tlle .folloWltlg q\'.la.n.tlt1es and lot numbcl.'a of l-3/4" OS 424 X 389 l0J}B0 Lock Washer #1l<i8K424SB9CHRZ on yout · Purcbnse ordel' num"ber83 :tH.693S~1a14 conforms to svecifica"ti.611 ASTM A.-).5!?, The follo~•,In& slzes Rnd lot :a.un1ber8 comply wlth the cQat[ug, wo1•kmnnsllir,1 fiUlsl11 anll appenrnnce. reituWements of ASTM F~8?.!.l s:peclfl~atlons. The hot dip galv&nlzb)g ts ROHS comp1iaut, ·rhe galvanfafng proce!l9 was f.ollducted in a te1tipe~9,tut·e. r11rtge Qf a!loF t'<l nsoF, 868 Piece.a~ r,o'U/: ooolG935-lB 3,132 Avg. Mils Tltls certm.catlon Ju no way hJ'.J):Jlies unythh1Jt otlier tl1~n the qua.llty of om• Hot Pip Guhr11nlzlpg as it pe~tnfnll, to yo,u• ordei', This ):lrouuct was ga1V~1)ill.ecl In Rockfol'd, IL USA Y oui·a very m~ly 1 • :ROGERS llRO'l'IJllRS }NC, ~pJJ,f?g}j;oJtJcV L1m'l\!1te P. Shelbui·ne Vic~ }.'.mitcl.en.t LVS.:pd sUBBCRmno ANP $WORN Dl!llORJI MilTBIS ?..ST.H PAY. • oll JUNllJ Z012.AlJ . • • fl~/l2Jd.MLLRJ O~o rARY PUJ3J..1C ·WVtfllWtJVY\f<J.U'IJIIWlf~ Off'/OlAUIUA\, i · . ,llJDff ·IMf:iROLJL, Ll:, , l{OrMY >UBLJ~Sli\'fll OIIILl.lltOlS : ~ 1,IYOOJ,~.upeJOlffil(Pm!IS:Ol/la/1~ ,', ...... u '' ...... ... ...,\NIN!fV'AfVVV\NV</WVVIN'J , • -~-----~---~-----~~·· ' __., !'\OGER~ 11Ro1111ms, IN0, 19.l!ll 1(fsHWAVl<EiU s,~t:'=-1tBOCKFORP, ILLIMOIB (i1104·»101 pHoNa, a1o/8Gg,G132 r-AX101u/~60.$76a , ll-1.ml~t lO~orabto$@ ds.oel ,. ~s Col ?~s T~ 527'5 Bit'cl 'Creek Avo. ?= m ~. o~ 740ts ;°'1 .. /i,.... .r"'\ • • ,!.,. •• -4 . . ; J ,""" r'\ ~ t ' ; ' ./ \ ;....,-f-,t-.~ METALLURGICAL TEST REPORT Ch=m=t A,.-i::,.t¢!. l{c~l\:o. :22~ ~ «lO"IQ02BO V«>do< 1'ruCOR STa l-1\~»i oow.esnc t.'cS ~coa sra H:Cl<NAN 10 eA. • a.tsa ts·. • Catbo<, ~--• l'tll>:phcn,s Sul;ibo:" Sillcc!a Niclcol ~ ~= :!-lee:; No.. 224387 S;t= WOll!'70%92" ~:~ o.'.Z1~::..-o.o:aoo ~,i;,na Q.Q020 o.o:zoo = 1..osoo o.o,cx; ... ,. . . . ·~. a-.i · 29.30 30.00 • RdaM 0 0 • "'":· . ·- G<m 0.000 . 0.000 ------------- 1 cf 2 OS/1Cl20"t2 '17~ \ ~ . ··.. ... . .. .... ,··~· ~: . .... -. : . .... ---------------.,--·· ----· - I HEAT ~0.:3039962 CM C STEEL TEXAS 1 STEEL MILL DRIVE SEGUil',I TX 78155-7510 s Madden Bolt Corp SECTION: i'tOUNO 2 X 20"-0" 0 CERTIFIED MILL TEST REPORT For additional copies call 830-372-8171 s Madden ao rt Corp H We hereby certify that 1he test results presented here are accurate and conform to t he reported grade specification ~t~ Daniel J, Schacht Q!Jality Assuranc& Manager Delivery#: 81164187 BOU: 70420840 A572-65T2 j L 13420 Hempstea<l Rd [ 13420 Hempstead Rd CUST PO#: P):50591 GRADE: AS.TM A571-12A Grade 55 D Houston TX p Houston TX CUST PIN : Type.2 US 77040-5813 us 77040-5313 DlVRY LBS I HEAT: 4486.000 LB ROLL 0-ATE: 05f20I2013 T 7139399999 T 7139399999 DLVRY PCS/ HEAT : 21 EA MB. T DATE; OS/111 /2013 0 7139397200 0 7139381200 I '. Characteristic Value Characteristic Value Characteristic Value C 0 .19% Elongation test 2 46% Mn 1.10% Elongation Gage lgth test 2 21N p 0.013% BHN @ Surface test 1 170BHN s 0.035% Si 0.25% Cu 0.23.~ Cr 0.11% Ni 0.08% ,. Mo 0.021% ; V 0.026% Cb 0.002% l Sn O.OOS% l Al 0.002% Carbon Eq F1S54 0.39% Yield Strength test 1 62.0ksi Tensile S'trength test 1 85.2ksi Bonl3<ltion test 1 26% Elongation Gage Lgth test 1 81N Reduction of Area test 1 38% THIS MATERIA.l. IS Rill Y KlLLED, 100% MELTED ANO MANUFACTURED !N THE USA, WITH NO WRD REPAIR OF! MERCURY CONTAMINA.TION JN THE PROCESS . REMARKS: MEE."fS THE. REQUIREMENTS OF SPECll=ICATtON ASTM f 1554 GRADE 5 S SUPPLEMENT 1, lNCLUStVE I 'I 01 /1612014 17:34:23 Pa ge 1 OF 1 -_..., DYSCl>O STRUCTURAL&STEELPRODUCTS P0#249609 S0#70922 63 freedom Ref Palnesvllla OH" 44077 440·946·3600 Phone 440,352 .. 2100 fax DYSON ORDERH 3,713 CUSTOMER ORDEM {G)•6503 JOB# QUANTITY SHIPPED . 1,170,00 DAYE ORl:ATED 12/312013 CUSTOMER Texaa Bolt i. Nut 6800 West by Northwest, Sul Houston 'TX 77-040 USA STARTING MATERIAl Round Bar DIA 2.25 PA~T NUMB!:;R: i!0000~001 PRODUOT 2,00"..JJ.6UNC•2B (0.031"0/S pc)ra) Heavy He.x Nut, HDG per DESCRIPTtON: ASTM·A 153/r-2329 (no wax & dye-per ouatomar request) SPECIFICATIONS: ASTM·A194 Gr.itfo2H GRADE 1045 A8'TM·A663 Grade OH QTY 1170 LOT CODE ooiz: HEATNO. 133329 The product ilsted above'was manufactured, las.tad, sampled, ·~n'd'Jnspeofod In acoorda11ca wlih the ·speaffuallo0 n1 purchase order, and any supplementary requirements and wall found to meal those raqulrements unleas otherwise noled, 1, The steel was melted and manufsclured In Che USA and the product was manufactured and tested In Iha USA. 2, Blanks were tempered @ 8?0 degrees F. mrnTmum. 3. Hardness ResuJts(loltl €$):~69/285 Haw ~5~ HBWafter 24 hr. H.T,@ 1000 degrees F. on sample nulin acoordanae w!lh ASTM·A194 Grade 2H ,1ffeabm8nls: Mill Tesl .Report 1 Galvanizing CetllfloaUon, _Que~ Deborah A. Smith Q,A, Admln. As$islanl 12/3/2013 Paok Numbe-r: 5410 LARGE DJAMl=TER FASTENERS & FORGINGS /-STANDARDS & SPECIALS I COMMERCIAL. MILITARY & NUCLEAR $PFCfP!(:ATIONR \. •" .,,..,.,., ras1 ~T°B7!LtlT•" lllU.Yo O,i\e !ISi 0/1111~. /ISi Ord Up11 !Lem ll'h! !JacrJpU~ll lhl tJyso/1 t.orpll(;ltlon S) fffi!wrtlltwd Mll""ll~, OH 'l'J077 OU/J9)20.i3 Cwtornu I'() ~11)68 0Jl1411l<!r l'f, l Sble!Oat Hotlloled,l,lSOO, ~1•0~ I • .... ••t ...... :. Ueat N'umbe1 C: Mn p s nmo MS 0,71 l),Dl)7 O.!l2l . .. . . ~ . H~.irNumbi:r GS Pl '. l3)3U fl J,54 1,$\M l;•ll Hdho<JAI jicat !lumber ,.,, YII 'rC YI) flA m:no lhllll(<llll)', JI'>'!, Ylldluq,, c)Ulp/lJM~W119 fll~lr.rl.'>J ~I ~pd,<1111Ju1«lq1dtl~lllt a.lcl.'<lrrt llieprodll!l10<1 of lhll llW, IIOWtlht v111d 1ep,ilrr'IIOIA)><IIQ1m!<lo11 Ullim,t;~ll, lht<Sltdb 1001,flff.!1teAltt'1b~11tJ1<dv,idnt1fll<!ln1hc 0,M, ffile,\tl qllOlil<ls ~,t1Afl'/\'~pn,1l!an, Subl(,lb«i 1R!l nwm l Bbol4>1e",f, 4troluyMl'r, l11Md /(>I lho91<1m olt·J:id11"'1, sr,1nor 111noll \Ills ll.lVol ~------ J.JyPJnvd/,lo1it19hsc.---------- CERTIFIED' MILL TESl' REPORT . . J\Uon~lTC!1ll,al> /;$ tut Sln!e l C,'00€ ..bc.Z. 2 Allnll, IL' 6)(X)Ml01l {GJD) >l6;t-'H90 r;JCJ'2/IU6 (61DJ 116Mm (Fl~) 12U7 02,tsO.H/t·RflD,P\·MII - 6) l;I/ Ill ~llll'iO 'llte O)'i(lri Oiqxm,Uori • J.3 flwfoln R.oalf Palq\'l)il/a_. UH IJ1()n ' /l/fQd/lcaUons SAE ID15 ilmT•1A~li·Jl6b (®J, /ISTI'I A 2M2 Yll!Idl'Sl • 1 .. •JI , ;.: :, 11 tJ 0 Mo /;I} Al Nb}ct, V h 'fl 0,23 0,16 0.07P D,MO 0,02CJ 0.011 O,Olll 0,1101 0,0ij1 0.011oz 11.0lllltl IJij HC 11(1 .. ............ £1'1!Cll\L 'rl;ST 11E.SU1.TS ~1H ~IS H•l~ t: i/\1!.J.Jll /.ml f •JBJ s 0 s 0 /; fl C A ... ~-... ~· 2 2 3 /llitr,1~C111t~twtitonQftl# ~11, ~teplln M, Ii Ml b¥Mcd llill'A\JI llll'IIISI ~Jlflll!'h1 l,i KJ1~<11Ja~or A1101151~>lll}CI!ljl(I~~. lltdth/a.Uftlmll~~l:<wo ~Q,o <lllll!ilr.Jt1>n!>l1.ld ltlh•1c~ ~A11(1)1$T,fllll«lnPC1!L\1fl> ,_ -.. .. ll N en O.Oli& ll.0001 nc r,~ PHU J . - CUSTOMl1R DATE 1NDlANA GALVANIZING , LLC HOThDIP GALVANIZING 5:I. 702 l.OVEJOY OR, MJl)lJLEBURY, JN 46540 PHO'Nn: (S74)822-9:l.02 F~i (574)822~9103 PYSON 10Ab# 13484 10/11/2013 COATING TAlCl(N uSS: Mils/0,03937 = Microns Tbfs wJII serve as om· i;ertJfkatf O)l that tho t·eferenced parts were Hot-Dip Galvanized In our MidcileburryJ JN faclJf ty 1n USA, and conform tipplkable A~rM -0r Ctistomer sta)1clards M easm ·ement: . [ !,1~1~ .I Mlcrons Ac~ept Accept/ 0 Co el/ P /Bl# alt# l1 HI Ji I~] 1 ow A verage N R J t ut e ec LOT 6 : conE DCZZ 2X41/2 BIN lO 6.5 2,98 4.56 y LOT 6 • CODRlJGiZ 2X:41/7, BJN S 6,6 l,93 B.4:29 y LOT 6.-CODS DCZZ-2X4l/2DlN 5 6:3 ·-· 2.81' 4,24S y LOT 6 -CODE DCZZ 2X41 /2BlN 6 6.1 2,26 4,2 y LOT 6" CODE OCZZ 2X4-l/2 BIN 2 4.94 2 ,23 3.653 y WT 6 -CODE DCZZ 2X4-1/2 BJN 11. 5.2 ·2.si 3.65.3 y LOT 6;. CODE DCZZ 2X41/2 BIN 4 5,2 1,B9 3,1H.i4-. y LOT (I ~ CODE l)CZZ 2X41/7, BIN 8 a.1 3.06 4,893 y 101' 6 -CODE DCZZ 2X4 l/2 B1N 1 4.12 2.26 2,879 y LO'I' 6 -CO.lJil DCZi 2X41/2 BJN 7 5.8 2,5.2 3.922 y LOT6 -i:;oDUDGZZ 2X41/Z BlN 9 S.1 2.24 3,609 y --- ' . ~ J ,,j;;J;. -.k-A, . ~11amyontrol ot Asslgnef!' l STRUCTURAL&STEELPRODUCTS P0#249609 S0#70922 STAMPlN(i'JHE fUlUIU: WROUGHT WASHER MFG., INC. A u1111s! 20, 2013 IJ0300 Curllflontlon c>f Com pll11111io M1\DD8N 1301:t' CORPOR1''l'ION . t:MaOHEMPS'l'l!ADHWY. ·w,•ougl1I Wo1IJ1or Orth'/Lol N11u1bcr :27630!) HOUS'J'ON, ·rx n640 Hon!N11111bor 23tl193 P111•chna~ 01·ll111·l'l11ml1or JJIW971:l Chvmhml A11nly11ls (! Mu P 8 SJ 0,3[)(1 0,030 0.006 0.000 0,224 r'nl'l lk.w1•T1>lfn11 2" f•J36 S M/\RI< HD0 }Jnlc .Shlj~l!ld 08/2Ji/2013 Qmiull~Y SfrljJIJC(f 3,8• 0 Wi'J lto1'l!oy 001·1i~• 11101 lhol'il!!tluvr j)lll'IS i.,unl1.11·1n 10 1hel'e11ufremc111s oflhc 111ipllcul>lc SJloollfonl/011 lndfcntcd fo1· 1ho subJ<:cl purls 1111d lll'O 111, MlllJ)lc1u uo11fof111n11el) 10 !143<HO, Wo h~rol>y cct'llly llint lho- subjeol pm·ls were hm·1lelllld lo RC 26.q!>. Wo horoby cwlif>' lh:111l1t, ~11bJ111J111nr1s wei•e bot dlJ1 g11lwmlze11 In 11lJ001xh111oll whh ~1>eoi(tu11ltot\ J\S1'1\.I J\ I SJ CLASS D. We hel'llby,ce1·1lf)• lhn1 nll !lltUUl<ll)' teqn!rumontg us 10 Amoric1111 P1·<ld11<.uto1111nd Lnht11• S1nndn1·d~ 1111<1 nlr l,)1llfdi1f1>n8 ofp11n:J111su 1111111Ju11bl~ lo lhe {mnsuollon hnl'I) boen i;o1111>!iccl wllh nnd thul the sllltluul J>lnis were moire<! mul mm111ti1clrn'e<l ill lh<1 U.S.1\. N1> wi:ld r~1>11h·swtlr11111ndt1 to the mnterllll, 'l'rnly your$, Wrouuht \Vnshor Mtg., Inc. ~~.'S'"4 fl,m! Sclmtil'ar Q.C. Mn11ug1J1' Sll.'orn u11d ;11~scrfbed before 111c, on Aunust ~o. ?.O I) My co111misslo11 expires J\pril M, 2017. 1l!D1 Cf-!lCORY HD, t MOUNT PLl:ASANT, WI 5.i:1403 • PHONE (262) 554-955() • f'AX (262) 554•9584 v1s1r OUR WF.llStTl/r www,wro11ohfwuher..:0111 lkder liai:®: 238359 ~ 0001 Otde.: lmtensioos: 0.1850 X ~.5600 mr Jnl.EI) 1l!l.MD ----·--------cw.~ Keat ~h 177E205.©0 23519$ 0$ qfl. flf </ !(~ {/ ?.tint uhe: -03/'l1.F.2013 ~: 2of_2 ~ Nam: mooGHt ~ lfG :nlC ~ rddr=: 2100 s ~v sr ·---·-----· them.cal ~is C Ill P S Si Cu Sn Ni Ct fu ffi. H '\/ ~Q li S o.» U5n o.00\'! ,il.'001 o.-w; o.~7 ~-~ o.JJ37 o.050 o.013 o.cas f!.007 <il.00'! 0.001 o-.003 <0.001 ------------·-------------- t '" ... .._ .... __ .. "'-· 1' I • ,, NWC:C~ SHE'll'r MIT./.. ~IUJ/Jf' llt;;LIVelf!IN<J. llon.-UIMI c;'rf!l!L ..1&!..S, Nucor lloml1 Cr11wlbrd$Ylll6, In. •17!m•ll1l,O 'J'olo11l10110: 800•'/77•0!JS0 FllX-1 76S,36<1-Q68$ Wrough1 W11Shor Mt't. JNC 2100 Sonth Ony,Sfreol fyJlhv11ukee, WJ 63307 PO# H2660 MHI Coll'# 1778206 Heat # 250193 I • Thls ~6i>~1:o~ die abov~iJst~d~oi1;··~:~;.~~~;Jted nnd pl'oduced ln U United Statea of Amel'loa by NUCOR Steel Jndlana. Jf y~m have any ftwther qwistloniS feel fret\ to oaU us at 800,777 ~0950. az:;;/Pk~ DebQJ'£1h J, l\1Jltion Reprose11tntivo NUCOR 8tee1 lndI1ma • I' ...... . ~... , . : .. ,,. . } '"-~·----~-·---~---- > . ' r . CUSTOMln:R1 .PATE1 POI/: . ROGEl~S ORDEHfli })ESClUfl'fONt \VW1Cll1 TA(J/J 385331 QTY. 6,030 '• .. cmn'.I'f!i'1 CATE 01 COMl1~rANCEWJ v }'OXl l-!OT DIP G,U,V AN1ZlNG ,WlWVCtI-I'.l' WASHER MPQ., ll'/Q. JIH322, 2013 275302-0J ~ p.7,'iQ on -2.12S ID-.187 THK} 2" S MARK filllii COATlNG '1'r-llC1{NliJ.$S \\18 H~RBBY OE!tTIJ1Y TH/\ 1' THIJ ABO\ln SIZB AND LO'J' NUMBBR WH/Cl·l WAS HOT DIP OALVAN 1zeo IN OUR f'LA N'r MB{l.18 THS 8NlCll1JCATlONS 01.' ASTM A J.S3, . CLAS/JC , TJfB AOOVH81ZBS AND LOTNU.M8SRS COMPLY WJTH'J'AE COA'rJNG, WORKMANSHIP• FrNlSH, ANPAPP8ARANCERHQUJRBM8NT8 OF A81'M F23Z9. ' trill JJ01' 011> OALVANIZJNO IS ROHS COMPUAN'J', THE OAJ'.,Y AN)ZINO PROC8SS WAS CONDVCTJ30 JN A T8MPERA'l'ORl3 RANOBOJl 830JITO 85011. THIS PRODUO 'f WA{J GAr..V.ANIZBD IN ROCKFORD, IL \JSA. ROOgRs .BJ?.()'l'HBRS INC, I I STRUCTURAL & STEEL PRODUCTS P0#249609 1TWShakapto11f G1011p ZIJOO tnuuittlal Rd Iron RltfgH, Wt 5303S PhoM: (!l~O) 62S,2.142 fiM: (,20) (;2~·2643 . S0#70922 Shake proof group llfWJ &E • lflJm • Mt!IOW£S • SflAACfROOf Certiflci!te c;,f Conformance fllli1m HODEll.-NATCO INDUSTRl!:S 7825 Hub Parkway Valley Vfaw, OH 441255 n.o Attn: IY1.J/J. ef1.tt/l1 Cust; Patt ti; pe~crlntloru /.IJ~lh Mflt'lrla[ LotLHeat Hr OrderQ: 5h}p....!M!JJ. gt\!, Shltmed1 ;ltLR ra: Hodell Nntco 7220 Golden Gate Or . Houston, 1'X 77041 417SB63 DB521<427422CHRZ ()ML200N00006 2'' OS 421422 B60 HD<:! DOM 39683r24 10244160 062076 06/05/2013 3.900 Thfs I$ to certify that the Items described above are In i:onformance Wfth the .specfflc~Uons, drawings aod/ot requirements of the above purchase order. If no requirements are noted, the above Items ate manufactured to the specltlcatlons llstod In our current catalog. Those Item~ were manufactured In the U.S.A . Mc1rk Cmnockl Quallty A$SUrance Manager A DMaronol CHARTER STEEL FILE Cho1torMa11urac1vnns oomp!llly, lno. CHARTf:R sresL TESr IU:POR'f RQverse H(;I$ ra><t And Codes 1658 Oold Springs Road Saukvllle, Wi sc onsin 63060 (262) ?.Q6 · 2400 1· eoo-437· a1e0 rAX (262) 268 · 2tl70 custP.o. MOM6il customer Part# KCHSAFS 0.62~00 lTW Shakeproof Group • Mllwaul<ee 3704 N. Palmer atroat Charter Sale.s Order 70041070 t.ynda Qootey Heat# 10244100 Shin Loi# 4198404 Mllw11uk~~.WI• 63212 Gracia 10660 R SK FG RMQ 5/0 Proeoss HR$A rlnlsh Slze 6/3 I hereby certlly Iha! tho matiulfll described het'3frl hM been manufooturod In aaaord:mca with Iha spaclncelfn11:i ~nd slandards lls(ecl bo low and on Iha r~versl;l ~lde,and Iha~ ii t.iillslle$ thlloe r1;1qu!(f1moll1s. r~at Roeulta ornoat l,ollt 1()t44t oo Loi> oodor 1380 01-IEM C MN p 6 51 NI GR MO OU SN V •1.w1 ,68 .er .010 .ooa:· .~,f(I ,04 ,-!(I .01 .06 .006 .002 Al; N 13 Tl NB ,02/l ,0000 .0021;1 ,020 .001 JOMINY{/-1110) JOM01 JOM0.:1 JOM03 JOM04 .)OM~G JOMOO Jori,01 JOMo8 JOMOll .JOM10 J()M11 JOMU OS 1!2 (It 62 ile (HJ 011 36 ~6 34 04 03 JOM1~ JOM14 JOM1~ JOM10 JOMfO JOMW JOM2~ J0ft124 JOM28 JOM2B JOM30 JOM3.2 33 32 32 31 31 3Q ~o 27 :Ill ~6 2a ~1 JOMltlY 8AMl'Lfi TYPll l!NCll.1$H i: R. JoMINY 1.1\B., 0368· 01 QHl:M. PIWIA'l'ION 1:XT,· <lltESN" . RODSJZI; ROO cur OF ROUNO- Rl':DUOTION RATIO"' 98:1 Tfil/81Ul IU:J'JUOTION Or MF.A SpecllloAllMe: AddlUOnfll oommonlo: c:horlor stool 811UHVll/e1 WI, tl,</A Rem; Loael1,Fax0,Mall0 /J ofl'o~(ii 4 1 'i'oat ~01111110 l)f nollln.a l.-ol/11083467 Mill Vitluo Mox V11luo Meon Volr,11 ,021 ,()28 ,$20 ,006 ,0~8 .oou Tollt R~8tJl!II ol Procunlno l.0!#418707-0,410849-4 II of'(uu111 Min VlllllO l',,QK Vnluo Mo1ut VAIU9 1.0 77,{) 71,0 77,0 1 li~ GO 118 Mnnufao!Urod porChattar Stool Qoi-111}' MahUnl /lov-e,oa, P.i•OlJ TJ;NSll.li I-Ail .. oaso. 02 flA lAij.., 03&3• 02 Moala ouotoll\or ep~olfr1111llon11 wllh ony applrceblo Oh11rtor $tool oxcoptJons for lho folf<>Wln(I customor docmuonta; C\IUIOm(lt DOGIIITIIJTII"' R· aon. Cl,C Rovlalon " Datod a 18· MAR· 98 P1111111 of1 T Ju MTR 011p11rsodos 111J r,rev!ausJy datod MTRs ror lhls order ~(u/;>.u1~ l/Janloa Barnard Manager -0r Qu~nty A:isurnnce 04/10/2013 The followlng atateme n{s are applicable to the mater/aJ de(l<;tlbed on the fmnt of fhls Tes( Report ; 1. Except a11 noted, lhe steel lJ\Jppl/ed for this order waa me1Ced, rolled, and processed ln 1h11 United states meeting P~AR's oompllance, 2, Mercury was no! used -during the manufacture of this prot.luat, nor was lhe steel <;Ontamlnaled w1U1 maroury during processing . 3. Unlea!;I directed by the cuetomar, lhete ~re no welds In ~ny of lhe colls prodUC6d for this order. 4, Tho hiboralol}' !hat 9anarated tno anaJyttoiil or test resu lts can ba Identified by the folfowlng key : Oartlflcate Lab C:odu L-11boratory Addro$s Nurnbar oaus,01 7360 C$$1Vl Charter Steel 1653 Colcl Sprlng11 Road, saukvllle, WI 63080 Melllrn:i Division , CSSR/ Charter Stael Rolling/ 036$· 02 81'71 06SP Prooes slM Dlvlslon i 658 Cold Spilnga Road, Saukville, WI 53080 0~58· 03 123633 0$FP Charter stee l Ohio 6266 US Highway 23, Rl$lng$Un, OH 43467 '"'--~ea9Jng..OiV1sfon 0368·04 1?.5544 CSOM/ Charter Steal Cleveland 4300 E, 49th SI., Cuyahoga Helgnls. OH CSCR 44125-1004 4 • .. suboontraoted test performed by laboratory not lrt Charter Steel system -5. When run by a Charfet Steel laboratory, the following tests were perlotmed according to the latest revisions of the speornca!lons fisted below, as noted In the Charter Sleal Lab-Oratory Qua lily Manual: Test Spaolffoatlon C$8M CS~R/CSSP CSPP CSCM/CSCR -.,..__ ........... ___ ~_ -- Chemistry Analyst$ ASTM E416; ASTM E1010 ·---'·· X Ma or oat ah ASTM .E381 X ~na~mty (Jomfny) 1 n<> I !VI f\ZOD I ~11ir;:,;nm;.J1t:1 X 00581 Grain Size ASTM E112 X X X 1'~nslle TosJ AS TM -E:O: ASTM A370 X X Rockwell Hardness A:S'fM l:::18; ASTM A370 X X X Mloros!ruclure (spheroldlzatlon) ASTMA892 X X -lncluaroo Contrull (MathoCliA, ASTM E:46 X ,..f;} Decarbutlialfoli ASTM E:1077 X X Chartar Sleal has boan aooredlllld to perform !ill Qf the above tests by the Amerlc!!n Assoolal!on for Lal>ora!ory Aoo,edilal!on (A2LA). The$e accrErdltalfon$ expire 01/31/10'. X X X X X X X X All othor to~t (esult s assoclale(l Wlih a Charter Steel labotatory thal appeat on Iha front of this report , If ~ny, were performed according to dooumenled ptocedure$.developad by Charter steal and .ir~ not aaoredlted byA2LA. ~. The rest results Ort Iha ffonl of this report are the t,u~ values measured on the sumples taken from !ha producllon lol. They do not apply to any other sample. 7. This test teport oEu,nol be reprodu ced or dlslrlbuted excep1 In Cull wlfhoul Iha wtllten pehl'llsslon of Charter Steal. ihe ptlmary cuotomar whose name anti addres s eppear on th'i! front of lhfs torm ,nay repr<:1duce this lest report subject to the follnwlng reslrlcllons; 11 1t may be dis tributed Orily lo their oustomerll •aoth .sides of all page$ mu~ bt1 repruduoad In full a. This cetUfloaUon h, given subjeot to the tetr'r'I$ and condition~ of sale provided In Charier Steel's a11knowledgamant (design ated by our Sale& Order numbB() to the <iustomer's purchatle order. Bolh order nutnbarn appear on the rronf p{lgB oflhlsRepoJl . o. Where tha oustomer has provld ect a specllloUon, the re~Ults on the front or thlo te11t report <:onform to l hat speo!Poallon unle so olhl'ltwlae n<ited on Ihle tesl report . • fHIJIJ\-1~"1' -- rrw St-lAKI\PJ\001'1 GROUP {llJsftl"t060/) WQ~~f auf! ROAD (Stroel Addmo,) ~eRIX.fltAit; or COMPLlAfiCg 0311-3~()83•t424 (l'Vlt/10$1(-' P,O ~) DD.61!K474220HRZ -=~W._'A_r.e_1t_r_o_w_n_--'-'w.:..1 -~-11~0111J 2,600 see (Cily) (S!O!o) (ZIP) (Ploi;o CounQ (W~IQhl) 08..JVri·-13 · i• ~$ 427 42.2 BOO HOG DOM (loJ~ 28-Mn.Y•/3 toilo 6hlppad) 0191)~9 {Jo!I Numbot) (Dalo ofOllrtllioi,lfon) (D,_i;J_clf.,..p"""~-~,---------- Jt I~ hereby cor1111C<l lhat all articles Ill Ulc abovo sJ1lpmoot and /11 Ille ~uant!Ue!I ~nd QT Y/!Jlght fllit(ld hav$ had the follol'llll{J ~rallon~ pe1{anne<f, (lil 11cco1oancc with n\celln11 all (l!iJUlramcnts or JSOJJl!C G11ftla .J.7025·2005·SWpo Qf Act<~HaUon on record o~ by "2/A), All rne!ltods oo reporl are accredltc<l lklless klentlfft.'(I as Non4u:crudlle<f Pr91ft1et111ostod lo !b!I r1iqul11tmPols and ~poc!UCJ1lfo»a ~lalqd fn lh1t Cuslootlll'o PutchO~$ Qttlot, J\~ ta,lod In Chem f11ata A2lA 11wecii(o(J fabo,ato JY to ISQ/11:C t11l2ll co1Ull¢nlb #ll40-~1 Par ou1slom11r ~ poor Ths followloll resulls were faund nlW dted<lng hvat !teated J)ilt\S t,y uw of: $'rAtfDA1lt> U$6D 'f1'/1'$(0MI Slr@IIOlh ACTUAL IHlSUJ. l'S j UsOAR (lo lbe): • ,~. I~ . I • . I . 10 Ur 1i ASTM tl·fll ABTME-334 ASTMfMB ASm1H6 ASTMF-OW OM6010M ASTM IZ•3114 ._,____,._........._._ COA8 liARON!:SS' CASEOJlp'fH SUltrACt: WASHffR HRO, 'l"lN51Ul 'olUVI! Yl!Sf{• JNOIICtlON ~!61 nbn ••~edft~d 0HR(; (UNIT: IN) 016N QIIV (SCAl.l!: HRC) (UNm l<!/1) 1ST fl/Ll ti OP COVl!Rf!() SCALI:: OHRO Q ODIi ·t THRDHAnl). lllltO Cl ~IV OHno Q Ill< •.,\ I (SC'AU!: HRr.) ~~ 46 M!n Miu: M111 M-,c 1,1/n MILi lAln ii .. /,(IA --43 .. . I • • . • . 44 • • • • • . ., • . "" ·• I • ~ . • • • ,si • " t • • . • • -43 • t • • • • • . --Thickness t<19t hava l,aan parr-0nHHf <m 5 pt~s by the guldeHnes AS1t,1B499 l!QUIPMEN'I' usep BTANtlARO f)ottp AQTOAl. A1iSUL'r8 CMI X•AAV (MTM!llil.lB) (UNITIJN) . ,--......--I • t • r_ • ~tJDY MM 2000 (ASTM!:3111} (llt!XTI IH} . ~ I • 1 1, 1 I I I Salt Spray test ll3V& boon nm tn accordhn~o wltl1 Aml8t 17 and the part$ have ~ssed: N1.in1lx!r 11f houril p~$.S,9<!; ,b HoYrO t<> Red: Hours HOUl'G t<> w/11ia; Houro nie p;,tt:i ldcnllOed ebove have been biik'ld @ ___ DugrM, Fallr01t!H1tl for---.----flour, In ll ccrt!ll<:<l ,Pnllouuue buk"' QVan per A9TM r60!i lM sampl~ llW!ed Ouulonn li2} Do Ml conlotn'I O (<:ttECK ONI:}, lo lho sla11da1d:. of 018 ll!st, (In UlCJ nvant samJllCS do not tonro11JJ thern wlll ~ an o~pl1maUon on the tnd( ofthrs (or!ll) Mmoo 11a11a • olrector or Qltellty cnem Plato. The ,...u1u.in 1/iis «.l!~to ~r., ooly IA 11w 11•/IJS ltSW.I fil 1Jii1 ttlX'f 11,6 "'U/kOb, lli1NM bl/ I~.., .,'(cpl Wull, »1#1 p10< wrtttm J~lo/ lilt llborn91Y, f<rn!I ~RTllll!l( ~t'I>\ l}/l~M * It 11oi ~pplltsbht Otuer 1459009-0010 Mat~tiai No. 70848240 Desc;;ripuon 1/4 4S X 240 A36 Heat No. A20SOOS Bat~ 000:?.0'i 1622 Carbon Manganese 0.2200 C.4$00 V~or S'E\l'E.RST Al. COLUM8US 10 EA. S,16S LB Phosphorus 0.0060 Mill Coil No. A20500S-03 ie.nsi\e Y'l<l[d 75500.000 52900.000 77$00.000 54300.000 rnoo.ooo 46000.000 7250-0.000 4-7300.000 Sulphur Silicon NiclceI 0.0020 C.0300 0.0400 'Elong 81.kWi 2.7,00 0 26.70 0 2..S.55 0 26.72 0 Heat No, A20SOOS Batch 0002011607 Carbon llllanganese 0.2200 0-4900 Vendor SEVERSTAL COLUMBUS Phasphotu:s 0.0060 Mill Coil~. A..'>OSOOS 03 Tensae Y-tt:tci 75500.000 52.S00.000 77900.000 S4300.000 71700 .000 46000.000 nsco.ooo 11/300 coo 2.4 EA 19,603.200 LB • Sulphur 0.0020 Silicon 0.0300 E:lons 27.00 2S.70 28.55 '76.7'J Nickel 0.0400 Rck,,v\ 0 0 0 0 STP MIL ?LT Q.uantity 58.000 Chemical Anat'(sis DOMESTIC MiU SEVeiiSTAL COLUMBUS ~orniurn 0.0500 Molybdenum 0.0100 So.on 0.0001 Copper 0.1000 Illlechanical! Physical Properties CUstcxner ?art 1 of 2 1012.4/2012 15;11~S5 0065SH!P ~ustomer PO P'i; 4S20S s~ Dace 10!24/2012. Melted :and Manufactured in the USA Aluminum 0.0290 '?"rtanu.im 0.0019 Van:adium 0,0030 Colllll'lbillm 0.0010 ~en 0.0080 Tm. 0.0050 G~n ChatPY Cbarpy Or Charpy S:z Temperature Olsen 0.000 0 0.000 0 0.000 0 0.000 Q Chemical Analysis DOMcSTIC Mill SEV'ERST AL COLUMBUS ChrQmium Molybdenum 0.0500 0.0100 &iron 0.0001 Copper O.H)OO Mechani:C2l/ Physical Properties Grain Chacpy 0.000 0 0 .000 0 0 .000 0 0.000 0 NA 0 t>,IA NA NA Matted and Maritstac:tured in 1h~ lJSA Aluminum TJtaTliuni . 0.0290 0.0010 Vanadium 0.0030 CharPV Dr Char1>y Sz NA 0 NA NA NA Columbium 0.0010 Nittoeen o.ooso Temper.a-wre 1'io 0 .0050 Olsen SP$ Coil Processing Houston 1550 North Witter Rd Paz ::der..ax TX 77506 ! 21635 Madden Bolt & Gc1tvantzing 13420 Hempstead Hwy. Houston TX 77040 0 Heat N1>. A20500S Batch 0002.0't 1 sos Catbon Manganese 0.2200 0,4$00 Vendor SEVERSTAL COLUMBUS 1$,603.200 LB :Phcspho= 0.0060 Mil\ Coil l\'Q. A.20500$-03 Tensile Yicln 75500.000 S2900.000 77900.000 '54300.000 71700.000 4-o000.000 72800.000 47300.000 Sulphur 0.0020 s-.riecn 0.0300 eons 27.00 26,70 2.$.55 .ZS.72 Nic.kcl 0.0400 tlc'kwl. 0 0 0 0 MET ALLUffGICAL TEST REPORT 21635 Madden Bol't &. Galv&lizins 13420 Hemp~d Hwy. Houston TX 77040 Chemica! Analysis DOMESTIC Mill SEVERSTAL COLUMt\US Chromium Mofybdenum o.osoo 0.0100 Boroo 0.0001 Copper 0.1000 Aluminum Trtan'ium 0.02.so o.<>010 PAGE DATE TIME USER Vanadium 0.0030 Grain Ctiar:;.y Ch2rpy Dr Charpy St. ~-000 0 !'!-A 0 0.000 0 NA 0.000 0 NA 0.000 0-NA 2 of 2 10/24/2.012 15:11:59 0065SHIP Co~ium 0.0010 Nitrogsn o.ooao Tempe=re Tm 0.0050 Olsen ~ (.) :::) D. 0 -m GERDAU LO'IHIAN tOAD 1.i'i. TX 76065 C'OMER.'.l'ORCRASEOI!J:>J;R~ 53S ,!!CALCO~ON i ~ 0.19 1.05 IOCAl. COb!POS!l'ION i I 0.000 0.00!)2 t 0.022 CE~06 O.S9 cntt.nm:D MATERIA.X. 'l."EST :B:E?ORT CIJSroMER SHlP'TO ctlS!OMER. 'Btt.l. TO MADOENBOI.T CORPORATION MADDEN :B.01,T COlL'DQ.~TION t~ iiEMPSTEAD RD 13420 l:lE..',{PSTJ"...AI) Rtl ~'"S1'0N:t'X7704C-SS13 liOUSTON..'PCi7~5S13 USA USA SAL"ES ORDER CUSTOMEl. MA'I'ERIALN" 7'.ms6/000010 ll:27-00000S'704S \ 13JLLOFLA1)1NG \DATE 0l.Jl)3/2014 i Q.20 i O.r:tJ:/ ~ 0$3 w 0.09 ~ OJ.a , GRADE \:SHAP!S/SlZE Ml022M Pw:1,.Imni=Rcnmd / .(;77" l..E?-<"'GTH \waGirt :w·oo· S,12SL'B SPECll'ICA'tlON /DA"l'Eo:REV!SlON ASTM "29/KJSM-llA Am,jAS7~~ 10 O.Q?....6 t Q.009 V ~ 0.034 ~ 0.000 0::: JW!XCALP~PEP:l.'IES o. 18! ·m ~ ~ ~ ~ ~~N ~ m ~ m ~ ~ ill g C'\I :BANlCAt.PROPSR'TIES r4.",CC; u.;. I w;;...-, BA'!Qi 5nUXCS/1>2 ~ Q..003 W 0) 'RliA j-~0~----4=U--~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ U) N 1'-oO § :f.i: ;;=R -1 Q Om~ <(CLU)~r~=====~============================================================================== 0:: J"'.mc<i:: => ·t ::, ~ Cf) OJ< ~ENAl!ll..O'Y Dt ,'25$ lllCll 0,9' D '7 ~G=:f\"\!i~W l \... ~ ;v">', -;:.:.!l "t'; 1~ P • ~ ·. -· ~ --·r· 4'-c:i _, : t • -,.-;,-· t >jl..,'/ 1.11.1u I t r. , i l --11.-1 t . 'l'h.-alxr,eligutcsare certlficdclleinical'illl.dpll.)-si~ teSIIW.lllis ~~ill.me ~Qf ~· ~ m=,;w, mcbldillg t1>c 'blllclS. was'lnC!n:d a,;i,i ~ in tho USA. a.rm. complies \lolthEN 1~3.1. /Vt...~~ ~y~ fi .,/ , t • :,b.. WMliA.'lllJN=:i Uq\M_\w-l<tiew, o.u=~L\'Glt. Q.llAUIYml:EO'O'il:. ~ G ERDAU• '~ti~1oLT~ORPORATI<JN .. , ........ <..-;..•'4r .. Ml0'>....2M" .. \Pib::h01:amet~~d nm" MADDEN BOU CORPORATION 13420 HEMPSTEAD RD 13420 EEMPS'I:SAD lU> B.OUSI'ON."I'X 77040-5Sl3 ROUS1'0N.TXi7040-5SI3 i..ENarn: WEIG"rlT HEATJBA'IC:i US-lv.!l.,MIDl.OTHik~ USA USA zo·oo· 5.728LS 58013105/02 300WARDR OAD M!DLOTB!AN.. TX 76065 SALES ORDER CUSTOMERMATSRIAJ.. N" SPECIFICA. TION / DATE or ~"'"VlSlON USA 72075 6/000010 AS!M A29/A:!9M-llA .AST.M M'16.90:il(:2006} CUS'IQMEB. PU:RC!:JASE O'RDERNUMBER. B!!..L OF!...AOINO DA'IE P.ESOS3S l3:?.7-00000S704S Ol/~014 COMMENIS/NO'!ES Oii::c:ud :mdphysic:11 ~ofh:irSIIJCkrultlhle for=a!.i= p<::'.ASTM. FISS4 Cird.55.. Sl :md.AASRTO M314 Gui 55, SI. The abovefigares arecerlified~cal ~d peysical rcsuecortls 4Samtaincd .in tl2r,:pcmiate:11tt=ds of compa!IJ. 'D2i:i mate:rlal. ~me billeis, was XDQted.m.d~in the: USA. C!v:rl'R compf= vmb EN l0204 S,1. ~~~=~ ~tll~~~~~MGP. ,• iNSPECTION CERTIFICATE. ..• .. .. .. .. .. .. . .. ----. :. .. ....... ~ . . --chemic:al·Composrao:n : :· -: . --. . , -~~-··'·':. , .. '.($) .. .:. • ..shape,&Oiatensm , • · •. ·~ •. : : . ••. ·. -· ~· ': ;. . .. ~. ... .. •. a ··2H • ':t' ' : P:i::oc:o.ction QUant ity :a9 ,2as :g ~s~ • . GOOD 1 ~=rl.fcr-lllh.lSmdltd.m1d ~ inlhetl~ 1henar,ve.m~ i!?iheUSt\"tO'lbelli:la.~ · hereby =ti:fythat tl:2 material ~ ha,s be!:rl ~ aod t~ed ~Iywitl:rtlle:requirernentcf'lhe abe s;iecificallon. . .,,?'- !' PJ;,, GERDAU S'r PAULS'TEE!.. MU.\.. '!67$R.EO ROCK ROAD ST?AUl..MN $119\JSA SHAPE.+SlZE l GRADE SPECI FlCA.TlON ,R'!SSQ. C'I045M23F A.576-90b (2006).A29tA2SM-OS HEA.Tl..I). c Mn P s SI cu Ni er .43 · .o7 ..(.12. .03i .23 .31 .11 ' .11 Mechanical Test: Red R. 38.95 1dl Diam: 'l.$2 COl!osion Index: S.7 Cleanliness Test G;-ain Test: Grain Size Units Ctl&.OmerReqwrements SOURCE: GA-s.P C'AS"TlNG!STRANO CAST Thi$ material, in~~ the billet!:, was meUe1i and ~red in 'Iha \Jllitee! Sla!aS of Amer!C2 M-.ct~ Bh~Yalamancltili Quality Director Gerdau Chemical and Physical Test ~~rt MADE IN Utm50 S!A.TSS MJ:I V Nb,N SR!Al .m .1J2S .ooo .-0111 i .02S .00t Fine(S:.S) Page 1 of 'I $Al.ES ORDER . cusr P.O. NUMBER Tt!EASO~Fl6~ARECER'Dt=l50Cr!SMICALANDPHYS(CAL TEST~ROSJlScor-rr.AlNEOlN THE:P~"E!>tC'RECORDSOFCOMPANY. Sellet'war:rants11lat3U material fwllished $hall <:Offl;lly'Witb: $peCffiCati!= sullJactto ;:and3rd pulllisli~ merwewnng~ NO OirleR WARP-.A!'rnES, EXPRESSED OR'lt,!PL!ED,ARE MADE f!'f iHeS8..!..ER, ANQSl?ECtFICAU.Yl:XCLUDEOARE~OF~HA>ll"ASlU'IYANDmNESSFORAPAAT!CtJ!.AAPURPOSe. !nn<1e,ie.nt$hal!Selferbeliableftx'~ ~t~ptinili'te-damages ~~Qf or relat=d: totne mat6ria!S futnishe<! by seller. Any,:;,aitnfor-damagesformatelialslhar<1otl<X~1I11laspdc:alioni;.mustbe:c1arje,1ititr1!)l1y¥~,s,)lie,'~~~ellllefyof:sa.:ielnOC'~r~.il~ttie~1heO'?flOrtllllllytQ~lbe!IW8!iatil'tquesticn. •. '· \ I January 22, 2013 Unytlte, lnc, UnyUte Quality Department one UnytLte lJtlve Peru, IL 61354 To Whom It May Concern: This 1s to certify that tbe hot dip galvanizing of the followlng material on your PurchaBe Ordel' number 4452 conforms to specification ASTM A-1 S3. 'l'lle following sizes and lot numbers comply with the coatlng-1 workmanship, finlr;h., and appearance l'equtre\11ents of ASTM F2329 sp1;1.ciffcat1ons, The ]lot dlp g.alvanizJng 18 ROHS co:mplJ.ant. 'fhe·glllv~nizlng process was conducted in v. temperature l'ange of 830F to SSOF, 122,534 Pieces S,227 l'leces 33,890 Pleces Lot#WP321 Lot#WP7Bl Lot#WP36l 4,83 Avg. Mils. 5,56 Avg, Mils. 5,65 Avg, Mils, 'l'bis c~rtlficatton in no way hnplles an.ytblng other than tile quality of om' hOt dtp go.lvantzlng as lt pertains to yom' order. Thls product was galvanized in Rockford, IL-USA Yours very tr1:1ly, ROGERS BROTE-lllRS JNC, ~~p/JlMlblJAN Lott'aine p; Shelburn.~ Vice Presjd~nt LPS:pd $UJ3SClUBED AND SWORN BBFORE ME TH1S 22ND 'DAY OF JANtJARY 2013 1 AD ROGER$ £3ROTHERS1 IN0.1926 t<tSHWAUlm~ STRl~ar. ROCl<rORD, ILLINOIS ~1104-5107 Pl-IONS: 8Hl/865-qi82 FAX: 815/eOll-378~ . g.MAIL: rog~r~bros@tcle,nol \ I ' STRUCTURAL&STEELPRODUCTS P0#249609 -S0#70922 STAMPING 'IHE f UTURE WROUGHTWASHERMFG., INC. P~-41115/ IJOJOQ MJ\l:>l)J;N BOLT COl(POR1\ TION 13•1W HliMPST6AO MW\', f,IOUS'1'0N1 'O: 17ll,JO P1ll'~·h11~f Ot'dl!I' l\'11111l1CI' f>fl40778 Co1•tiflc11tlon of Colll}>IInucc Choml~tll Amtlysls C Mn P S SI o.3M 0,780 0.007 0.001 0.100 Unll) S11IJ>J1oll 08120/2013 1\11gll$J 20, 201:i Wrougltl Wnslrni• OJ·<h·/Lol Numl>w 211>2e1 Qunull~· 8flff1JIC!l 20,400 . We h~rohy 001•/Jl}• llml tho subjmll 1im·fg 1Jonlb1·111 t6 ll10 •~i111lrcmonls of'lhe n1>1>llonl>lu sJ~eclflontlon {1ullonli.1d tbr lhll imbfeot j>m·ts und 11ri:i 111 com11lelil coillonnnnco lo 1"436-IO, We herlll>,Yco1·U!}1 tJ11d lh~ s11bjcol p111is worn l11',r<11,111cd lo RC ?.6-•ts. Wo Jl\ll'ehycc1·1ll)• <huullo suluecl pnrls Will'* ho( dlJ) gol\llllli~od In 1ioatml~11110 wllh s11eoltlc11tton l\$'1\\1 A 153 C!,ASS I), Wu l1uniby 001·1!{}1 1h111111l ~1111u1ory lll()t1!1·ome111s 11s lo A111u1•11/n11 l'rod1101lon 111Hl Lo~o1• Slnmfm~lsnnd 111/ oondfdi»rn ofpurohn!iB IIJ>t>llcnli!e lo !hi} lr1111sMl(on hnvo boon compJ/ocl wl!h mid thnl the .subject pnl'IS were mol!od nnd n1111111Alclurod ·ln.lhe-U.S.A. No weld rcpniri. we,e mndl;l lo lhe 1110101'111!, 'I'm/)' )'OtUS1 Wt'Oug!tl WnsJ1el'lvltg.1 Inc. 131).~~ l1nuf S~hnclbi· Q,C, fv!oon11or I Swo,·n ruul s11bsol'l!Jed h11fo1~ me b11 Augusl '20, i0!.1 My cu1111nl11sion 1.1xi11i'e~ A11rlf 2,1, 20/1, C0.12J/to\l,\I\I{ /·IT HIJI) jl,[)6 W\\I INTliRWo\ .11.{11 :c,h.116(1Ul/lWl/fllm$MW.l6 1901 CHICOltY RD, • MOUNT PL!:ASAlllt WI 5:1403 • PHONE (262} 5S4-9550 • PAX (262} 554,9584 Vim OlJll WllliSJr~.: www.wroughtwasht1r.coru / I ; I ' •'! ,,. PRODUCT .. CERTJF-'ICATION WORI< ORDER LOT NUMtlE~ 11 Q0707 ,f 1118303 S.4L£S OROSR I RLS 63007:2/ 1 :'l()f I) l~ ll\l17W-~O I AOE STfl:L Lf..O Wll.l. ADVISE FINAL SHIP ro WARRING'rON, PA 110071,1 USA Atlm f!d l:olonl>cro ''" I' .. /lrQofotMltlol Cluvvl,lfltl /no. ?01//(} ~~'-\tr, ArcelorMl I ICH r ..... -------~. --------.~-~~~ ---"-----~··"··----.. --. : r.1.,,11· ()l,<f.ll I' (1, C!)S'(OMrm PMT <)U/ll~TllY COJt8 l.1'0ING NO 38 16~0 LBS 1 01t>:.!2001 • !J••l!.cf'11:/1lWN O,t24lH,1hl ,l).<lt!OO/•lo.6S~(} X lfB,2600-i-l,1'l50Mt;(IN) , 10 :.tO.Ot3CJ.O ot) os.m11,2.r1,JtNJ ct wr351001,mu;o rLas, , liol P.Hnd R!)Jlb C1tr1>11n no ll t Re!iPIQ U!!XP ~~·:.:·'.::'°~"'""';---"---~~~-:::~~~~~~-·------.--"~--~~---···---: -~--·--~-.-, .... "11 f ·--,-• Ol\!!J)l~lr_,e...,1~~--,--~--~~ ..... ~,-,,.·--~--·-··-! • IJ 14n P a a:l Qu JU. <a: Ho Bn 111 I II 0, 39(\: /J,78:: 0,00-7: 0,{)01: C>,l(l;; 0,03;~ 0,0l:: O,(M()() 0,0100 0,0020 ll,01.llO ; • 0,0()2.0 O,tlOl!() O,l>l)6~ (l,OOV3 . (l,.()Ol!O (l,011~0 O,OOH! r-·- J-"" ..... -.~---·· OflQln, Mn<l9...!!!J..dMellodln USA -· --,-......... ' ·,! ,-· ............. --.. -~ ..... -.. --•-... --.-....... .....,--.--~---.~~· ---~·----·-·-, ... ,, , J _, .. -~-· -·-· ._,., ... _ ... _,., ,~, .,,,..,_ .. --1..qQ N11nlbo[~,-~--, _ ............... _._..,, .... .,,...--·-----,...,,.,1 , I I H~O)ll I ! ", ..... , ..... ,,,,, . -.-,--,.._- • r:-Mi 111~1 ur11 nml~1lnl r.sm(l l101c//Jl1\I~ IIIJUII 111~11e~101i~n11 tn;1~·11 Iii (,;cwU~ll~ll\'1lit1111'111\~llll'(ls w,~1;dhM lfl lily j)~1~111tn1l ~JIW.~1/mtlou~ Un(( ~/l~f)d t11)Q" Jh~ l4Slllt$ ~J ,W(l1 JM/WGlj01\ ~ml hl~tlf/Q ' N il) h181l 11Jl)l(l)Wd 101 (;1\1\(IIIIUJIJ\lll) ,,, lho ~po~ffl~P!km;. . ;~ Pi<UD 1 / !1111) I 1 I I I ~---.... ,_, ___ .J Molthaw l(r.em<'!r OAMer.i(lo< l· ~· ... w.• •••• , j 4 • ••a• . ' ... , •• _..___..~~~lo-~-..... --.--•• , ... ~----·--~-.. . c1tn1·rmCAT:E O.li' COMPUliNCE ~ Cl'.18TOMlDJi1 t>A.Tlll: 'f?Olh ' ROGEns ORDlm/11 :OESCll1l11'ION'1 \VWrC/1: V: • FOl< HOT mr GALVAN1-ZlNG JVROUGHT WASHER MI!O., JNQ. JUJJY 15, MU ;l7S222•01 8940~ l[.tI6S OD ~ .82&JP--.128 '."fHKU/4'1 s MAltr< 017293 CO!). TlNG TXUCICNE&S b,VBRA0.13 3.69 WB HBR.E.!l\' CBRTJPV 'l'NATTHB ABOVIJSTZB AND LOT NUM»ER WHJCH WAS HOT DIP OAL VANrZBD 1N OUR PLANT MBllTS 'i'HB ~J>llOJPJCA'tfONS OF AS'lM A I S31 CLASSD. T.Hll Al.\OVI! BIZBS /\NI) WT NUMBERS COMfLY.\Vll'.H TH.P, COA'J'JNO, WORKMANSHIP, JIINJSH1 AND APPHA_MNC.B RBQUIR~MaNTS OJI ASTM 112329 , Tl ·l.6 HOT DIP CALV/\ NIZJNO IS ROHS COM!>.LTANT, 'J'HB GAL VANIZINO Pll0CJJ8S WAS CONDUG'rl!O IN A 'l'BMPBMTUill3 MNOB ()fl 8jOF 'J'O 8:S.()P, THIS Pll0DUC1' WAS GA L.VANJZBD IN ROCI<.FORO, lL USA, R9f llRS BROTHBRS lNC, u) 1/,rJf/JlQ).J!VL f1iJ/Wl))lVU1 Lomdne 'P, 8helburn¢ Vic~ P1•e,;ideu1 · LP8:Jul sunsORIBED AN)) SWORN .BEPORB MB THI$ I STH DAY OF JULY 2013, AD ·· .. , .. ·· ··n~;~a/i:,iiti:Jii.iJlv-· ·--···· ... .,_,'NorARYPUBLtC I I . i / ,·· • f '' 0 DIii ro1 STRUCTURAL & STEEL PRODUCTS e0#249609- 17W Shik$ptao/ Gro!lp zooo lnd~llrlal ltd 11011 l!t<l,s:4, WI 53035 Ph9110: (920) 625-.t,Mi l'aXf (920) 62S·2~4ii Shakeproof group l1IJf/ DEE• UITT KE • MUIOWE~ • 5IIAVl.l'I\D0F S0#70922 Certiff cate of Cpnfocman~e 5b./JWJJ. STAR STAINLESS SCREW CO 30 West End Rd Star Stainless screw 810 A.l:,C, Drive Wooddale, IL 60191 Totowa, NJ 07512 tllim 8!2JJl /!JJll!1J. ,Cyst, Potl tit R€SC(1ptlom l&J.lft NJ.ttterlgl lat/H4<tUlt Qrderll; Sf/Je Vgte: mv, Sfllpf!.ed: 0I:N11604-9 NOV 0Rll21{EESW 31•L0-7S 3/4 REG 264 188 304 PLN Dr 28989-29 04C4 034558 11/30/2012 17,940 Thfs Is to certify that the Items described above are In conformance with the specifications, drawings and/or requirements of the above purcha$o order. lf no requkement11 are noted, the above Items ar-o manufactured to the speclflcatlons JlstAd In our currant catufog. These ltams ware Manufactured In the U.S.A. Mark Czarnecki Quality Assurance Mallager c~es.te.: 769182 :Ol mil ,:o:: ~t,m"'='"'W.,,..,,"""r!=:tl- "3'04~~~ l:ttilit•IISB?! 'l'I: ~ O:lstome:r:: 551'1 001 JDS -Q:::.de:e: l2ir 88:117 1 '.XO'OZ' omer; ll.Oti~3 PBODVC~ nESCB+~~xox. Wi:t:e ;r.oa ~ =:!. c:catea tl9S Slo.tOO l<.S'l!B ~JGS, .3S!!!lt ~~/W {Cl:!l:M (lm;r) ~ Sa::P.P,lie:c • # at C %. 1)4.C!& 'OS .• 035 s:r. ':;. .35 CX) '1; .l.S E:RC:S::Al1t:t: CAL ?ROPEll:'1':n~s :i. e li'.I!: ~ 'tl!l:S <> :!. :!SB:,). l'S:'I: :r;s:y; ~~ lt l!, -:i::t.~-1> 34wS2 S4&22 l'IQC:s7~ :a::i:. :U.7.0 34.S2 84..~ ~0$5 ~-:t, a7~o 3<:.52. M.22. ~S096 'R '!, D..'J.O ~4.S2 M.~ cs.% :i.s.12 m.. % ~:Z..31 82..:n 32.::a::L s:2~ .Sb:z.'P !t'o:: :r!l!lr~~ 37t14~~~ Da'l;e~ 9/12/2~1:2 ~e: :l. ~ :i. ~ ,c:sa= ~EM.ARKS: St,eesl.: 304. Fixl:ish: ~ ~ -2SOO i:a "Leg~ ~ ~si= ~~ P:ae A/Z 01: ~ '%°~ OF m-D. :152~=s-7014-"l. liZ rn.tva :ZC02.S:S~..:e.oZ. ~~ ~ ~ ~-~ ~ m,:;:: :c:t~~~~=U»t~~~ co"% l5lSE ~ Z!!:)% lit % m: %,. !' % .. ~s :i..:1.e -:ZS: .o..w. ::e.~ -~~ 2'l.:ogo .,,,. 2"" 68."30 68.30 se.ao ~.3~ ~<=a). s % -~n1.6 , . -:..1 · ~~-____ ER!_C._l!'.!::SS ________ _ ,' ~zu:)n.ett ~rt!:t ill.o:rprtrtt:t:tun ~soaen GBLVBnlZ/nS, LL.C. CERTIFICATION OF COMPLIANCE MADDEN BOLT CORPORATION CERTIFIES THAT THE MATElUAL LISTED BELOW ARE ill COMPUANCE WlTH CHEMICAL AND PHYSICAL REQUIREMENTS OF THE LISTED ASTM OR AISI SPECIFICATIONS. . CUSTOMER PO#: . .249609 ------MADDEN BOLT SO# : 70922 -------- NOTES: State of Texas, County of Han-is ANCHOR BOLT F1554 GR.55 HEX NUTS A563 ------FLAT WASHER F436 ------LOCK WASHER A307 ----·--COATING Al53 -'-------OTIIBR A36 TEMPLATE Thank You, ffiaL~&~ MALlNAG10Y u Given unde1: my hand and ~eal on this WTH day of January 2014. ~-~~--~~~~B81.AN M. MADDEN Notary public, State of ~lfffi~l-":Z. • NotaryPubllo,Slateo!ToMS , , My CommlSslJn l:Xplros ~14·~16 13420 Hempstead Hwy. Houston, TX 7.7040 (713) 939-9999 • Fax (713) 939-7200 www.maddenboft.com 'i • •,i '· .. , ' ,'t; l .... . ,r • • l; 'l . January 29, 2014 Madden Bolt Corporation 13420 Hempstead Hwy. Houston, TX 77040 4HKau.n£1t ~ult <ll.orprt.r~tiun r,;»msaaen saLvan1z1ng, LL.c RE: CERTIFICATION OF COMPLIANCE To Whom It May Concern: We certify that our Hot Dip process meets the requirements of ASTM Al 53 Class C SpeoHications on the following order below. · MALlNAGRAY Certification Dep~ent 13420 Hempstead Hwy. Houston, TX ?7040 (713) 939-9999 • Fax (713) 939-7200 www.rnaddenboft.com CMCSTES. TEXAS 1 STEa MllL DRIVE SEGUIN iX 75155-7510 HEA.TN0.:3040883 s Madden Bolt Corp SEC"IlON: ~N.l) 1.3S3 x 30•0...-0 AS29S5 L 13420 Hempswad Rd GRADE:: ASTM A529-0S Grade SS l) ttouston TX ROU.DA'TI: 07/06/20"'£3 ' us 7704,0,5813 IVIELT 0-A."IE: OSF.2.7~01S T 71~ 0 7,393S7200 Cb=cteristic Value C 0.23% ~n 1.01% p -0.015% s 0.030% Si 0.20% Cu 0.32% Cr 0.13% Ni 0.'13% Mo 0.03S% V o.c21% Cb 0.003% Sn 0.010% .Al 0.001% Carbon'E.q F1554-0.42% Camon Eq A529 0.50% Yield Strength test 1 c/.8lesi Tensile Strengtntest 1 ~ksi Eionsa;tion test 1 28% Sons;rtion Gase tgtb test 1 Sll'l CE:R'l1c<IED M1LL TEST REPORT For additional <:Opies cat! 830-372-8771 $ Madden Bolt Corp H . We het'ehy cer:1ify tmrt:the 'teSt resu!ts ptesenM here are accurate and CO'm()mt to the reported grade spec;ific:aticm Dellv~.S1131969 BOt.:: 704-0770'1 1 13420 Hempstead R.d OUST PO#: Pl:50372 p Houston TX CUSTP~ us 77040-5~& Ot.VrtY I.BS/ HEA.T:4589.000 LB T 7139399999 OL.VID' PCS /1-!EAT:ao EA. () 7139397200 Cti~cteristic Val~ Characteristic Value Roouction of Area test 1 37% B.ong:aiian test 2 30% 1:IOPgatron Gage, Latl'l "teSt 2 21N SHN@Suri.ace ~ 1 174SliN - Tf{I$ MAT!aRIAL l$ FULLY KlLLE!), 100% MEl."TED AND 1.mNW'ACTUREl> lN 'THE USA, W!'rn NO WELD RE!>A1R OR MERCURY COMTA.MtNA'TION IN THE. 1>.tOCSSS. REMARKS: MEETS TH'E REO.UIREMl:NrS OF SPEClFICA.TloN ASnJ1 F1SS4 GRADE 55 SUPPI.EN1ENT 1, INCLUS1VE 1'1.r.2.112013 '15:14~4~ ~() 1 OF1 . .... • ~};:;.\~~~.:<::: ..... ····'·. \ ./ ~· I · ·bL=·=;·=====~====~,=======.=========~r:7============;=~===i · · · · · r-: · l · Genei;al . Number I001 Rev 12: ---_ ·-~ ___ -----·.~ .. al,mO . . t :IriStallatloii Aµdc. ~;.:: f ~~~ 812i!°.I __ :-:_:__ -:-- Main ten a. nee · QA24S5· ·M · · ' STRUCTURES • .., ayne I y.-. Infoi~mation / i .. scorE :• ·~ / / Distribute this inf01matlo? to ~tallatiou perso_~e1, future maintenance personnel, Rud owners. ·1'his g~neritl information Joais P,rimarilJ wlth the long term durability of rnuc~os of the type suJJpiied by . . . y lillllOUt and certain safety is'su~; It is not ip.tonded to be ti comprehensive description. of how to Install these " structures. Competent installirt.{6n oona:act9rs mus~be co.risu1ted upon for prnctices· and equi_ement that meets the demands of tlie conditions Ii t oach job location. ,· . V aimont cannot be responsibl for any damag~ that-occurs during or after installation or for any structure that ·has been modified or tbxlt Is ,··ed u,.sG>me way other than that descn'becf in Vnhnont's appliolliion :recolll!ll.endatfoos. · For information about the s al ·capabilio/ of these products or about installation practices please co.usult . with. th_e factory or noai:em, ¥ ont representative. ; . 2. DEFINITIONS er horizo1ltal or sloped. anMtype suppci~; a _horizontal or sloped member or :tmss supported by at least Ann: A cantilevered support, ~e Support: Aleo know · two vertical supports. Ca.utilover! A support either h tal or ve.rtioal supported at 0116 end only. Desiruier: The person r~s_po~ · for design fur tlie structural support. . . Jforb-kvel Li!!b.ting:_ Also kno ~ hi,g~;mast lighting; 1:ighting proy.ided at heights greawr than about 55 ft. (17 m), typically using 4 to 12 . aries. . ! : Lumituure: A complete ligh~t oo.nsis~g of a lamp or lalllp.S together with the parla designed to distribute the light, to· poGitfon and protec e lamps, an~ to conn":ct tho lamps to tho oleotrio power supply. . Mast Arm: A suppo~g arm ed to hold~ sign, sigruil~ead, or Lu~ in. an. approximately horizontal posltioll, · · Monotube~ A support that is c . Oved1ead Sie:n.; A sign mi~'P® Own;<r: Theperso11or agency sed. ~fa single tube'. ave the roadway. . . g jurisdicti.ou. for the design, coµsb:uction, and ~aintentmce of the s.tructw:al support · ~ A. vertical support that is relatively slender, and geuerally rounde/f or multisided, . Pole Top: A descripth•e term in · g that an attachment is mounted at the top of a stmctu.tal. support usually pertainiug to o.ne Luminaire o~. · sign.al mounted at the fop ·of n pole. . · . Roadside Sign: A sign moun de th? .roadway ou a single Stl(lPOrt or :multiple supports. Simi: A device conveying a. sp mess11ge by means of ~ds or syml'l6ls, orectad foe the purpose of regulating, warning, or gitlding , . . . Soa'n Wire: A steel cable ors ~ded betweeu two poles cmnmonly1Jsod as a horizontal supportf~x smaU signs and traffic signal. . · · · . · : filrµoniral Support: Support desi to cany the loads ind1:1ced at attacb.od signs, luminarles, and traffic signals. ·: · · · • · · Traffic Siimal: An electricitlly o · d iraffic control device bywhich.traffic is regulated, wam.ed, or directed t0 blm specifio dirootions. Jruss; A structural support, usu rtical or horizontal, composed of a frBl1lework that is ofien arranged in triangles. . 5 st ... -~------·----~·JI /V,1 ... ont STRUCTURES . . 1.. SCOPE General . Iristallatidn :Ap.ci :_ Maintenance · >;:-, Information . · Number I001 Rev lZ ~~ff :;~~d;_ B~t:!;{~'!_-·-:~-:-·· ... ~-- QA 2455: J Ma,yne · · ;• ·~ Distribute this :Information to ' tallation perso:qno1, future maintenance perso11I1el, and owners. ·This g~nerai infonna.tion cfeals 'rimarily wiUt the long term durability of structuies of the type supplied by Valmont and ~rt&in. safety fas ea: It is not into:nded to be a comprehensive dosaription ofh.ow to .Install these 8truc~es. Competent installa _on confract?rS must-he co:risu!ted upou for practices·and' eqi.uP.I!l.ent thatmeet:i the do11;1ands ofilio conditionsf t ~achjob location. · Valmont ~annot bo responsfbl for~~ damage ~t uc~ ~uring or a~er ins~Uation o~ for any s!ruotute that ·has been modffied OL' that is utllized in. some way other than t.hat d.e.9cnoed' in V almont's a.pplioation _ recommenc1auons. · I · . l . F~r fuformation about the struitural -capability ofthesep:coducts or about insmllationpractioeii please oons1.1lt . with. thi; factory or nearest V rufno.nt representative. ; . · · . f . 2. DEFINITIONS ~ . ~ fi . Arm: A cantileverod support, lither horizontal or sloped. Bridge S11ooort: Also kuow iis.\lspau-type st..lppcirt; tl-horizontal or sloped member or .truss supported by at least two vertical supports. r -. . . . Cantilever: A support either h~pwntal or vertical supported at one end only, Designer; The person r~spoJ?Si\lle for design. for tfte structural support. . - Hi!!h-level Lfo:htine:: Also kn.op as hig~";IIDlst ligh.i}ng; 1:ighting pro_vided at heights greater than about 55 ft. (17 m), typically using 4 to 12 ~es. . r . : . Lurninaire: A complete lighting;unit consisting 9f al31pp or lamps together with the parts deBigned to distribRfu th.e light, to "posi.tlon and protec{lhe Jmnps, an~ 'to COIIIlf;Ot the lamps to tho electric power supply. • Mast Arm! A supporting arm d~lgned to hold a sign, Gignal h:ead. or Luminaire in mt approximately horizomal position. . · i · . . · ' Monotube; A support that is cowposedofa.si.Il.gletube: · · . . Oyerhead Sim: A sig:n suspend~ above the roadway. . . . · . Owner: The person or agency fiWing jurisdiction fo:c the design, co;istructi.ou, and ~~ten.a.nee of the s:tmctural support. · ® · . · ;&>~ A -vertical sa.pport that is 19.}lg, relatively slender, and generally roun.dei:I or mul~ided. Po le Tgm A de11criptive teon indicating that an attachment is mo\ulted at thti top of a mructural support, usunlly partaining to one LU1Iliaaire or tr~c sign.al mounted at the top ·of a pole. . · . Roadsidp Sign: A sign moun.!ed ~eside the.roadway on a single SlJl;lpOrt or multiple su.pports. Simi; A dcwice conveying a. npecjfk: message hy means of words or sy.ml!iols, erected for the purpose of :regulafin.g, warning, or guiding tri#fio, . · , Snail Wire: A steel cab lo or stran4 extended between two poles oo:mmcmly used as a horizom:al supportfo_r BmaU signs !llld trrl'fic signal. r: . . . : Strucfin:al Sunoort: Support desl~ed to cru:xy the Io~ induced at attached signs, lwnioarles, and. ~c signals. : · · t · · · Traffic Sil!llal: An electrically opc:r,ated traffic control device by which trn:ffi.c is regulated, wru:ii.ed,. or directed ta take specifio di.r:ection.'J. i . · Truss: A s!ruoturnl support, usually Yerlical or horizontal, composed of a :framework that is often arranged in triangles. . · ' Valm<>o.t Jndustrics Inc .. 7002.North.288,i, St..P,O. Box 35&. V,J!ev. NE 68064 ,-. .-... - 3.4. · We'ath'erlrt,g·Steel ·· .·. Weathering steel is not a. completely ~tcnance-:free material. An o;i-going ma~teruu:16(: pro;gram must include their periodic inspection for ,ati.Y abnoanal corrosion. Manufuoturers that supply wea.the:cing steel Velmontiodusbies Jno., 7002 North 28 gll>. St., P.O. Bo£358, Valley, NE 68064 ... •:.• ... .. t STRUCTURES General Installation And · Main tenanc-.e-· . -. Infotmation Number I001 Rev 12 . Date Revis _ed: 8['J)J01 _ Page 3 of 6 QA 2455: J Mayne- to .Valmont oan supply data about tho bc:ihavior of these materials in various environments. Their application recommendations should be followed for the best .re.wlni. The most important of-which is ta avoid conttnuous exposure to :moisture .. Water, damp debris, or soil on weathering steel surfaces will cause aoceler1tted corrosion. Vegetation around tb.e base can be harmful. A build-up of coIIO sion debris can adversely affect the_ inst9-e offue ;pole base. Steo! suppliers recommend painting closely fitting (faying) surfaces. Tb.o best iline for painting :is bninediat(,ly prior to installation to minimize damage t.o the pr01ecti.ve coating. · · · 3.5 .. Vibration Although.rare, vibrations severe enough to c~use damage can occasionally .oocur in st:r:uatures of all types. Because they are .influenced by many interacting variables vibrations are unpredictable. There is no sio,gle ;method to insure tho prevontipn of all modes' of vibration. Vi'bration ·is believed lo be JllDre likely to occur when structures ( or oomponent6 such as . a.o:ns) ar~ :in8talled wit110ut attaching the additional a.ocessorles, which tho structures nre designed to support. Therofore, such a.ttnolted ~~~sor:ies, or devices equivalent m dampening chatacteristio s, should M installed at the time of ere~ron. The owner/uset' s maintenance program must include ilia observation fur any excossivg ,; .. · ivibrntion and e. continuous -program forihe examination of any structural damage or bolt loosening. 3.6. Anchor Bolt Found11.tions Jf anchorage hardware :is furnished by otb.ers, the correct size and strength roust be 'llsed. Wh.~ fo.;e1ing mits 11re used, -th~ bottOD.l ofth.e lowest le-voling nu.ls sh.all not be lll.O(e th.au P' from th.e concrete sur:fu.ce . Large spaces between fue pol~ base plate nnd the concrete can call8o excessive stresses in the an.clior bolts. Whonever anchor bolts are for poles with breakaway supports, caro must be taken. to meet th.e maximum 4" projection requirements of the AAfilITO Speclficatio11;-(Section 12.5.3 Additional · Requirements] aru:I/or any other govoming codes, 3.7. _'.I;'ran.sformer ;Bases In attaching a pole to 11. trllIISformer bas e., when tb.e pole base plate has slotteifholes, place the connecting- bolts~!). the l~gest possible bolt oirole (i.e. th.e outer ends of the slots). 3.8. ASTM A325 Bolts Threads should be lubricated in order to prevent galling anq to achieve .bolt tension. ill accord.aIJce with AISC recommendations. Hardwace suppliers use beeswax and vadous commercial waxes as lubricants. They indicate th.a.tpro~cts·liko "WP-4.0'' are co)Illll.oJµy_used .in the fiald . (AS1M 1\325-00, 4.4) ~ . . - 3.9. Hinged Poles . Wiring must pass through the wiring protection. guide at the hipge to 11:3sur<'I that the insulation will not b~ . damaged during raising and lowering. The l'llising and lowering winch must be operated amoothly and . the winch cable kept tan f to a.void jolts, which ?ould ~~U8o coUap!e of the shaft. 3.10. Traffic Sign.al Ma.~tArms All mast an.us will h ave the bottom of the arm identified b~ n tag welded to the bottom of the flango · plate. · · · · .:· ValmoJJt Industries~., 7002 Nomi ;l8S"' St., P.O. Box 358, Valley, NE 6806{ valm STRUC!URES · .Gen·eral. Installation .All;<l Maintenance.· Irtformation 3.16~ H~clling & Star.age Requir~ments · 3,16.1. Handling Number I001 Re-v 12- Date Revi11ed: 8/22101 Page 5 'of 6 Qi\ 2455: J~ayne The pnrohaser/lnstalltjr ~ust ensqre ~e prop e,r handliog of t4e product at . the conslruption itlte fo ensure a danillge•:&.ee product when.installation JS complete. Care needs to be taken to insure the io.tagrity of the product £41i.sh. Damage t6 the fininh imoli. as scratches, 'gougoo and marred Bf()BB will re4u~e pr ~ate tl}.e corrosive r;,i;istinoe of protective coatings. Direct meµ,i1 to . in,~tal c~mt11ot, Stich as choking a g~.1:vanized or painted pole with, m~tat chains; wi11 oausb dam.age ro- tb:o finisll. Proteoti:ve materials such M ·nylon slings or cloth. sleeves for chains should be utilized during handling to prevent damage to the finis.b. · Do not.'utilize ·any bole hole opening in either a base plate or slmpiex. Jifote for lifting od1.11ndling nn.y produots, as this w.i11 ciiuse d!I.Illl!ge to 'the finiah. The pro_per repair of any damage-t'lf deterioration to the produot finish during handling and ,.lnstn.llatl.on at th.e construction site aball be the installer's responsibility. Please consult Valmont .:\i.Jnoustries Ino'. fer tho properprocedure for repairing _any .finish! :., ... ;~::. <· .. ~·: ." . .· . . ..... _ 3!.1!6.2:Sto:rage ;'!J!<. •• / The pioduot should be stored :in a q.iean, <liy 'and well :vm:1t.£.ls..ted nrea. The;product mu~'l be stacked in '· an oraerlymruiner on spa~rs thatraise theprotlu<?t ·offtb.e ground and abave lilfY.·Y:egetatlon. . ... . Spacers shQuld also_ be 't1sed·:while stacking tho product 'to keep individual pfooes separated frotn each -~~-othei: so tha't ·air can .fre~ly access all llllrfaces of the product Stacked product sfuitild be inclined so . that moisture can drain out ·see figure 1 for ,ah illustration of :incorrect and correct sta.cking of •, 'product: . ' Resinous wood must NOT be used for spacers·urpaolcfug, since the resin itself can damage any finish. Use wood mat.erial that is dry and u.o.treated. (NO CHEMICALS) when. ttnnspcirting and storing all products. ~M _,_..,._ ~oolh ~, J> () Rm i~R. Vallev. NE 68064 val ·.;• :.11 ~ _t,:., '-'J.t: .. ·' ,,: •• :,! .!.!.. .. ,· .' \ 1 •• -.·; •, ,. -··-·- ----1------,--.,.-------,-:--------------;----------·---------.-+---- Valmont Industri es Inc., 700?. North 28S,i,. St., P.O.-Bo1C'358:,Y~=!.i.• ·NB=-=· ~6.:.:80:..:64-"----------~ ; r 1 . . .. ,, . ,[ . IfD s_rnp· Paper De$ctiption ~ . --==i .. -.THREE CHARACTER CAT'EGORY MA, .......... ~· MFI ....... DESCRIPTION- DS90\ 96, ~ND 99 ARM ASSEMBLIES . PIPE AR.M Ass.EMspgs AB • ........ ·. ANCHOR !3pLT Al3A ....... ABC,~,·· ABO,.: ... ABP .•..... ALA ...... .' ·ANU .... .. ANCHOR-SOLT ASSEMBLY . , ANCHOR B0L'fA$Sl::M_8LY . . STANDARD ASTM BOLTS ANCHOR BOLT.B@XRING PLATE AREA LT~. ARM ASSY. ASTM A 19~/A563 NUTS . . . APP ..... :: · ~N@LE PiEcE PARTs·· .- ARA...... "TAf:ERED ARM ASSEMBLIES •&. ·-,· • '1."\ ·-:,':, t\UB •... ;; :-:·.;t..(QcHOR U-BOLT .'·/ . AWA .... . ASTM. F436 NB WASHE'.~S BLT ...... . Bbl.TS BPA ....... · ASS'Y. SLIP SASE, MUL Tl,-DlR. CAT ....... CBA •.•••• CHA ...... . . . CATWALK SUPPORT ASS~MBtY · CATWALK BED ASSEMBLY . . CA Tv\'.AU< HANDRAIL ASSEM817Y CHL. ...... ·. CHANNSL . ' CHM ...... HANG>HOLE COVER HIGHMAST Cl:.H....... C~M~ HALF A;~~BLY · CLP ....... C~MP . css ...... · CTP •... .,. F8F: ..... . FCA ..... .. FNC ..... . GKT ..... . GPP· ••..... HHG .... _ HMR. •..•• IDT ..•. , .. . KEY ..... .. CUSTOM SIGN STRUCTURES . . CA,Gf:;TEMPLATE&_CHKING. TEMP. FULL. B~Ss COVER ASSY, (FINISH) FINIAL CAP ASSEMBLY FINIAL CAP .. GASKETS. G"RATING PIECE.PARTS HANOHOLE COVER HlGH MAST MlSCELLSANEOUS 1.D.TAGS· GOITER KEYS LOA....... . . LUMINAIRE CAGE AS·SY. (TUBULAR) AM,1'.ln ,I IR F= ARM AS!";l=:MBI .Y THREE, .. · CHARACTER CATEGORY b!:!SCRIPTION NCr ...... NUT COVER FINISHED NTP ...... ROUND NON"TAPER!=D POLE ASS'YS. Nf.JT...... . NUTS -. OSL .:.,.: . H!GtJ MAST Ml$C.' PARTS PM...... PIPEARMASSEMBLY P.Ao ...... POLE AS~EMSL;, ;VERHEAD SIGN PCP...... ,POLE CAP PLATE& f'c;>LY PLATE Pf-{B ••. :... POLE HIGH MAST BASE SECTION . . . PHI ....... POLE KIG!MMAST INTl::R. SECTION PHT...... 0 POl.:E HIGHMASTTOP SECTION .. POL...... POLE ASSEMBLIES' PPE ; ... , .. PIP~-... · PSS...... SPTS. LIGHTING PC>f,.E BASE; SECTION PSI ........ . SPORTSLIGHTING POLE INTER. S-ECT. PST....... SPORTSLiGHTJNG ~OU~ TOP SECTION PTE ...... PG LE "fOP EXTENS ION ASSEMBLY . . . PTP ·•··-'POLE TOP P(-A TE SM...... SPORTSUGHTING ANGI.-E ARM ASS'Y. ' . SAM...... sus~Ass'Y. -MISC. FILE (~LACK o~ fiN,) SBO ...... STANDARD STUD BOLTS s_c_A •...•.. ·. SQUARE POLE .TOP p~1:1: ASSEMBLY SCD .... ,. SPORTBLIGH'f!NG.CAG.E DOOR ASBY. . . . . SCL...... SCROlLS . SQR,...... SCREWS SKP ...... SlJf-BASE J<f:EPER . . SPM...... SPORTSUGH.TING MISCELLANEOUS . TBA...... TRANSFORMER BASE ASSEMBLY TBC .:.... TRANSFORMER BAS!E COVER TBD :1.... TRANSFORMER 13ASE: DOOR T8L....... TRANSFORMf::R BASE L UG TNF ...... TENON ASSEMBL y (FINISH) TIA ..... :. TRUSS 'fYPE ARM ASSEMBLY UBO...... STD. RB U~BOLTS 'SIDA ...... Vll3RAT!ON DAMP~E:R ASSEMBLY WHR..... WASHERS ... ·.··- •.:. : ... l ,. · . ... ~~~.,. (:·. ~ ·· .. '·i·~·~:;1::: '• : • .:1.:t,: • .• .. . .. -~ ,. ·<~:.!'l:?· · ;,:J ~···fr~.~r~~-:-'; . ::· ... ~ ... J.:1;~~ -;!"?.\~t.-' '· {f1:. ··~---:·:.t~{(,,1t ::? ::. · ; ..... i·\~·:.~.~'~'~: .. ;;.·_ .. -.'..··,.:_i .. '~-~ ;:.:·~::: ~:~: <'. _:,).ir.1 f ·'. ' . ·:. ,-; . :./\1~tr. , .. .... _,, ·,.:-_· ' . ~ t~./ .· ·:: {, ~ 1~.:·\f·~_;·. '·~:{.:-~ ·: :r:~~>-. '..:j~t:)~·;:,,; -t~ .:., .. -i1)t :~;~~. ,'": :~.'·?:~,-.. i-!f'\-1\!.td ... ':' t ·. ' .. · -: . •'" . , \r~: · ::~~s.::, tt£J1:··; \:·~::~ .~ . . -"-: .i. '-. .'~::.:. .. ;;::~.~if :~;(::;:::i(:~~;: .-.'· ~t?-!}-:<l:!~;:~:-·;.·.;:-,· f-.•• ·-•:. ··.1 -· ..... ~. ·-'· __ -; :·. -~--! ··' •' -.. , :1 ~ ,·· .. : . :. ~. ~. ~;ff .,.:..\·'···:~-:_·;Ji·?1:}::- ;:_~-:!:·-:J. :--r~~~·:.:~.).1fr ··t· .. ·--:·~--:.:.:..!. -~c-.. : . --..... ~ •',, I -~ ·-;),( :."..:· , ..... -.~r : .. 1:f1 :· .. ;.;:,.:. ~~:::·,::.: ·;:~f ;··~~;.t~t\:t:.; .. ; :f ;~\ ·: :]J •· !.)!fi?l•\?:~··i ·~~.!" _'.;· ;_:,;. ':!I,.,'•, ·.l:: ;•-, ::·, •:..: '; .. ~~~f(i:.,.:_i~;t, /"" •:' °i~! .. ,:. -:-· ·:· :.: ·,1-. :_ ~-~·~{;{: • •. · _ . ' -' ... , /.:·((i-::-f= ,-.~~--~/~{ ,.;{ .. l))-. ·,~; ' ... ?~::t;:·,,;i;:t .. ,,-,,,,-.; :!_';i ··.. ..:~\ ... v_:..J_·i~:t~;, }~ ~· :·· ·~'~:-: .r:.· · ··~:···· ' ~-·.:.,::· \ :-· :·: ... '? . . ·:1 ·s· ";, t.i ·i~)· ~ ~::-.~·:, · ~ : . !-!, • ~ ,_ -· -. ·• .... ~ • ~~ ,''!·. : .. :. -~ ... ··•. . ~, ... ~7~~~.f?!'-~'1~:!-rf .. ,'!;1.f.~.}~~'~t~T'·~,~~ff;J~'!',Y;'f.:~·~Kr~~~~!W;~~1111:w:-~?j:~~?~:7:'.:W/}?!,?}.~'.:!{:~""'··•:-r:"';·~~~'?i"f.71"·':f;"•···:·:-•!f:~.<?,0?,:i):~r:1 •,'T-.. : ··. ., Safety Data Sheet Material Name: CREOSOTE PRESSURE TREATED WOOD SDS ID: 00228327 ·***Section 1 -PRODUCT AND COMPANY IDENTIFICATION*~*· Manufacturer lnformatiol"l l<OPPERS INC. 436 Seventh Ave nue Pictsburgh, PA 15219 -1800 Mfg Cont~ct: 412-227 -2001 (SOS Requ es ts : !l66-852-6239 ~ CHEMTREG: 800 -424 -9300 (Outside USA: +1 703 -527-3887) Emergencies: (Medical In' USA): 877-737-9047 . Emergencies : (Medical Outside of USA): 651-632 -9269 E:maJI: naorgmsds@lmppers.com Product Identifier: CREOSOTE PRESSURE TREATED WOOD Product Use Industria l wood products; specifi cally rallroad ties, utlllty poles, and marJne piling s. Creosote treated wood ls Intended for exterior/outdoor uses and only those appllcallons approved by th e Amerli;:an Wood Protection Association {AWPA) Use Category System as set forth ln the most current edltron of the"AWPA Book of Standards . I * ·11 * Section 2 ... H~RDS IDENTIFICA TIO~ * * .,.. EME~GENCY OVERVJGW . J Physical Form : Pre ssu re treated poles and crossti ea -treated at a retention level of 7-9 lbs/ft3 , with a wood density of 45-55 lbs/fl3 . Pressure treated piling -treated at a retention level of 12 .. 20 lbs/ft3, with a wood density of 45 lbs/ft3 . Actual retention level dependent on wood stock , moisture levels, and custo mer specifications. Color: dark, brown to black Odor; tar odor Signal Word : WARNING! Major Health Ha;:ards : harmful lf Inhaled, harmful on contact with (he skin, respirato ry tract Irritation, skin Irritation, eye irritation, arrerglc reactions, nasal/sinus cancer, lung cancer, skin cance r Physic.ti Hazards: Dust/air mixtures may Ignite or explode . Precautionary Statements: Avoid breathing dust. Avoid contact with eyes, sl<in and cfothlng . Use only with adequate ventilation . Wash thomughly after handling . Protective clothing must be changed when II shows signs of contamination. Observe good hygiene and safely practices when handling this product. Do not use this product until the MSDS has been read and understood. For more Information, please see Consumer Information Sheet fo r this product. POTENTIAL HEALTH EFFECTS Inhalation Skin Short Term: Creosote may cause Irritation. Wood dust may cause irritation and allergic reactions . Long Term: Creosote may cause nausea, vomiting, and headache. Wood dust may cause irritation, allergic reactions, nosebleed, nausea, vomlllng, los s of appetite, chest pain, ·dlffloulty breathing , headache, drowsiness, dilated pupils , visual dis turbances, irregular heartbeat, lung damage, liver damage , lddnay damage, and nasal/slnus cancer. Short Tenn: Cre osote may cause Irritation, skin dlscoloratron, skin disorders, sens itivity to sunlight, changes in body tempe,:ature , nau sea, vomiting, headache, dlffloulty breathing , irregular heartbeat, blulsh skin color, and convulsions. Woo d dust may cause irritation, allergic reactions, skin disorders , dlfflculty breathing, Irregular heartbeat, heada che, vi sual di sturbances and kidney damage. · Page 1 of10 Issue Date 09/04/14 Revision 1.1800 Safety Data Sheet ·Mate1'ial Name: CREOSOTE PRESSURE TREATED WOOD sos /0: 00228327 Eye Long Term-:-ei·eosota.nay causs dermatitis, skin discoloration, skin disorders, sensitivity to sunl!ght, changes in body temperature, nausea, vomiting, headache, difff.oully breathing, Irregular heartbeat, bluish skin color, lung cancer, and skin cancer. Wood dust may cause irritation, allergic: reactions, and sldn disorders. Short Term: Creosote may cause Irritation and seiisitivily to sunlight. Wood dust may cause Jrritatlon and eye ~~. . Long Term: Creosote may cause irritation and s~nsltlvlty to sunlight. Wood dust may cause Irritation and eya damage. Ingestion . CAS# Short Term: Creosote may cause Irritation, nausea, vomiting, changes In body temperaturei difficulty breathing, Irregular heartbeat, headache, dizziness, bluish sl<in color, cardiovascular collapse, and conv ulsions. Wood dust may cause nausea, vomiting, Joss of appetite, dlfflculty breathing, irregular heartbeat, and drowsiness. Long Term: Creosote may cal{se Irritation, nausea, vomiting, headache, gastotnlestinal effects, dizziness, change~ In pody temperature, visual disturbances, difficulty breathing, irregular heartbeat, bluish skin color, and cardiovascular collapse. No Information Is available fo1• wood dust. ***Section 3 -COMPOSITION/ INFORMATrON ON INGREDIENTS*** ] Component . Peroent (weight) Nol Available WOOD DUST, SOFTWOODS <06 Not Available WOOD OUST, HARDWOODS <85 8001-58-9 COAL TAR CRF.;OSOTE <15 Component Related Regulatory Information This product may be regulated, have exposure limits or other Information Jdentifled as the following: Wood dust, all soft and hard woods, Wood dusts~hard wood, Wood dusts (all other wood dusts), Wood dusts (birch, mahoghany, teal<, walnut), Wood dust, western red cedar, Creosotes. ***Section 4 .. FIRST AID MEASURES·"' ·A·* Inhalation Skin Eyes ff adverse effects occur, remove to uncontaminated area. Give arUficial respiration If not breathing. Get Immediate medical attention . Wash skin with soap and water for at least 15 minutes while removing contaminated clothing and shoes. DO NOT rub until sldn is free of sawdust and preservative material. Get medlcal attention, if needed. Thoroughly clean and dry contaminated clothing and shoes before reuse. Flush eyes with plenty of water for at least 15 minutes. DO NOT rub eyes. Then gel Immediate medical attention. Ingestion If a large amount Is swallowed, get medical attention. * * ,J., Section 5., FIRE FIGHTING MEASURES 'I,·** See Section 9 for Flammability Properties NFPA Ratings: Health"' 2 Fire.i= 1 Reactivity~ O Hazard Scale: 0 "' Minimal 1 = Slight 2-" Moderate 3 = Serious 4 = Severe Page 2 of 10 Issue Date 09/04/14 Revision 1.1800 Safety Data . Sheet Material Name: CREOSOTE PRESSUR.t:: TREATED WOOD Fla·mmable Properties ·sos ID: 00228327 Dust/air mixtures may Ignit e or explode. During fire cond!tlons, vapo rs and decomposition produots may be released, forming flammable/explosive mixtures in air. Contact with heat may generate toxic and/or flammable gases. Sensifivlty to Mechanical Impact Not available · Sensitivity to Static Di~charge Not available Extinguishing Media carbon dioxide, regular dry chemical, regular foam, wa~er spray Protective Equipment and Precautions for Firefighters Fulf iJre fighting turn-out gear (bunker. gear). Fire Fighting Measures Avoid inhalation of material or combustion by-products. Stay upwind and keep out of low areas, Use extinguishing agents approprlale for surrounding fire. f * * * Section 6 -A~CIDENTAL RELEASE MEASURES * * * I Water Release Subj ect to California Safe Drinking Water and Toxio Enforcement Act of 1986 (Proposition 65). Occupational Spill / Release Collect debris and used material In appropriate container for disposal. Due to the concentration of Creosote and th e OERCLA (40 CF R 302.4) report.ible quantity of 1 pound , the release of 6 pounds of this product requ ires Natlohal Response Center notification . I * * * Section 7 ... HANDLING AND STORAGE * * * HandJlng Procedures Use methods to minimize dust, Avoid fre.quent or pl'Olonged Inhalation of sawdust from treated wood. When sawing and machining treated wood, wear a dust mask. When power-sawing and machining, wear goggles to protect eyes from flying particles . Whenever posstble, these operations should be performed outdoors to avoid indoor accumulations of airborne sawdust from treated wood. Avoid frequent or prolonged skin contact with creosote -troated wood; when haridltng the treated wood, wear long -sleeved shirts and long ·pa11ts and use gloves Impervious to the chemicals (for example, gloves that are vinyl-coated). Use protective skin cream on exposed sl<in before and during work shift. To reduce sun sensitivity a sun-blocking lotion (SPF 15+) can also be applled piior to application of a protective cream. After working wlth the wood, and before eating, drinking and use of tobacco products, wash exposed areas thoroughly. If oily pre·servatlve or sawdwst accumulate on clo1h es, launder before reuse , Wash work clothes separately from other household clothing . Storage Procedures No speclal requirements. Page 3 of 10 Issue bate 09/04/14 Revision 1.1800 Safety Data Sheet Material Name: CREOSOTE PRESSURE TREATED WOOD SDS JD: 00228327 [ _ **··A· Section 8 -EXPOSURE CONTROLS/ PERSONAL-PROTECTION * * * ·f Exposure G'uidelines · creosote ls a complex mixtu re of varlable composition, and while no odor threshold for creosote has been established, work done at the University of Californla has measured the odor thresholds for one of the more voJatile components In creosote and determined that the involved odo r th1·eshold is In the part per bllllon range, and well below applJcable exposure Jlmlts. On the basis of these data the perception of creosote odor In and of Itself should not be tal<en as an indication of exposure in excess .of accepted exposure limlts . Expo s ure ·to wood dust would not b e expected under nor-mal use conditions . If handling 01· use patterns associated with creosote treat ed wood involve the us e of a power saw, sander, dr!U or any tool or activity resuttfng in the generation of airborne particulate the following wood dust exposure limits should be observed and approprrate steps taken to minimize exposure. Component Exposure Limits WOOD DUST, HARDWOODS (Not AvallabJe) ACGIH: 1 mg/m3 TWA (lnhalable fraction, related to Wood dusts (all other wood dusts)) NIOSH: 1 mg/m3 TWA (related to Wood dust, all soft and hard woods) Mexico: 1 mg/m3 TWA' LMPE-PPT (related to Wood duats-hard wood) WOOD DUST, SOFTWOODS (Not Available) ACGIH: 0.5 mg/m3 TWA (lnhalabl e fraction , related to Wood dust, western red cedar) dermal seMlll2er;resplratory sen sitizer (related to Wo od dust, western red c edar) NIOSH: 1 mg/m3 TWA (related lo Wood dust, all soft and hard woods) COAL TAR PITCH VOLATILES (65996-93w2) OSHA (US): 0.2 mg/m3 TWA (benzene soluble fraction) ACGIH: 0 .2 mg/m3 TWA (as benzene soluble aerosol) NIOSH: 0.1 mg/m3 TWA (Cyclohexane'-extractable fraction) Mexico: 0.002 mg/m3 TWA LMP E-PPT; 0.02 mg/m3 TWA LMPE-PPT (as Particu late polycyollc arom t·itlc hydrocarbons) 0.016 ppm STEL [LMPE ·CTJ; 0.03 mg/m$ S'J'E:L [LMPE·C'fJ Ventilation Ensure adequate vantllation. Ensvre compliance with applicable exposure liTT1lts. PERSONAL PROTECTIVE EQUIPMENT Eyes/ Face ANSI 287.1-1 989 approved safety glasses wlth side shields. Protectfye Cf othing- Wear tightly woven long -sleeved shirts and Jong pants. Remove and launder contaminated clothing separately from other laundry before reuse. Glove Recommendations Individuals must wear gloves imp ervious to the wood treatment formulations In all situations where dermal contact wlth creosol? Is expected. Protective MaterJal Types . \ Examples of impervious materia ls for protective clothing (e .g. overalls, Jacl<ets, gloves and boots) required during application and handling of creoso te are polyvinyl acetate (PVA), polyvinyl chlo ride (PVC), Neoprene and NBR (Buna-N). ' Respiratory Protection If the applicable TL Vs and/or PELs are exceeded, use can ister or cartridge respirators, which are MSHAINJOSH- approved, with hlgh ~efflclency particulate filters. Page 4 of 10 Issue Date 09/04/14 Revision 1.1800 Safety Data Sheet Material Name: CREOSOTE PRESSURE TREATED WOOD sps rn: 0022s321 [ ***Section 9 • PHYSICAL AND CHEMICAL PROPERTIES >A·* 'J.· Physical Stale: Solid Physical Form: Pressure treated poles and crossUes -treated at a retention level of 7.9 lbs/ft3, with a wood denslly of 46,-65 lbs/ft3. Pressure treated piling "treated at a retenUon level of 12-20 lbs/ft3, wl!h a wood density of 45 lbs/ft3 . Actual retention level dependent on wood .stock, moisture levels, and customer speclfloa!lons . pHi Not available Bolling Point: Not avallable D.acornposltlon Temperature: Not avallable Lower Explosive Limit: Notavallable Vapor Pressure: Not avallable Speolflc Gravity (water"'1 ); Not available Log Kow: Not available V!scMlty: Not available Colo!': dark, brown to black Odor: tat' odor Freezing I Melting Point: Not available Flash Point Not applicable Evaporation Rate: Not available Upper Exploslve l.lmlt: Not avallable Vapor Density: Not avallabla Watef' SolubJIJty: Not avaUable Autoignition Tamp.: Not avaflabla Volatility: Not avallabfe ~ ***Section 19 -STABILITY AND REACTIVITY*** Chemical StabJlity Stable at normal temperatures and pressure. Conditions to Avoid Avoid heat, flames, sparks and other sources of Ignition . Avoid contact with Incompatible materials, Materials to Avoid (Incompatibilities) oxidizing materials, acids Decomposition Products carbon monoxide, carbon dioxide, oxides of nitrogen Posslbillty of Hazardous Reactions Wiil 110( polymerize. · I ***Section 11 · .. TOXICOLOGICAL INFORMATION * * * Irritatfon / Corrosive Information RTECS Irritation The components of fhls material have been reviewed and RTEGS publishes no applicable data as of the date on this document. Page 5 of 10 Issue Date 09/04/14 Revision 1 .1800 Safety Data Sheet Material Name: CR£0SOTE PRESSURE TREATED WOOO Local Effects WOOD OUST, HARDWOODS (Not Avallable) Irritant: inhalatlon, skin, eye WOOD DUST1 SOFTWOODS (Not Available) 11•1•1tant: lnhalallon, skin, aye GOAL TAR CREOSOTE (8001-58-9) Irritant: Inhalation, skin , eye Acute and Chronic Toxicity Component Ana'lysis • LD50/LC50 SDS to: 00228327 T he component$ of this rnatedal have been revlew~d In various sources and the following selected endpoints are pu blfs hed : COAL TAR CREOSOTE (8001-58-9) Oral LD50 Rat 2624 mg/kg RTE CS Acute Toxicity (selected) The components of this material have been reviewed, and RTECS publishes the following endpoints: COAL TAR CREOSOTE (8001-58-9) Oral : 725 mg/kg Oral Rat LD50 Acute Toxicity Level COAL 1AR CREOSOTE (8001-58·9) Model'atelyToxlo: Inges ti on Carcinogenicity (Product) OSHA: No NTP: Yes !ARC: Yes (See below for addltionar Information on component carcinogen status ) Component Carcinogenicity WOOD DUST, HARDWOODS (Not Available) ACGIH: A1 • Confi rmed Human Carcinogen (related to Wood dusts-hard wood) NIOSH: potentlal occupational carcinogen (related to Wood dust. all soft and har4 woods) NTP: Known Human Carcinogen (Select Carcinogen, related to Woo d dus t, all Mfl and hard woods) JARC1 Monograph 100C [2012]; Monograph 62 [1995] (Group 1 {carcinog enic to humans), related to Wood dust, aR.softand harcl woods) · WOOD DUST, SOFTWOODS (Not Available) ACGIH: A4 -Not Classlflable as a Human Carcinogen (related to Wood dust, western red cedar) NIOS1i: potential occupational car cinogen (related to Wood duet, all so~ and hard woods) NTP: Known Human Carcinoge n (Select Carcinogen, rel ated to Wood dust, all soft and hard woods) !ARC: Monograph ·lOOC [2012]; Monogra ph 62 [1995] (Group 1 (carcinogenic to humans), related to Wood dust, all soft arid hard wood s) COAL i AR CREOSOTE (8001-58~9) N(OSH: poten ti al occupational carcinogen IARC: Monograph 92 [201 OJ ; Supplement 7 [1987J; Monograph 35 [1985] (Group 2A (probably carcinogenic to humans)) RTECS Tt.imorigenic The components of this material have been reviewed, and RTECS publish e s data for one or more components. RTECS Mutagenic The components of this material have be en revi e wed, and RTECS publishes data for one or more components. RTECS Reproductive Effects The components of this material have been reviewed, and RTE CS publishes data for one or more components. Pa ge 6 of 10 Is sue Date 09/04/14 Revision 1.1800 Safety Data Sheet Material Name: _CREO.SOTE PRESSURE TREATED WOOD Target Organs (Product) respiratory syst.em, skin, eyes, Immune system {sensitizer) Target Organs (Components) WOOD OUST, HARDWOODS (Not Avallable) Immune system {sensitizer) WOOD DUST, SOFTWOODS (Not Available) Immune system (sensitlzer) SOS JD: 00228327 Medical Conditions Aggravated by Exposure Based on Product and Component lnformatlcn respiratory disorders, skin disorders and allergies Additional Information (Product) This product contains coal tar creosote. Volume 35 of the IARC monograph states that there Is llmlted evidence . that coal tar derived creosotes are carclnog~nfc In humans and sufficient evidence for the carcinogenicity of creosote in experimental animals. Limitations In the human exposure studies reviewed by IARC (fncludfng the presence of other chemlcafs, small study populations and not welf documented exposure levels) contributed 'to IARC's conclusions regarding human exposure to creosote. Whim applied to the skin of mice in experimental studies, creosote produced skin tumors and In on"a study produced lung tumots. M·ost avallabfe Information on the effects of coal tar creosote in humans comes from older occupatlonal studies In the wood-preserving and construction Industries. Today, wllh the use of engineering controls and personal protective equipment, occupational exposure to creosote components Is expected to be below permissible (;)Xposure limits (measured as CTPVs), Wood dust is particles of varying size produced from processing or handllng wood. Cancer of the nasal cavitiC:Js and sinuses Is associated with exposure to hardwood dust. lARC concluded that there were too few studies to evaluate cancer risks attributable to exposure to softwood alone and to any partioula·r species of wood. In viaw of the overall lack of consistent findings, !ARC also concluded that there ls no lndfcatlon that occupational exposure to ~ood dust has a causal role In cancers of the throat, rung, lymphatic and blood systems, stomach, colon or rectum. Different woods produce different health effects and there Is evidence that wood from different trees of the same speoles can produce varying health effects, Woods other than Western Red Cedar {WRC) seem unlikely to be responslt.>le for large numbers <if cases of respiratory allergies. Other common wood dusts produce asthma/pulmonary effects that are less well described than the responses to WRC. These other wood specfes (e.g., oalc and pine) are considered somewhat allergenrc. ~ . ***Section 12 -ECOLOGICAL INFORMATION***. Component Analysis w Aquatic Toxicity COAL TAR CREOSOTE (8001-58-9) Page 7 of10 .Fish: 96 Hr LC50 Brachydanio rerio: 2.6 -6 .6 mg/L [static]: 96 Hr LC50 Oncorhynchus mykl.ss: 0.67-tng/L [statlcJ Invertebrate: 48 Hr EC50 Daphnla magna: 1.04 mg/L; 48 Hr EC50 Daphnla magna: 0.005 -0.082 mg/L [Static] Issue Date 09/04/14 Revision 1.1800 S~fety Data Sheet Materfal Name: CREOSOTE PRESSURE TREAiED WOOD ***Section 13 -DISPOSAL CONSIDERATIONS*** Disposal Methods SOS JD: 00228327 Dispose In accordance with ail applicable regulations. Trea ted wood should not be burned In open fires or In stoves , fi re pla_ces or residential boil ers, because toxic ch emlcais may be produced as part of the smoke and ashes. Treated wood from commerclai or lr:idustrl al use (e.g., constru ction sites) may be burned only in commerclal or Industrial incinerators or boilers In accordance with state and federa l regufations. For more information please see l<oppers Consume r Information Sheet for this product. Component Waste Numbers COAL TAR CREOSOTE: (8001·58-9} RCRA: waste number U051 L ***Section 14 -TRANSPORT INFORMATION*** us DOT Information No Classification assigned . TOG Information No Classlf/catlon assigned. ICAO lnformation No classlflcation assigned . JATA Information No olasslfication assigned. JMDG Information No classlficatron assigned. f ***Section 15 .. REGULATORY INFORMATION*** U.S. Federal Regulations This material contains one or more of the following chemloals required to be Identified under SARA Sections 302/304 (40 CFR 355Appendix A), SARA Section 313 (40 CFR 372.65), CERCLA (40 CFR 302.4), TSCA 12(b), and/or ,:equlre an OSHA process safety plan. COAL TAR CREOSO'(E (8001•68-9) .SARA 313: U.1 % da rnlnlm is conaenlration CERCLA: 1 lb final RQ ; 0.454 kg final RQ SARA 3111312 Hazardous categories (40 CFR 370 Subparts Band C) Acute Health: Yes Chl'onic Health: Yes Fire: No Pressure: No Reactive: No U.S. State Regulations The following components appea1· on one or more of the following state hazardous substances lists: Component CAS# CA MA MN NJ WOOD DUST, HARDWOODS (1retated to: Wood dust, all soft Nol Ava!lab!e No .. No Yes 1 Yes1 and hard woods) (2related lo: Wood dusts-h ard wood) WOOD PUST, SOFTWOODS (1rel ated to : Wood dust, all soft Not Available No No Yes1 Yes' and hard woods) COAL TAR CREOSOTE 8001 -68-9 Yes Yes Yes Yes PA Yes2 No Yes The following stalement(s) are provided under the California Safe Drinking Water and Toxic Enforcement Act of 1986 (Proposltlon 65): WARNlf\JGJ Thi s product contains a chemical known to the slate of Ca ll fornfa to oause cancer. Page 8 of10 !ssue Date 09/04/14 Revision 1.1800 S11fety Data Sheet MaterTal Name: CREOSOTE PRESSURE TREATED WOOD Canadian Regulations WHMIS Classlflcatlon SD$ ID: 00228327 Not a Controlled Product un der Canada's Wo rkplace Hazardous Material fnformation System. WHMIS Ingredient Disclosure List There are no components listed on the Ing redient Disclosu re List. Canada Inventory Information (Product) Thfs product is exempt. U.S . Inventory {TSCA) Information (Product) This product ls exempt. Inventory Status {Components) Component Analysis "hwentory Component COAL TAR CREOSOTE COAL 'fAR.PITCHVOLATILES CAS# 8001 -58-9 65996-93-2 us CA Yes DSL Yes DSL ***Section 16·~.0THER INFORMATION*** = Summary of Changes Updated; 9/4/2014 MSDS SUMMARY OF CHANGES SECTION 11 TOXICOLOGICAL INFORMATION SECTION 15 REGULATORY INFORMATION Review Date 9/4/2014 Key/ Legend ACGfH -American Conference of Governmental Industrial Hygienists; ADR -European Road Transport; AU - Australia; BOD -Biochemical Oxygen Demand; c -Celsius: CA -Canada; CAS -Chemical Abstraofs Service; CERCLA -Comprehen sive Environmental Response, Compensation, and l..lablltty Act; CN -China; CPR - Controlled Products Regulation s; oi::G -Deu.tsohe Forschungsgerrielnsch aft; Dor -Department of Transportation; DSL • Domestic Substances List ; EE.C -European Economic Community; EINECS -European Inventory of Existing Commercial Chemical Substances ; EPA-Environmental Protectron Agency; EU -European Union; F -Fahrenheit; !ARC -International Agency for Research on Cancer; IAT A -International Air Transport Association; ICAO -International CIVIi Aviation Organization; IDL -lngre\:llent Disclosure List; IDLH -lmmedlately Dangerous to Life and Health ; IMDG -lntamatlonal Maritime Dangerous Goods; Jp -Japan; Kow-Oc1ano//water partition co efficient; KR " l<orea; LEL -Lower Explosive Limit; LOLI ~ List Of Lists TM -ChemADVJSOR's Regulatory Database; MAK -Maximum Concentration Value In the Workplace; MEL -Maximum Exposure Limits; NFPA-National Fire Protection Agency; NIOSH -National Institute for Occupatlonar Safety and Health ; NJTSR - New Jersey Trade Secret Registry; NTP -National Toxicology Program; NZ · New Zealand; OSHA -Occupational Safety and Health Administ ration; PH -Philippines; RCRA -Resource Conservation and Recovery Ad; RID - European Rail Transport ; RTECS ~ Registry of Toxic Effects of Cherrilcal Substances®; SARA -Superfund Amendments and Reauthorlzallon Act; STEL • Short-term Expos ure Limit; 'TOG -Transportation of Dangerous Goods; TSCA-Toxic Substances Control Act; TWA -Time Weighted Avera·ge; UEL -Upper Explosive Limit; US• Un ited States · Page 9 of 10 Issue Date 09/0'1-/14 Revis ion 1.1800 Safety Data Sheet Material Name: GRl:OS011: PRESSl)RE TREATED WOOO Other Information SOS IP: 00228327 The informatfon set forth In th!s Safety Data Sheet does not purport to be all-Inclusive and should be used only as a guide. Whlle the Information and recommendations set forth herein are believed to be accurate, the company makes no warranty regardlng such Information and recomtnendatloM and disclalms all liabfllty from rellanoe thereon. "RTEOS®" is a United States trademark owned and llcensed under authority of the U.S. Governml;!tit, by and through Accelrys, Inc. Portions ©Copyright 2014, LJ.S. Government. All rights reserVed. End of Sheet 00228327 · Page 10 of 10 Issue Dale 09/04/14 Revision 1.1800 CREOSOTE PRESSURE .. TREATED WOOJ!J CONSUMER !INFORMATION SHEET CONSUMER INFORMATION* --. This wood has been preseivad by pressure treatment with a U. 8. Environmental Protection Agency (EPA)· registered an1i~mlcroblal pestrcide product contalnfng creosote. Creosote pressure-treated wood provides protection against attacl< by fungi, insects, and marine borers. Creosote remafns In thf.;l pressure-treated wood for a long tirne. Prolonged or repeated exposure to ere· osote may present certain hazards. Therefote, the fol· lowing precautions shoufd be taken both when han- dling creosote-treated wood and determining where io use It. This Consumer Information Sheet ls not meant to t'eplace the. Material Safety Data Sheat (MSDS) for cre- oscite pressure-treated wood. The MSDS mljst be read and understood before handling creosote pressure- treated Wood Use Site Preoautfons for Creosote-Ti'eated Wood Creoso1e~treated wood commodities must only be used for those applications included In the American Wood Protaation Association (AWPA) use category standan;!s a~ set fo1tli in the most current edition of the AWPA Soo~ of Standards. For mo1·e Information, contact 'the treater and/or the AWPA. Creosote~treated wood is for exterior/outdoor uses only. Creosote-treated wood should not be used where it will be in frequeni or .prolonged contact with sl<in. Do not use creosote~treate.d wood tor farrowing or brooding facllitl~s. Do not use creosote-treated wood when the preserva-: tive may becol)le a comporient of animal feed, such as. structures used for storing sllag·e food for cattle. Do not use creosote-treated wood where the~e may ba direct contact wltli domestio animals or livestock which m.ay orlb (pita) or ficl< the wood. Do not use creosote-treated wood for cutting b.oards, countertops, and construction materials for beehives. Do· not use creosote-treated woo_d where it ·may corrie in direct or indirect ~ontact with publfc drinl<ing water for human e.nd dotnei;;tlc .ani~ls or f/vesfook, exci!ipt for uses Involving lncldental contact such as docks and bridges. Although generally not recommended, if creosote-treat· eel wood Is to be coated or sealed, the wood must be clean and dry before applying the coating material. The only recommended coatings are a wa1er .. based pigmented emulslon and alcohol-based shellac produots. Con$umer Handling Precautrons for Creosote- Treated Wood · Dispose of creosote-1reated wood by ordinary t rash collection services~ Creosote-treated wood shOuld not be burned ln open fires or In stbvea, flreplaqes, or resi- dential boilers. Creosote 1reated wood may be burned only In commercial or industrial incinerators or tioilers in accordance with Federal and Stale reguJaiions. Avoid frequent or prolonged inhalation of sawdust from "Creosote~treated wood. When sawing and machining .(includes> but not llm/ted to d.rfllfng and adz _cutting) the wood, wear a dust mask. Whenever possible these machining operations should be perfonned outdo·ors to avoid Indoor accumulation of airborne savyqust frorri the creosote-treated ~ood. When power~sawing and mach111Ing,. wear goggles to protect eyes from flying particles. · Avoid frequent or prolonged skin with creosote-treated wood. When handllng the treated wood, wear long- sleeved shirts and long pants and use gloves rated as chemical resistant by the ma.nufacturer. After working with creosote-treated wood, and before eating, drinking and use of tooacco products, wash exposed ~reas thoroughly, If oily preservative or sawdust 1J.Ocumulates on clothes, launder before reuse, Wash work clothes separately from other household clothing. * This Consumer Information $he!)t Js being distributed wlth oreosofe pressure-treated wo0d as patl of the wood tre_atlng industry's vofuiitary consumer awareness program, which EPA approved In 19!36, Since that time, EPA has completed a comprehensive reregistration review of creosote, creosote re9lstrants have voluntarlly eliminated all non-pressure treat- ment uses of cteoaote,· and certain ArnerJcan Wood Proteatlon AssocJatfon standards have changed (for e):(arfl- ple, the elimination at oreo~ote•traated wood blook floorlng). This updated Consumer fnforr'natlon 6heet rafleots these developments. K-CJS-001 R01 02.11 APPENDIX D General Conditions of the Construction Contract Removed. See Attachment E APPENDIX E Standard Details STANDARD DETAILS • 34 4120 D621 Street Luminaire -Pole and Fixture Details • 34 4120 D622 Street Luminaire-Foundation Details • 34 41 20 D623 Street Luminaire -Connection Detail • 34 4120 D624 Street Luminaire Conduit and Ground Box Details • 34 4120 D625 Street Luminaire Pedestal Details • 34 4130 D633 Street Name Details • 34 4130 D6XX Sign Post Detail • 34 7113 D660 Traffic Control Typical Installation • 34 7113 D661 Traffic Control Typical Signs and Barricades • 34 4120 D672 School Zone Flasher and Sign Detail JRUSS TYPE LVMINAJRE SUPPORT ARM Rri:FEA TO 1-tAMDHOU:: OETAlL BASE PU1E OROUMD LINE SING\ E PIECE STEE L POLE SHAFT FOR POLE TYPE No's 8. lf, 18. 18A k 19 •.. S1MGl£ PIECE STm. POLE POU: SKAJ'T SHAFT DIAMETER T'l!'E Ul<cmt BOTIOM WP 11 2~0' 7,0'" 3..>" 17.S' e.o" 3.!I .. ,. 33.5' . ..,. us" 18" .... 10.0· ~, ... 11 2.1.5' n.o·· 7 ,1 5" " PDt J 4 +1 20-0022 (2) 00.2S"-14UHC USO" LONG SCR.EW ,, 11 •TYPE 2 11 •l'fl'E l 11 "l'\'P£. •rtPE 8 2.~· HANDHOLE DETAIL ... OEAD EN D WOOO POI f A.BM MOUNIING OfIA!J 1'" D0lJ13l[ COD. OALVAtlZm S'TEEI. WASHER NOTE, ... ,. SEE WOOD POLE MOUNTING DETAR. lO" 1, 11MSER POI.ES SHAL.L BE CRISSO 1REAiED a.ASS 5 30' OR 35' POW OMLY. PRESSVRE 1REA TlO POL.ES SHAU. NOT BE USED . CRCUHO UNE TIMBER PO LE CITY OF FORT WORTH , TEXAS STREET LUMINAIRE POLE AND FIXTURE DETAILS 4•xa• HANtlHOLT:: wm< Ii" TAPf'EO HOLE FOR GROlJN'D cs I ED LUM INAIRE HEAD FJXJURE DETAIL NOiE: 1. UD W'-IIHAIRE TO MEET SPECIFlCAlUlHS A.S SHov.N FOR ARTERW.. 0~ RESl~ltAL APPUCAllONS. Ara:rtREt-lCE BUZZSAW FOR lA1EST SP£CiflCAllONS. 2. LED UJlrANARE TO ldEET 10 'rEAR STANDARD WAAR»ITY 3.. L£D UJMIN~ TO 8£ LJ.8a.ED wmt WATTAGE PER ANSf STANDA.RDS, 4.. Lm UJMIN>.!RE TD B( APPROVED BY 1/PW STRtET 1JGHTS PRIOR TO INS'r>.U.A110N. DAVIT POLE OU81.£ ARM Cl R 9' Sf"AN C:A'vll POU:S SHAU. 13£ 2 P(ECE POL..£S REVISED:11-2 0-2018 34 41 20-D621 L DJl!I ~c~ CLEARANCE 'DIA. rOR LDCATJtl.t Of" CDNDUIT 2• PVC Ctl.14DUIT LCVEUNG LOCSE DIRT, \/ATER, AND DEIRIS TD J~ R£MCl\/ED PRIOR TC COie. POUR T't>'E HO. 47 ... . , 2'4" MINJKUH C'OR AS DIR£C TED 1N JHSJ>£CTOR> El.Atl. FOUNDATION ~ ... ELEVA TI ON FOUNDATION DETA IL AN CHOR BOLT SCHEDULE Bc>..T LENGTH HOOK THRUD f!EIG>IT DIA. ,.. •H• ·r NNVE QN.) (IN.) (111.) (IN.) F'OJNDAllON , ,. 4>,.• 1>,.· 04 7" 1 ~-.. 5 , .... NOT£St 1. ANCHOR 80l 1S SHALL BE' GALVANIZED THE f\JLL LENGTH.· 2. :SUPPLY 1 NUTS, 2 WASHERS &: 1 l.OQ( WASHER 111TH EACH ANCHOR BOLT. 3, REFER rn DECO RA 11\.1:: POL£ DiT>.ll. SHEETS F'OR FOUNOA110N AND ANCHOR BOLT DETAILS. .. F'LA'N'ORK HEEDS 10 Bt l£ltU£O OUT AT LOCATIONS Of POLE FOUNDATIONS, • FOUNDATION 5KALL 9E 5" Ae<M: HIGH SIDE OF' F1N1SHED Gl<AOE v.\1EH ON A SLOPC. f'OR POLE TY?E ,, 1e IBA WASHlNGTON ST'\'t.E (1 0'-H") 41(~UX) '411!1(~~ 1tRREI.I. lffiG!<TS S'N1£-!l.5' OLEA NOE'.R STn.E -TYPE A W:AN0£1< STY\£ -m>< 8 BERRY STl1.£ -12' BERl!Y ,mu: -20' /24' QTY HAU. STYt.f -10·;,e· WEST 7l11 ST'Y\..E -12' WEST 711i ST"l'lE -20' WASH!N GTOH sm..E -20' C'ROUT TO Ftll VOID (l.EAvt A 1· a,p FOR .UP Ha.£) stOEWALK CON11NU0US O\IER 10? Of PIER UNLESS OTHERWISE sPEci~£D FOUNDATION DESIGN TABLE ORJU.EO REINFORCING S1tEL CONOUI DR!u.EO f'Nll. SHAFT DlA. SHAFT GROUND .<l<CHOR m>E LENOTH • 7 10 11 12 ,, 14 15 1S 17 fl OIA. ... 24" 2,· 30" .... 30" Off' 24" 24" 24" 24' 24" 24" 2•· 24" 24' VERT. SPIRAL SIZE (FEF:T) ROO BARS "PITCH SIZE ... ,. 1&",c fJ AT 6" 2· >,.·' 8' ... ,,, 16"'x '15 AT 6 .. Z' )i' ' •• ... ,. 1B"IC ~AT&" 2· )f' • e' •-I• 2.4 .. 11 13 AT e"' 2' )f° X &' 4-#5 18"ll f3 AT 6" 2· .I!," ... ... ,,. 2.'4-'"x fJ AT 6" 2' Ji_" X 8' •-IS 24.'"x #J AT e• .. .I!," ... 4-15 18"':it 13 AT 6" 2' ,,. ' .. 4-,15 18"x f3 AT 8" 2· ~· a 8' ... ,. l8"x fl AT 5• 2· )i"' B' 4-f/5 1B"x '3 AT s• 1 Jr ~-' S' •-15 1n•x #J AT e• .. ~-. S' ... ,. 18""11 13 AT er .. ~-... ....,,. Uf'X f3 AT 8,. ,. X:· 1( a· ._,. 1e•x 'J:'J AT o• 2" 5 >,.· ••• .... ,. 18 .ll fJ AT ri" 2· >t• X a' NOTES: 1. ANCHOR ROD SHOULD 0£. 1.0NC-OfOL/GH f'OR PAYERS. PROVIDE ADDmONA L f'(EI~ FOR PA\e\S 0~ Tl"PICAL S1DEWALX CRAOE. ~ CONDUIT tlEPTM SHALL 8.E. 36"' r0R RESi0£Nl1At. ANO AR1ERlAL STREETS, CONTRACTOR SHALL Pl.AC£ A CliY APPAO'tED PROlECllVE COATING ON TOP Of' THE FOUNDA'TltN TC PROTECT TI-IE ANct<OR BOLTS FROM JIOlSTUR£ PAVER SIDEWALK /PAVER FOUNDATIO N DETA IL CI TY OF FORT WORTH, TEXAS STREET LUMINAIRE POLE FOUNDATION DETAILS BOI.T DIA. 1" ,. 1·· 1 i:t ,.. 1 ,o' 1}'." o/..' 'Y.' ,1• 'II' 1)'4" :r.· '*' '*" 1 J(' ANCHOR ea_t DES1GN 011,,1 . ·cc• ANCHOR 801.T TOTAL LENGTH ;o- •o· 40" .... 2•· ,o· ... 30" 20· 27' ... 4%" 24' ,,. t7" 42'" SOLT .<l<CHO DISTANCE Cl.£ARANC,: DIA. FOR CIR TIPE ACROSS BOLTS LOCATION OIA. NO. DIM. "as• OF CO~OVIT 10· 47 7 ){, •W 11" 47 7 *" 7' 11 Ji" 47 • i.· 7 )i' ,, ,r ., 9 5rie:" • >,.· 15" N/A 10 91· 10" 15" •• 10 %" 10" 17 ~-S1 12" 10' e 11· N/A .. ,. t o ,r N/A 7.42" . "" 12 )!" N/A a..a4• B "' .,.. N/A .. J J<,: 1t" N/A ,:,sr 'lj&· 12 ,r N/A B.8~ • )!_" 7 y,: N/A .S.JD" 4•"' 7.a4• N/A ~.$4"' 4•"' 12' N/A . ,. .. "* IF MIN!!Ml O'F 6' NOT MET. MO\£ UCHT}JIMG TO OUlSIDE: OF ROAOWAY MED IAN FOUNDATION DETAIL REVISED: 11-20 -2018 34 41 20-D622 ncxrau: con. G>.LVANIZED STEEL WASliE:R WOOD POLE ARM MOUNTING DETAIL CITY POLE/ U11UT'r POLE fHST...a.t. t I." OR 2.· R!GIO llETAL conourr (AS 0111:ECTED) Willi WEA'TltER HEAO. con. SUFFICENT w.AE fOR POKR COMPAN't TO CONNl:CT CONOUOTORS TO TH~ 1RAHSFOAA1r:R OR POYIER LINES. ~ PYC CCNDllIT TO S'tREET 1JGHT POU: NON -METER ED RISER DETAIL c,lY PO<.£/ 1Jl1UTY POl.E AN. GRADE IN LINE FUSE INSIDE TRAN!iftlRMat SAME AMPERAGE: AS 5ER\llef: BREAKER PHOTO tu:crR:IC CONlfiOL • 7 AMP INUNE FUSE AT Pa.£ ""'DHa.£ ~NtCT lC CROUNO WO IN HANOH01£ COMNECTEO TO GROUNO ROD AT 'TRANSFORMER FOR USE l'llnl INDMi>U AL UGHlS OH Pa.ts cotNECTE'D TO 120/2-40 m 2,40/4eo VOI..T mANsFORMER. TYPICAL ELECTRICAL CONNECTIONS FOR SING LE STR EET UGHT NEMA 3R BOX PEI • ~CLnT EIRtAf(ERS (MAX. 100 AMP) • SEE El.£C1RICAL GENERAl tJ0l£S FOR Cl'RaJIT BREAKERS MIO RJSE: TYPES. INSTAll. t ir oR: 2• RIGID I.IETAL CONDUIT (AS OIRECTD>) \l!TH 'l'IEATHER HEAD. COIL SUFflCIENT Yim£ FOR PO'M:R COMPANY TO CONNECT CONDUCTORS TO lHEIR 'TRANSFORMER OR POWER LINES. TYFE 8 GROUND BOX P!R 3' 41 2~824 RB'ER TO NOTE: 7 POLE MOUNJED TRANSFORMER AND/QR SERVICE • SEE D.ECTRtC/11.. comw. NOTES FOR CRCUT BREAKERS .A.ND FUSE TYPES. ELECTRICA L GENERAL NOTES: 1. CCHlECllONS TO TRANSFOR ME;RS TO BE: MADE (ll(LY BY PO\YER C:OMPANY PERSONN!l. OR CITY OUAUAEO PERSONNEL. CAU. 817-99S-'1i12J A"r L!AS1 nfREE (j) ~o.-,YS (MONDAY-fRfDAY) lH ADVANCE TO ARAANGr:: P'Oft TRANSFORMER CONN!CDOHS. 2. ALL CONctJcYORS IN CIRC'UIT SHALL. BE S1RANOE:O COPPER \1/!lli XHHW INSUl.Al10N. 3.. ALL tNSULAnON TO HA\£ CON'TINUOUS COLOR COOINC. 4. .,. All ELECTRICAL CONDUTT. WIRINC, EllC'TRICJ\L CONNECTIONS, OC. SHAU. BE INSTALLED A~DINC TO 1HE LA lEST E:DtnON OF niE NAlla.aAl ll.ECTRIC CODE (NEC). 5. ALL SERVICE BF(£N(tRS k CIRCUIT 9REAJCERS SHALL BE SQUARE D ~i~~1:~ i't J~JJ;WJJ~A:Ptif'i~ ~~~:0eT~c coot. >J..L 7 AU.P tNl.JNE FUSES SH ALL BE f'ERRi\Z SHA\\MUT (NA1CE OR APPROVED !QUAL) MODEL lRM 7 250V AC 'HlH THE fg-11-11 FUSE HOLDER. 6. IF 'llttllt IS NO CONTACTOR ON THE POLE. lHE 11>'.ATHER~eAO SHALL B£ 1' 8El.OW SECONDARY POWER LINE. 7, CONCRETE APRON FOR CROUND BOX SHALL ONLY BE lliSTAUED ALONG ARTERIAL STREETS. GROVND BO)(ES ALONG RESIDENTIAL Sl"REETS WLL NoT HAV£ AN APRON l.NLESS OTHERWISE OlRECTED BY ENGINEER. CITY OF FORT WORTH , TEXAS STREET LUMINAIRE RISER CONNECTION DETAIL • UPON APPROVAL REVISED : 11 -20-2018 34 41 20-D623 L CONCRETE APRON OP~ ATE),I) Of" CO NDuns SHALL BE SEALED \\llH DUCT S£A1. PVC COHOUIT 'MTH so· QBOW PUU. BOX TYPE B NO'TES: sECTlDN V!E\J SHOWING OIMENSIQ-lS Of' BOlC JJID ACCOWP,.\N'l'\NG FIEl.D INSTALLATION NOMNAL -OROllND BOX DII.IENSIONS A B 15 ,r 25~ 111" HOM!NAL COYER 014EHS!OHS GROUND BOX DETAIL ,. >LL BOXES SNA.U. MEET >,11. n:sr R£0,JIRElro!ENTS OF' 'Tt£ LATEST SClE n •SPtaACA1lOH FOR UNOERCRWHD El'ICl.0SUR£ ltnECRl'l'Y"' FOR TIER 21 APPUCA.noNS. z. 8,0TTtlM E01Z'. or BOX OR EXTOISICIH stU,1.1. B~ P'OO'TE) Vl11H A MINIMUM , x· l't.ANGE. 3. CO'Ym LIFT a[: !.tOI.UD 'MTH CCNtR. "' COVER l.£T'JIRl)fG; 1" IHQSED L£lT£RS ·oANCER HtoH YCl.TAGE S1REET UCHr'. S£E PETAIL nns SHEE't'. 15. COVEN 1.NST BE. SECURtD 'M'TH "PENTA HEAC 1, S'TAINU:SS S1!tl.. SEU' ~IN:O BOLTS N'IO Nl/TS. :st! DETAIL 'THIS SHa:T. 6, 11<£ CRCXD\10 90X£.S ,OR TtltS P'JIOLCT SH..U. MEET lHE 111!:0U!ft~M[HTS Sl-(0~ A!IO\'E. TiiE CO NTRACT'tlt WIU. l!lt PERMITTED TO FURNISH UKC MA'IE'lAl.S or ~ MAlfJf'AClTJRER PROVIDED THEY ARE STAMP£0 AHO CERT1F£D BY A PROFESSIONAL OIC\NEER l'ROl,,I 'THE STA.lE 0,. 'rEXAS.. OR \IERFIED 8Y A NATIONALLY RECOGlrfZED INDEPEM'.IENT 1'ESTINO lA8 ANl THEY AR£ <F EQUAL OR SETTER Qt1AI.JTY AHO COMPLY \11TH TH( SPrt1ACATICNS.. REFER 'l'O Pt.AH$ FOR COM:>llrT SIZE SEaJRt NUTS 111TH l!OI.T TO -1-+-i.;::---~~--.rr,r~ ATIAQ-1 TO GaOIMD BOX Sl<IO RESIST. POLnlER CONCRETE CQVER + .. MIN 'II' X ,1• llfllNC SLO'TS GROUND BOX COVER SE LF ClEANING BDl I AND NUT EDR COVERS 0011£ TOP FOR SETIUNG CCINDutT SO{EDULE 5> PVC: ONLY NOTtS~ 1. TR£NCl1 AUGNl,(EN'T SHAU BE J.S $ ANY DEVIAllONS FROW PLANNEO APPROVA L 9'1" lHE P~OJECl SHAU. PE rN ACCOROAN ErFECT. 2.. TR~Cl,t eonoM SHOU~ BE UNO ISTURBEO. TAIIIPED, OR RELATIVELY SMOOTti EARTH , WHERE VCCAVATION IS IN ROCK. Tli E CONDUIT SHOULD 8E LAID ON A LA.YER Of' CLEAN BAQ<flU.. 3.. ,'.Lt. 8ACICF11..L SHOULD BE FREE; OF DEBRIS OR OntER MA.T£RIAL THAT WAY OAl,(AGE THE CONDU1T SYSTEM OR CAUSE. SETTUt,,'C:. TH£ ldAlERIAL SHOULD flLL 'THE VOIDS A/tOU NO lHE CONDUIT TO PREVENT HOT SP01'S .ac SETJ\.ING. BACkFLL MA'TUIAL SHALL KOT EXC'EED 1 INCH JH DIAMETER, 4,. BACKFILL SHOULD BE ADEQUATELY CQL(PACT(D. EIACKFlLL NOT U~DER PAVEMENT SHOULD BE: C'OMPACTED TO THE DENSITY OF 'THE S\JRROUMOINO \Jlf0 1STU IU1E:0 SD... PACl<FllJ.. Url DER PA'v'EMENT SHOULD BE coup.-_cTEO TO NOT LESS THAH 9$X OF 'TliE DENSITY Of UHD rsTURBEO SOJI.. AS DETERMINED BY ASTM DESIGNATION 0 -898. S,~O~~t°rf ~rioe~ :Litti.J~P!Ts;t-Ni ~~0~F'T IN EA.CH CONDUI T, Iii. EACH AUN OF tHSULI.ED CO~OUIT or AU. TY PES Wfl.L REQUIRE THAT A MANDltEL CH[Ck BE MADE BY PULUNC ™ROUGH TH£ £NTIR£ ~CTH OF ALL CDNO Ul'3 IN Ttlt I.NSTALLATIO~ FDR nNAL IKSPECT10N. TRENCH REQUIREMENTS STREET LIGHT CONDUIT CITY OF FORT WORTH , TEXAS STREET LUMINAIRE CONDUIT AND GROUND BOX DETAILS REVISED: 01-09-2014 34 41 20-D624 L 120/240 V _l_Jil _3_1,1 ~ AMPS UTILITY _..1DlL_Arc DISTRillUTaR ELECTROL S YSTEMS 210-S99-648S CONTRACTOR PEDESTAL • ALUJ;!NUM LT, GREEN MATERIAL AND 0 STAINLESS STEO. #3 BRUSHED FINISH COLOR 0 llTHER • SUITAll\..£ FOR USE AS SERVICE EQUIPl!ENT U,L, LABEL • ENCI..CSED INDUSTRIAL CCNTR!lt. PANEL PHOTOCELL REQUIRED .YES D NC PHOTOCELL PROVISIONS • YE:s 0 NC NEHA 3R CCNSTRUCTmN--STAINLESS STE:EL f!ARDl,IARE ,125 STAINLESS STEO. CONSTRUCTION VITH NATURAL flNIS H CR J 25 Al.Uol!N\JM crnSTRUCT!llN \/ITH POI/DER-COAT rIN!SH ALL FACTCRY \/IRING CODE GAUGE COPPER CONDUCTORS = 600V !Nsu..ATIDN stRV !CE TERMINATIONS Nil 6 Al,IG TC 250 MCH CU/AL MATERIAL LI ST Na DESCRIPTION QTY -POLE A!C/V MANUFACTURER AND PART NUMBER MTR METER SOCKET I eoo 4JA\/ 600V CUlUR-tw«HER CH673!:185H 1-, HAIN 1 ·100 " !OK SQUARED SQ/QOIJ2100 3 CONTROL ' ·~ ' !DK SQUARE D , SQ/QQ.Ull:5 t-6 t20V LIGHTS 6 2Xl 1 !OK SQUARE D SQ/QOU120 7-10 240V LIGHTS 2 20 2 !OK SQUARE D SQ/QOU220 PDB POYER BI.OCI< 1 1'5 e oaav MARATHON 1422571) HOA 3 PCS, SELECTOR l 20 -600V SQUARE: D ZB48Dl-ZBUZL03 PEC PHOTOELECTl<!C 2 20 -600V INTtRMATIC -rJR-Kl 22. SOCl<ET 11\JSSMAIIN 13661-1,15418 Pf: CELL t 20 -120V TllRI( S89S Nam PHDTDELECTRIC HAY BE LOCATED DH LEFT OR RIGH T SIDE OF CABINET I I C CDNTACTDR I 1 1100 2 I l20V I SQUARE D LC1D80MEQ4096G7 F=--~~ --== ==-=~ [NO TE• US£ SPECIAL XH H\v' \v'IRE1 120-240 VOLT SINGLE PHASE METERED SERVICE PEDESTAL FDR LIGHTING <1 2 0V AND 240V) PADLOCK PROVISION FOR UTILITY CO. ESI JOB NUMBER LA BEL ARC FLASH LABEL HINGED DOOR PADLOCK PROV ISION~·'-·-.---~ 1 3/ 4'11l PHOTOCEL L 'v/IND O'v/ LOCATED ON BOTH SIDES Of' ENCLOSURE. 'v/INDO'vl 'w'ILL BE SEALED If' PHOTOCELL IS NOT INSTA LLED , FRONT VIEW ANCH OR BOLT INSTALLA TlDN LAYOUT BOTTOM VIEi,/ HANDLE REA R VIE\.J 2 00 AMP INCOMI NG SERVICE LUGS 22' .______J REAR LANDING DETAI L. COVER REMOVED PAGE I OF 5 REFERENCE NO . ES1 -FTW-A PSALl20-201 6 -II CATALOG -PART NUMBER ES1-FTW-APSAL-l20-6IP22P HINGED COVER LIFT Off ACCE SS COVER HANDL E PADLOCK PROVI SIIJN f'OR UTILITY CO. FOR UTILITY COMPAN Y ACCESS DNL Y l!EIIE ~J llllS DOCUMENT, TiiE rDcAS. AND D!SICNS, W!-lai CONTNN PROPRIETARV' AHO CONF1DENT1AL INFORMA'TtON ~,s INCo!'l~Otut'fm HO'll!!IN~ IS 'l'Ht PIKP~ OF ELECTRO!. SYSTEMS, INC. WHtcH MUST NOT BE CUPUCA"Tm, US[O OR DISCLOSED IN 'MiOL.£ OR 11'4 PAA't) wrrHOUT 'THE DPR:fSSED Vt'RrrTEH AUTHORIZATION Ol' EUrTR.Ot. SYS1i.NS. l C. CITY OF FORT WORTH, TEXAS 120-240 VOLT SINGLE PHASE METERED PEDESTAL REVISED: 12-23-20 16 34 41 20-D625 _J L N .MF. CII J\T SCHEDULE R ~rn ES A p I~ G 1 ? _, , -7 -~ IGKTING ~ 1 -· . 1 PAGE 2 OF 3 N -~ UGH ljN(;; ~ • BW<I< SPACE -HAS NO NAME PlATE eur REQUIRES A lilANK INSERT ON 0,AI) fRONT •= REFERENCE NO . ES 1-FTW-APSAL l 20-20l6·12 LAM1.S CED CH THE INSIDE'. DF nil:: Elm:JR Dr ~~: l~~IA};J~~~ U'$TED -INDUSTFUAL CCKI'RCL PANEL rDR SE:RVICE: tQUtP"HENT us~ MANUF" ,ACTUR(R MAHE Yl'TH <SHIP DRD£A. tt) DltAVING It AZ RECORD!:» TO THE UL LAJ[L n ust:n. I NDUSTRIAL. CONTROi. Pi\KEl. -SUJJEC1 sae~ ~l-"IIER'«RI.TER3 LABDRATDR'IO:, INC, (L£Cntl1. :SYST!NS, ~C. rn.E ND, 066806 ~LL INTERICR COHFmDIT$ ARE TO B£ LAiEU:D TEST&.~ LA!!l. QUAUTY ASSURANCE LA!El. D PRlNT PDCK£T CCNSTRUCTmH FRONT DOOR -INSIDE VIE'w' 120 / 240 VO LT 1,j> IIRCCPf1(ftWl!tlOHlY SUITAIU:ON:LYfOllllstASSUMCI! t.QUIPMt#lr lllffMll-~tl'\\t;--l"OHIIIU'RI• a1tt11m1,1un•tn1AUrl'WCI/T1llMlt,.11'MJ,.H 11111fAlfll/OIJIO,-:rQat-,fOICUCl'IIIICM. .......... ,011.W.TO~QNVAWIIIP 0--.WINHOII.U IIO'flltO)I~ HETCR $0A<El' YARNING L WRRUE YA! UE LAm. NOTO !..ABEL HOUNTI:D nm»F; ME TDt Saa«:T AREA, --1..-~ HAO! BREAKER-10 DA I-HaTCcn..1. CAM !E: l'LACZ:ll DN EITHER Sill£ CF ENCLDStRE'. --....w. __ MCTER sac:m ~ MANUAL L!:VER DYPASS C0V£R F"CR ~ETER SDCKCT UTILITY ca. ACCE'SS ONLY ClRCUfT BRE'AkEm: MOUNTED ON R1S8< HAND-CFT-1,UTIJ SEL£l:TllR S"-1lTCH BRACKET ASSEHJIL Y MDUNT'£.D ml WCR FRAME HOI..E f'QI< HAND-OFF -1\UTIJ S\JITOI CQH?~ESSION HQLll PO\IN \..A TCH FlJR DEADF'RDNT CTYP,) 1@1@1@~1@~111 ~~Hmm LIFT-OFF DEADF'R[]NT DANGER l'REVEMTS CCNl'AC'T IJITM UVE PARn HIGH VOLTAGE LIFT-OFF DEADFRO NT DO OR VIE\./ ~E:EN GN D :SONOINCi SCRE\I 1"'1r~t~;:111---~PKl~~s INTERIOR VIE\./ ~ECEPTAC\.£ f..lliKTIN; CDHTACTOR 100 AMPS eJs llUS DOCUMENT, TH f: IDEAS .. .AN O OESICNS. WHIO< CONTAIN PROPRIETARY Af(D CONFlOENllAI.. IHFnRt,IAn:;)N INCORPORATED HEREIN. ts lHE PROPERTY' OT ELECfflOL SYSTEMS. INC t · Mf!CH uusr NOT BE OOPUCA.ml. usro OR DISCLOSED (lN WHOLE OR IN PART) WITHOUT" lHE EXPRESSED WRITTEN JJ.J'O-(OfUZATIO N OF' Q.ECTROL SYSTEMS. lt,,IC. CITY OF FORT W O RTH, T EXAS 1 20~240 VO LT S IN GLE PHAS E METERE D P E DESTA L REVISED : 12-23-2016 34 4 1 2 0-D625 _J L BDNDtll NE\/TRAL, REMOVE BCJNDING MEANS FDR TEST PURPOSE:S DNl. Y Sl:RVICE DISCONNECT 100 AMPS DR LESS, !OKAIC1 SQUARE D/ TYPE QOU CIRCUIT BREAKERS 100 AMPS DR L.£SS1 SQUARE D TYPE GlDU. SHORT CIRCUIT RATING, RMS Sl'HMETRICAL AfPS 10,000 AT ,H0/480 VAC, THE SHORT CIRCUJT RATING I S LIMITED TO THE LOI/EST INTERRUPTING CAPACITY or ANY DEVICE INSTALLED, REPLACEMENT BREAKERS i'IUST 1!E SAM£ TYPE AND RATING, F'IELD INSTALLED CONDUCTORS SHOULD BE SIZED BASED ON 6o·c AMPACITY ,DR 14-1 A\/G AND 75•c AMPACITY OVER 1 A'wG PER TABLE 310-16 CF' NEC, l!A N l!B lNcrJN™G StRVICt cetfllUC~ SIZE" ~--- .~ffi.'ioH BLOCK 12 f.\,/G lOltaJt VALIJt• 16~0 • lSll LB, IN, UTILITY TERMINATION SECTION \/IRE CONNECTORS• USE CU CONDUCTORS EQUIPMENT GROUNll TERM!NAT1CN1 USE MORE THAN ONE CONDUCTOR PER OPENING FDR EQU[PMEW GND, IJNLY, METER SOCKET 200 AMPS CONTINUOUS t"" 1a ~Tf i ... ; PAG E 3 OF 5 REFERENCE NO . ESI-FT W-APSALIZ0 -2016-15 PVir'[lt YIR!NG 0/C i" yn, l IE ml Yll'llDIR!![ YN ur ,a 1N-I n 9' CiAUIZ V'IA!:: Nil SMAUDt \nU. NA.Vt ltDJ JlUU.Anmt U GAUGE VJA£ MB LARtiD! \llt.L JC TAPCD M'.D AT l.£.uT ,~ /IIOV'E Liff'; Harre at VJ!JNG vn' If Yffl'[[ IJ'Jll'.'l'IIBP!!C YI'![ IF ,a 1ff ( E t5 G.\litiE VlRC AHi t;~ Yn.t. HAVC VHtT( [Nsu.ATI~ •• OAU!E VPa: Ntl l..MmR VIU. lit TAPDI WIT£ AT \..UST ,~ "80VE lUG RAINPROOF' T><llOT TYPE 3R. I;:' ClRCUtT ~ TRIPS, HAtnt.£ \Ill JE IM IlfTtRNE:Dl4TC P!lttnffi. 70 RClTCRE: POVER TI.RH TD flU. []ff~ TMD, CH t.DAll 'l'tJUlUE: VAi.i.it• QOU TYPE CtACUrT lREAKER 4:):lN,U 1 mrc11 m:rnv:n, scmrr C ITY OF FO RT WORTH, T EXAS 120-240 VOLT SINGLE PHASE METERED PEDESTAL REVISE D : 12-23-201 6 34 41 20-0625 _J i L SCHNEIDER ·sQUARE D 240/480 V l PHASE~~ 17 1/4' 16 SERVICE PEDESTAL 240/480 V _l_lil _3_ \J J£Q_ AMPS UTIUTY --1.JlK__AIC DISTRlBUTOR/MANUF' ACTURE ELECTROl SYSTEMS 210-599-6485 CCNTRACTCR PEDESTAL • ALUMINUM LT, GREEN HATERIAL AltD 0 STAINLESS STEEL #3 BRUSHED FINISH CCLCR 0 OTHER • SUITABLE fClR USE AS SERVICE EQUIPMENT U.L LABEL • INDUSTRIAL CCNTRCL PANEL ENCLOSURE PHOTOCELL REQUIRED .YES D NC PHOTOCELL PROVIS!CNS .YES ONO NEHA 3R CCNSTRUCTTIJN--STAINLESS STEEL HARDl(ARE ,125 STAINLESS STEEL Ci:tlSTRUCTlllN 1111TH NATUf!AL fl)US!i CR ,125 ALUMINUH CCNSTRUCTI!lN \/ITH PCVDER-CCAT nNISH ALL FACT CRY VIRING CCDE GAUGE COPPER CCNDUCTCRS \,/!TH 600V !NSULA TICIN SERVICE TERMlNATICNS NO. 6 A'\IG TC 250 HCH CWPi.. MATERIAL LIST NC DESCRlPTICN QTY AMP POLE AICN MAMJfACTURER AND PART NUMBER KTR METER SOCKET I 200 SJ/IV GOOV DURHAM mt<SDll<ET l-2 MAIN ! 100 2 HK SQUARED FAL24100 3 CDNTR!L 1 15 1 14K SQUAl<E D SQIMGN61309 5-10 UGliTS 6 20 1 14K SDUARE D SQ/!<GN6l310 PDJI PDVER BLOCK I 175 2 600V MARATHON 1425570 HCA 3 PCS. SELECTCR 1 20 -600V SCHl1E!D£R ZB4BD3-ZB4BZ103 PEC PHOTOELECTRIC 2 20 -600V IN TERM A TIC -CR-K122 SOCKET BUSSMANN 13661-\/5<18 PE CELL I 20 -240V TORK S895 NOTE:< PHOTOELECTRIC HAY BE LOCATED CN LEFT CR RIGHT SCDE OF CABINET I C CCNTACTCR 1 100 I e 240V SQ LC1DNEQ80~096U7 ~DTE, USE SPECIAL XHHw' \./IRE~ TXU IDENTIF'!CATION PLACARD PAD LOCK PROVISION F'IJR UTILITY ca. ESI JOB NUMBER LA BEL ARC FLASH WARN!NG--'-~..- LABEL HINGED DOOR LOAD SIDE FRONT 14 1/4 SLOTS FOR ANCHOR BOLT LOCATION (TYP .) ANCHOR BOLT INSTALLATION LAYOUT BOTTOM VIE\J • I REAR LANDING DETAIL. COVER REMOVED PAGE I OF 3 REFERENCE NO. 1 ESI-FTW-ATS-2016-11 HINGED COVER CATALOG -PART NUMBER ESI-FTW-APSAL-4801P-6JP20 LIFT OFF ACCESS COVER TXU IDENTIFICATION PLACARD HANDLE: PADLOCK PRDVrsraN FOR UTILITY CO. FOR UTILITY COMPANY ACCESS ONLY ll(l!E ~ETER SOCKET 200 AMPS CONTrNuousl ---, ,----~ I I 1 1 IF TRANSDCKET I I PROVIDED I I I I I I I I I I I I I • I L ____ ..J MOUNTED IN FRONT LIFT UP DOOR lF' JOI AEQU~~ HEED .WV L1mtftH'a CJRCUtT cu..u:, MAX ar .a. -.em.u ea. /ol.J> CIINTRACTOR HUST !JR.DER 2 PIJL..E IIRANC.H BREAKERS CONTRACTOR HUST VERIFY WHICH UTILITY COHPAKY \/!LL PROVIDE SERVICE l!Ef'CRE ORDERING THIS ~HY IIW'Ql4GC CkANaE: KllST m; A'1'7mVEtl N@ ~js ™ts DOCUMENT, TH E tOf:AS,. AND DESIGNS, WKICH CONT>,1N PROPRIETAAT .-.NO CONA CIDmAL IHFORW..TION INCCRl'>ORATEO MERtlN'. ts ntE PROPEJnY Of' £1...ECTROl. SYSTEMs. INC. VER2n£II l'r' nG: tITl' Atm tLEC'fRt:IL. fflTOl'S f"CR .... ,.. WHIO{ UUST Har BE DUPUCA!m, USEC OR DISCLOSED (IN WHOLE OR IN PAR'T) "'ITHOVT lM£ t)(PR£ssEO WRrrrtN N.ITHORIZA11oN OF El.ECTROL SYSTEM.!, NC. m.JN!i #ID l!IUIVIMG ~ TD nit STNa!A!UI IF SERVICE PROVIDED BY 'llNCDR' CR OTHER UTIUTY CO. REQUIRING TRANSCCKET CONTRACTOR HUST ORDER TRAN SCCKET ,ROM ONCOR'S HETER DEPARTKENT ~ORT ,~RTH CCNTRACTDR Ill/ST HAVE TRAIISOCl<ET llE!.IVERED TO ELECTROL SYSTEMS \/HO( ORDERING I'! ff1 240-460 VOLT SINGLE PHASE TRANSOCKET METERED PEDESTAL AS APPROVED BY MICHAEL TREVINll, ONCCIR rORT '\/ORTH ~ GARY HEND LEY, CNCCR DALLAS re 11E INSTAll.ED JY El.EClRDL SYSTEMS, INC. CITY OF FORT WORTH, TEXAS 240-480 VOLT SINGLE PHASE METERED PEDESTAL REVISED: 12-23-2016 34 41 20-D625 _J L NAU~ P l A.T u • NP. NP-1 MAN 2 100 NP-7 N~-15 NP-4 I NP-5 I NP-Fi N -1 I F • BLANK SPACE -HAS NO NAME PLATE BUT REQUIRES A BlANK INSERT ON DEAD FROITT NCTES1 LABELS MUST lit PLACED IlM THE INSIDE Dr THE DOOR Of' ENCLOSURE• LISTED -INDUSTRIAL CIJNTRDL PANE!. ENCLOSURE: HAN\JfACTURER NAl!t I/ITH (SIU' CllDER O> DRAl,/ING a AS REJ:ORDtlJ TD THE: UL LA~EL I UstD. lNDUSTRIAL CONTROL PANEL -SUBJECT SOSA E)UIIDER\IRITERS LA»DRATCR!ES, INC. EU:CTROL S'YSTEXS , INC. FILE NO. EJ66806 ALL !NTERIDR COMPONENTS ARE TC BE LAB!LED J!lll N\JHJIER & QUAUiY ASSURANCE l.AllEL GASKET ~~~--Hr--CHECK LlST D PRINT POCKET UfT-DFT JEADFRONT OJNSTRUCT10N PREVENTS CONTACT \llTM UVE PARTl> FRONT DOOR -INSIDE VIE\J 240 480 VOLT 14' .. ~---... ---.. ~·-_ _..,.-:-..::.:-••II- I DANGER I HIGH VOLTAGE LIFT-OFF DEADFRON T DOOR VIE\J HAIN BREAKER HOU: fDR HAND-Of'l'-AUTC SYITCH PAGE 2 OF 3 REFERENCE NO . ESI-FTW-ATS-2016-12 METER SOCKET COVER FOR METER SOCKET REMOVED -UTILllY CO. ACCESS ONLY DISCONNECT TEST SWITCHES TXU IDENTIFICATIO N 1n==;=======:z:l'fl-----coNTRDL BREAKEA-ABEL CIRCUIT BRE/IKER RACK MOUNTED ON RISER HAND-DFF-AUTC SELECTOR S\IITCH JIRACKET ASSEHBL Y MOUNTED ON DClOR FRAME f!ELD TERMI NALS fOR PHOTOCELL . RECEPTACLE PIIJTDCELL CAN BE PLACED ON ElTliER SIDE or ENCLOSURE LIGHTING CONT ACTOR 100 ~MPS -~---~--GRJJUNDBAA INTERIOR VIE\J AS APPROVED SY MICHAEL TREVINO , ONCO R FORT WORTH & GA RY HE NDLEY, ONCOR DA LLAS CITY OF FORT WORTH, TEXAS 240480 VOLT SINGLE PHASE METERED PEDESTAL REVISED: 12-23-2016 34 41 20-D625 _J L BONDED NEUTRAL, REMOVE BONllING MEANS FllR TEST PURPOSES DNL Y SERVICE DISCONNECT 100 AMPS OR LESS, 22KAIC• ,AL MGN DR ,AL, CIRCUIT BRANCH BREAKERS 100 AMPS DR LESS• SQUA RE D/CUTLER-HAMKER /VESTINGHOUSE TYPE GHC. DR llHCXJ G,E, TYPE THQC DR IBHQC. SliDRT CIRCUIT RATING• RMS SVMM!:TRICAL AMPS 14.000 AT 240/480 VAC, THE SHClRT CIRCUIT RATING IS LIMITED Ta THE LDVEST INTERRUPTING CAPACITY OF ANY DEVICE INSTALLED , REPLACEMEN T BREAKERS MUST BE SAME TYPE AND RATING. t!ELD INSTALLED CONDUCTORS SHOULD BE SIZED BASED CN 60"C AMPACITY FllR 14-1 AVG AND 75"C AMPACITY OVER 1 AVG PER TABLE 310-16 ar NEC. ~TtR SOCKET200 AMPS CONTINUD~ -1 r-r MOUNTED IN FRONT ~ MO UNTED I N REAR I LIFT UP DOOR UTI LITY ACCESS -----I I I I I I I 0B I INCOPKNG StRVJCE N 0A 3(06-3/0) COHrlJC:TCR SIZES I TDRQIJ[ VALUD I ll 6-e:50HOol o: !7S U. 1k I UTILITY TERMINA TIDN L -_:ECTID~ -_J VIRE CONNECTORS, g~JjgTORS ~fil!~iw Jii~u~l~&~· ~~Ev~PENI G F'DR EQUIPMENT GND. SHIPPING TENDS TO LOOSEN ELECTRlCAL CONNECTIONS, CHECK TIGHTNESS llEfDRE !:NERGIZlNGI GMlJND Jl/11,R l.JtiBn.ED PER UL lJIRE $!2ESI (,;) ll/'1>-ltl4 I I L_~ Z AIIG PAGE 3 OF 3 REFERENC E NO . ESI-FTW-ATS-2016-13 PPYEB YDUNG !fBtl ? YD I HE BED Y [RE 16 GAUGE \/IRE AND SMALLER \JILL HAVE RED INSIJt.ATIDN ti-! GAIJ<;E \/IRE AND LARGER Vll.L llE TAPED R£D AT LEAST 6' ABC \/E LUG NEYI'BAI YTBiNG \{Ill, BE VHUE :VM 16 GAUGE \Ill>£ Al<D SMALLER Vll.L HAVE VHITE INS!Jl.AnON #4 GAUGE V!RC AND LARGER \JILL et TAPEII VH!TE AT LEA ST 6., A!lOVE' LUG 240/480 VAC 1 PHASE 3 'w'IRE SEE MAIN BREAKER HA ND LE INDUSTRIAL CONTROL-SUITABLE USE AS SERVICE EQUIP MENT , 100 AMPS MAXIMU M ONLY FDR RAINPROOF TxDOT TYPE 3R, CI RCU IT DIRECTORY NO . DESCRIPTION AMP POLE Bl MAIN 100 2 B2 CDNTROL 15 I B3 LIGHTS 'A' 20 l B4 LIGHTS 'B' 20 I B5 LIGHTS. 'C' 20 1 B6 LIGHTS 'D' 20 1 B7 LIGHTS 'E' 20 1 BS LI GHTS 'F' 20 1 IF CIRCUIT BREAKER TIUPS, HANDLE VILL BE IN INTERMEDIATE POSITION. TO RESTORE PO\iER TURN TD FULL CIT, TH EN ON TORQU E VALUE • MG N TYPE CIRCUIT BREAXERS ilS-16 z B LB. IN. 1114-10 • 8 LB, IN, PER -------u -----t----u, TYPICAL PHQIQCEbb S&BVTC~ UO flS-tJ.4 TIIRwt Y AU£,. D&-ttl4 • 3!S U. IH, NV0 .. 14 • :SO LI, l'.N. AS APPROVED BY MICHAEL TREVINO, ONCOR FORT WO RTH & GAR Y HE NDLEY, ONCOR DALLAS s:ERV, GKD. CITY OF FORT WORTH, TEXAS 240-480 VOLT SINGLE PHASE METERED PEDESTAL REVISED: 12-23-2016 34 41 20-D625 _J L !--------------VJJIES;(7!".k°, IIC~.1201 ----------------< MEIBQ OVERHEAD SJGN DETAIL CITY OE EOBI WQRJH u,,mCA!.C 1r a.DJNEW' B lm,UlC>,SQ lO" ~o, ~ DUJQ( NU.lllllt: 3" Q£Alt',0<4W 1-------------VAAC£S(7r, ,...., rs·.1:za"I --------------l NOlES: 1. METRO SIGN SHEtllNG SHAU. BE WH!lE 3M DIAMOND GRACE CUBED (Dro} 'Mill GREEN ELEClRO--CUT (EC) TRANSPARENT Fll.M AS AN OVERLAY OR APPROVED EQUAL BY TRAFFIC MANAGEMENT. 2. FONT: HIGHWAY GOl'H IC 'C' OR 'B' (DEPENDING ON LENGTH OF NAME) 3. SIGN BLANK FOf! 2 INOi POST INSTALL: 0 .08 FEDEf!AL SPEC. ALUM. (LP/SP INSTAU. 0.125 lJNDRILLEO) 4. SIGNS LONGEf! THAN 10'-0" FOR STREET NAME METROS OR 4'-0" FOR STREET NAME BLADES SHALL HAVE lRAFFlC MANAGEMENT APPROVAL MEIBO OVERH EAD SIGK DETAIL IPBIVATE STREED -CJTY OE EQBI YIORJH UPPERCUC 0-C\.IMt'l'IEW 3W LO~tcr'~'v!C*':N II.Cel<Ji\J•at;:'$'a.l:AAl4Dl-4W CfUIN ( SEt N01t 1} 1-------VARIES (30" TO 48") IN 6" INCREMENTS ------1: 0 HenderS0n St 1000 FORT WORTH ~ 0 STREET NAME BLADE DETAIL CITY OF FORT WORTH, TEXAS STREET NAME SIGN DETAILS 0 ..... DATE: 6-11-20 15 34 41 30-D633 L t"DOlTwmiALUMlHUM~DN ousnc~ l'O\.ONWA~ER.s-w.LBEPI.AC(;[) l"Tlf!t,fDCL.E TDS?PAAA.Tt: STl'U:r:T NAME OLAOES. ---~~~-r::f~~~~~~ STREET NAME -POST INSTALLATION P'OSTDETAILJ ~O l"A1'1El. SKAU. EX'Tl:NO OVER TkE STitEET SIO!. 10'MINiMUM S'TREET NAME-POLE INSTALLATION 0 0 0 0 NOMINAL OUT'Sot Olij[HSI0~5 t ~· X 1 ~"' 2·. 2" SQUARE TUBING POST DETAIL CITY OF FORT WORTH , TEXAS SIGN POST DETAIL NOlts: 1. AU. POS"IS AND AHQflQS :stW.l. COJIFORM TO 1HE STANDAAD SPE:aFJCAnONs f01< HOT ftOlLED c;,W]QN SMEET $1££1., STRUCTURAL QU)JJ'TT ASiT),( Dts:ICMA110N A'S/0-79. 2. AU. POS1S Ale) ANCHORS SHAU. CMRf lri(IMIMUM: CfflTiflAll.l 50,000 psr YIELD SfflEHcnH. 3. All POSlS "'°" RAW PIVOR TO flECEJVN INJNE HOT-DIPPED, M-12.0 ca.a oz. PER SOUAAr. FOOT) FOU.O\E> BY A ~O&.I A""l'[ CON \OSIO),I GOAltNC AMO A CROss-(.N(ED PIL'ltlRE?KAH( ACR'l'UC EXT!RIOR COATI.NQ. 'tW£ ttnmlOR SH>U. RtCSv&:: A OOUBL.£ COAT CIF' 21NC IIAS£D OftcA)rCC CC A.'flNO. 16""1t0 IN .ACCORDANCE 'MTH" .AS"TM .!-117, ... .A ll TOP POSTS MtJST et OAPAIII..£ or fAACl\JRlN C AT ~t POINT CF' cc::tl/'ILCT!ctl Vi!TM A S!NCU: ANQ-IOR. VMfN P.PAClED, 1H SUCH A MANNER THAT 'DIE PECE INSIDE or 't"HE AMO!o.tt C,Q,I 8t ~O\IEO ~O A~ lO Ml.!1H TO ~CCS\IE A t«EW' ro, l"'OST. ~. lli! sti>J:'t" 01' AU. POffl ANO AN010RS 5HAtl BE SQUARE ANb SlRAIG'HT 'Mn{ SMOOn,t lUBIHG WEl.DEC> IN OfrlE CORNIJI Wint " 10l..E'fWlll:lE 1HAT PERN1TS 1t:ltSCCF'll'fC 01' nt[ W!XT I.ARt;ER OR SMAlL SIZE. IN ~ .. INC:REWOll'&. 8. AtL ANCHORS SHN.L flE 12 CAUCE 'MTk HCI.ES TMAT ARE ~u.~:r~ ,~O~;~~of ~JNrm lRlA..Y ALIGNED IN ntE COfl!fl: ~ 1)1£ SECTION.. 7. All. TIP POSTS 2WJ. IIE 1'4 GA.Uct ~ M0!..&5 nfAT AR! PRE Pl1KClltD ON I"' comRS ,0,. THE EN1iJllE L!kcm or '1111:: POST ANO TRULY M.JQt,,'UI ll,/ ltU: CDIT!lt: Of stClllJ,l. 6, STANDARD OUTSIDE CORtrul: RAtlll St!AU. BE ~" PLUS (IR t,,Ut,IJS ]b". a, SICN$ TO EIE AlTACl-rm TO POST AT 1),E DESIRED HEfatT WI»! 10\,.'t'S, 10. SICM BLANK F'QR 2. INCH PoSt !1"St'ALI..: 0.015 V!DERAL SP£C. AWM. {LP/SP INSTALL 0.1 2.5 UHDR1L1.£D) 11, Fam HIGHWAY G01HIC 'ft CR 'B' (nEPEHOIHO OK l!NGTM OF' NAl,IE) 12, S1Rf£T NAME SlQI SHE:O!Nc SMAL1. BE YMl1£ 3M CIA.MOM:) OAA!>E OJBED (O!iJ) 'MlH GR£O.I B..EClR~UY (EC) 1RAHSPAAENT flu.t AS AH OVERLAY OR AH APPRO'IB> EQUAL 1:S. RUUI TO DETAIL ~IG OF 1HE 1DCAS STANDARD }l~AV SI.CH OE'SICH MAJWAL F'Oft AOmTIONAL SP ACING .. QUIROIENTS. DATE: 6-9-2015 34 41 30-D6:XX PAvED 9-<0ULDER J = = -~r AAROW PANEL OAYl1ME -F'OUA LANE ROADWAY • • tj:(o ••• - --~· :-~-~~ ,-; r ~ ( ~ • '= • b,;;, PA= Sl<O!UlER l'A«l' r FLA(;GER 6: cvi.o-7 A. SIGN MA 'I' BE R'4-7 b REQUIR!D ACCORDINC TO Fl!l.D COKD1l10NS. DAYnME -'TWO LAN£ POADWAY CW2C1SC-I D CW20SC-1D TYP ICAL DETECTOR INS TALLA110N MlQfTTIME - I, CHNf.l[Ull'lti D£\llcES SHALL BE REl'LECiORIZED, CW20.SG-1D ~ I • 0~ ·-s-· .o. I :O I I TYPICAL HA NG ING SIGNAL INS TA LLATIONS Jl)VNJOC WARNl>JC CHAMNB.i2UfG DE\tCl.S AR£ OPTIOKA1... CW20SG-ID OPEN ~.1~ .. ~,,,1 __________ _ CW20S~10 TYPICAL ADVANCE SIGNING MINIMUM DESI RABLE SUOGESTEO ii,A>Q'MUM MINIMUM TAPER LENOTI-f~+ SPACINQ Of' O!'VICE' SIGN SPACING m.\, ,ORM\U l o 11 '7 ~ER r.ur~r X D!STA1'C£ 30 1&0' 155' ll!O' 30" ... 12o' ~ L-~ 200' =· 2,~· JS' 7r/ 1e,o· •• 4-0 2<0' 295' 3'20' 4-0' IIO' 24o' ~ .,.. ~S!>' -''4 01 ... 9o' 320' ~ 000' .... 600' or:! too' «lo' ~ -600' .... ... 110' -~ L • W'S 000' .... no' 60 ' 120' f,00' ~ 050' 710' 70,0' .,. 1:,0• 700' 70 700' ,.,.. 040' 70' MO' eoo' ...__ ,. 7"0' 82~' 9oo' 70' 1:501 90o' +• TAPER LENClKS HAVE; 8Effl ROUNDED a:T, L • LE NClH Of' TAPER (n.) W • WIDTM OF OFFSt:'I" (FT.) S -POST!D SPEED (MPH) CITY OF FORT WORTH, TEXAS TRAFFIC CONTROL TYPICAL INSTALLATIONS LEGEND CJil:P HEAVY WORK VEHICLE TYPE 1 8.t.RRICAOE a OH.4NNEUZING DEV1C£S EJ FLASHINC AR ROW PANEL REVISED : 08-31-2012 34 71 13-0660 TYP ICAL SIGNS USED IN JRAFFlC SIGNA L CONSTRUCTION AREAS 7• ... -~==~==:,1J" R4-7b LETTERS -81..AQC 24"' X 30• S"l\il80L -BLACK BORDER -91.ACK BACl(~OUNO -'Moill[ REFL L.ECEHO TyPE I BARRICADES >--1-.... --""'lll"·,-..... '"''''-----i 6!===========~~1,· OBSERVE •·o ,i· .. - i' WARNING •·• .. SI GNS ~·o .. STATE LAW • .., J' 6'C 11.::.-==----.,jl.lJ' AL TERNA n: L!C£.NOS .. 1 MILE•·0 1500 FT•·c 1000 FT•·c 500 ff.-c 30 R•1X:~ .. LI''. NAM E ,. ADDRESS CITY l3l!" STATE ,; CONTRACTOR 020-0 "e· X Jr!" LEGl:ND -OLACI< 8CAOER -BL.ACK BACICGRa.JNO -ORANGE Rm. IYPICAL SIGN SUPPORTS >---.-.,~J; ___ .... ___ _.. rl========"'ir! J!I· ,. END a•c '*" ROAD WORK •·c ... .u-----===:Ji!..l <Ji' Gto-2 lBZND -Bl.ACK 43• X :Zi• 80ltDtR -£It.ACK lfACKGROUND -Olll>.NCE Rfn.. LEGEND -BLACK BORDER -!JI.A.CK BACKGROUND -CRANCE Rat... llEllfl!lL 1, AU. SIGN USAGE AKO ERECTION SHALL BE IN: 'STRJCT ACCORDANCE Vi11H lHE ~S NANU.Al.. ON UNIFORM lRAFAC CONlROL OCVICES FOR SlREETS AtlO HGHWAYS"' (1'Mlfl'QJ) LA1E:>I m11tON. 2. 'THE COHfflACTOR SHALL WJNl'AIN EAQi SIGN AS OIRE'Cl[O EN~ OfG'INEER. lHE CON'JRAC'laf SMALL USE lHE SIGN 0£SfCNS SHO'M-1 IH THE "STAHD~RD HIGHWAY SCN DESIGNS FOR 1EXAS" (SMS1l), All. WORK ZO>.£ SIGNS Pt«JVIOED AND 5HOWN IN 'THE lMUTCD BUT. NOT DETilll.£0 IN lHE .Pl.ANS hlA'l' BE. U!ED Yl>tEN DIR£CTED BY 11£ ENG1NEER. REE£CDYt SHrnttc f. REF'I.ECTMfZED $!CHS SHALL Bt CO'tSlltUC'l'Et> OF SH!n?Hli MCETflC 1H!: cm.on: AND RE:mO-Rm.EC11\'ITY REQUAEMENTS rF' Dir.IS-MOO OR DIIIS-8310 • 2. ~TE SHEETflC, I.IEETtHC' 'THE RECU1REMENTS OF' DMS-!JCJO TYPE C (HICH Sf'l!arlC IN'TE1'4S1i'r') SHAU. BE USED FOR SC:NS WITH 'M,'JTE BACKCROUNO 1'ND CHANNE1J2lliG DE'.1CES. 3. OR.INGE SHEETINc, M£E'TINC lHE.: ~QUIAEMENTS Of° OMS-a.JOO TYPE [ (FWO~WT PRISVAllO). S1iAU. BE USED FOR SICi'HS MTH CRANCE EIAO<CROUHOS. $UPPCJUS ANO MPVH'DNC Hfl<iHI 1. REC:MDl.£SS OF mt TYf'I! Of' 5Ul"PORT USED. OK DURATION Of WORK. REGUl.Al'Cft'r' 611:HS SHOIJLO MOT 8E ERECTED AT HEJCH,S LESS 1HAH 7 FEET .A.DOVE: nit PA\ICM£NT SURf'ACt. TI~E CONTRACltfl SHAU. f\lRHJ9( S!CH SUPPORTS US1ED ~ ™t •col,cPlJANl' WORK WOOD SIGN POST SUPPORTS 2:0NE TRMr'lC CO.'fTROL OE'91CE UST" (CWZTCD). SMN.1. BC:: PIIINTED WHIT£. :2. S1CNS IIIAY BE tR£C1m ON PORTA81..( QR nxeD SUPPOR'tS F'OR USE OH CONSTRUCTI ON PROJECTS TO WARN OR C\JIOE ~AF"FIC 1Hlt0UCH ANO/OR AROlJMD n£ A.CnIAL CONSTRUCTION AREA. 3. lHE CONTRACTOR IS RESPONS&£ rOR ENSJRNG lHAT ALL SIGH SUPPORTS AND suesmA 're: MEET CRASHWORlHIHESS ANO LENGT>I OF WORK R£QVJREM£NTS. '4. PORTABLE -SICNS ERECTED ON PORTABLE SUPPORTS FOR VSE ON COMSTRUCTION PROJ£CTS HCRt.lM.LY MEAN SICNS \\HICH ARE: USED DURINC TH£: OAYTIME TO WARN OR CUIOE 1RAFF?C lMROJQH ANO/DR AJ~UND THE AC111AL COHS1RUCTIO~ AREA. BUT AT TKE END Or THE \IIORl(DA.Y SUcH SICNS AR£ AEI.IO'om. ~. PORTABLE SWPORTS SHALL et AS SHOWN ON THIS SHEET. stGHS ffl1H PCRTABL£ m.pPORTii MAY BE USED f'OR SHORT TERW. SI-IORT DURA TIOt,f ~ MOBILE OPERA.llONS. THE BDrn>h,I OF niE ~ Stw.1.. 8E A MtllMI.Arl OF' ONC (1) FOOT A80\'£ THE PAVEMENT SURFACE. l!AR"ICADES SHALL NOT BE usm RJR SI~ SUPPORT. 2' NIN., VAAIA9l£ MAX. I PORTABLE SUPPORTS &. nxm -SlCNS ER£C1ED ON FlXED SUPPOR1S FOR USE ON CONS1RUCOON PROJECTS NORMALLY Mf.:o\N SIGNS THAT ARE 1t> REMAIN II< Pl.ACE FOR eont DAYTIME AND NIGHTTIME' USAC:E TO REOOLA"TE. w~ AHO CUOE l'RAF'flC IN ADVANCE Of' .AND NTH:N 1HE LIMITS Of' lH( PROJECT INQ.UOINC 1KE CROSSROAD APf"ROACHES. SIGHS ERECTm ON rna;o SUPPORTS SHOW> BE A.T A IIIIINIW'UM HEK:HT OF SEVEN (7) FEET', TIPf r(•l .2• Ml!i.. V.ARIA8L£ MJoX. I I ~Imr.,· .... 2n OPTION , •7T ,.,,,.,(t) FOR T"l'PE 1 AND 2 RARAICACIES, BOTM S1Dts OF THE R.ut..s SHALL HA\'£ REFL£CUVE atAMCI:: AND REFL£C11VE 'MilTE SlRl?INC lo££11MC 'THE COlOR AND RtTRO-REfl.ECTt\1TY REOLIRD,IENlS OF" DMS-8300 OR OMS-MIO. WOOD POST SIGN SUPP<'ltT: "°"" POST SIGH SUPl'Ol<T, f'OR "$6"' )( 36" ANO S).IA\ll:R WARM)rr,IJi SGNS. MIO 01ttfR SI.CNS HAVHG AN >.KEA Nor 0:~(; FOR 41• X +e" WARNINC S1CN. 10 SQIT, SIGHS ER£C'TCO ON FIXED $.IPPORTS SliAU. SE AT A MtNtl,(Ul,l WEIGHT CF 7 f"EEY. EMBEDMOO DEPTH FOR WOOO SIGH SUPPOR1S ANO POST TYPE BARAICAOC'S SHOUlD 8£ 3 FEET M!Ntt.lUM. UM1.£SS SPECIF\m tl.St'f'HERt t'il TH( Pl..»IS. DRNEABLE SIGN SUPPORTS MA.Y BE USED NfO sHAU. 9 t INSTAl.lm IN ACCOR>AMC£ WITH THE NANt.lF'AClVRERS R(ctla,!OllA.TIONS. NOMINM. ,4.~)(4" POST ROAD PAW:Mt!l'O' S£RFAC£ SIGN SJ IPPORI WfKilfIS I, \1IHfRt: SICN SIJPPOR'TS REQUIRE 1HE USE: OF WEJcitTS TO Kffi) FJICLl TURN'INC 01/!R. ntE' USE OF SOME T'r'P£ OF SANDBA.C. IS RECOMME:t!OED. TiiE. US£~ PIECES Of' ROCK. CCN~ IRON", STEEl. OR OlHm SOUO 08.£CTS \IIILL NOT BE PERMITTED. SAMOBACS Sli.4.U.. Of.I. Y SE Pl.ACBl A.LOliC OR 1Jfl'ON nu: BASE st.PPORTS or THE DE\o\CE ANO SHALL Nor BE SUSPft«>al ~ GRaJNO l.£VEL OR HVI-IO WITH ROPE. WAE. CHAIN:," OR OYHER PAST'OlfJ~S. REMO'wtNC Oft QJ\/ffllNC 1. ~£N SICN t.lESSAC:ES MAY 8t CO/f\JSING OR NO LONCER APPLY. THE SIGNS A.ND SUf'POfOS SHAU. B£ REWO\EO FROM: ROADWAY ANO s-lOl.l.DER. Off TH!: 5ICNS ~AU. 1!f COMl"l..fm..Y CO\lfftm. 1VRNHG SIGNS 1'1\c..l lrilOTORISTS "'1EW 'MU. Nor BE AU.OWED, vtiEH SIGNS AR( CO'OED THE MAl[RIA.l USED SHA.U.. BE OPAQUC. SUCM AS 1-(EAY'( MIL BU.de Pl.A'SUC. 8UR1..AP SH ALL NOT 8!: LtSm 10 covm SIGNS, S'IGNS SHAU. BE Jm,101.E:D UPON 0Qif PL£110N or THE WORK. 2. DUCT TAPE OR OTI£R ADHESI\E MAttfa>.L SHAU. NOT IIE ~ TQ stGN rACL CITY O F FO RT WO RT H, TEXAS TRAFFIC CONTROL TYPICAL SIGNS AND BARRICADES REVISED: 08-31-2012 34 71 13-D661 SlDE ELEVATION FRONT ELEVATION CONSTRUCTION NOTES 1. MOUNT DRIVER FEEDBACK SIGN USING ff HOLES, 4 EA. TO MOUNT BRACKET TO POlE. WORK SHALL BE COMPLETED r; A WORKMANLIKE MANNER . 2. use APPROVED DIRTWORK INSTALLATION/DISPOSAL METHODS 3. Z' CLEARANCE BETWEEN FINISH GRADE /lJ'JO BOTTOM OF BASE Pl.A TE REQUIRED FOR CARRIAGE BOLT INSTALIATION . ~-IF AOOmONAL CONDUCTORS ARE REQUIRED . USE XHHW. 14 AWG WIRE OR APPROVED EQUIVALENT. 5. ALL TERMINATIONS MUST BE MADE AT TERMINAL BLOCKS. NO WIRE NUTS/SPLICES ALLOWED. 6. RUBBER GROMMETS TO BE INSTALLEO AT AU. HOLES TO PREVENT CONTACT OF WIRING ANO POLE. r,. •nco st-30e• I stONAL Cl.0SUR£ IOT~ PE LCO SE-0567 1-WA Y @ TRI-STUD MOU NT 0672 N.T.S. PEtC0 Pll-~100 4• -8 SCH 40. SPUN ALUM W/ PELICAN ID pn.co PS-.5:,35 BREAKAWAY BASE VARIABLE Ba..T CIRQ.E ,,. 'It),. t t f' JI 15" SQ.JAR£ Pt.ATE <•>• r , • r Sto"" ~ SCREW ANC HOR {_;}~ FOU NDATION DETAIL ~67 N.T.S. - © tr . PB.CO S£-jo54 I SIG NAt. CLOSURE }QT -I (2 flEO'O FOR THIS MOUN'T)~ PELCO SE-5048 2-WAY @ TRI-STUD MOUNT N.T.S •. P ELCO AS -0142 ASTRO SIGN-BRAC, @• STELLARCABL£ MOUN T 7 N.T.S. CITY OF FORT WORTH, TEXAS SCHOOL ZONE FLASHER AND SIGN DETAILS DATE: 9-20-2017 34 41 1 O-D672 APPENDIX F Technical Specifications Roadway Illumination Specifications 34 4121 ROADWAY ILLUMINATION ASSEMBLIES 34 4120.01 ARTERIAL ROADWAY LUMINARIES 34•4120.03 REDSIDENTIAL ROADWAY LUMINARIES 1 2 3 4 5 6 7 8 9 JO 11 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 38 39 40 34 4120 -1 ROADWAY ILLUMINATION ASS EMBLIES PART 1 -GENERAL 1.1 SUMMARY SECTION 34 41 20 ROADWAY ILLUMINATION ASSEMBLIES A Section Includes: 1. Roadway illumination assemblies 2. Roadway illumination foundations 3. Removal of roadway ilhunination assemblies 4. Relocation ofroadway illumination assemblies B. Deviations from this City ofFo1t Worth Standard Specification 1. None. C. Relate d Specification Sections include, but are not necessal'ily limited to: Po go l of 12 I. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 03 30 00 -Cast-in-Place Concrete 4. Section 33 05 IO -Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 -Location ofExisting Utilities 6. Section 34 41 l O -Traffic Signals 1.2 PRICE AND PAYMENT PROCEDURES A . Measurement and P ayment 1. Roadway Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Assembly installed. b. Payment 1) The work peifo11ned and materials furnished in accordance with this Item shall be paid for at the lmit price bid per each "Rdwy Illum Assmbly" installed for: a) Various types c. The price bid shall include: I) Furnishing Roadway Illumination Assembly. if required 2) Assembling and installing each Roadway Illumination Assembly 3) Poles 4) Arms 5) Anchor bolts 6) pjxhu·es 7) Intemal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps CITY OF FORT WORTH STANDARD CONSTRU CTION SPECIFICATION DOCUMENTS Revised Decemb er 2Q, 2012 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 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 344120-2 ROADW /1. Y ILLUMlNATION ASSEMBLIES 11) Preparing submittals 12) Explorato1y excavation (as needed) 13) Coordination and notification 14) Assembly and transp01tation of all items 15) Exca'Vation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 2. Omamental Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Ornamental Assembly installed . b. Payment Page2 of12 1) The wotl( performed and materials fumish.ed in accmdance with this Item shall be paid fol' at the unit price bid per each "Ornamental Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Ornamental Illumination Assembly, if required 2) Assembling and installing each Omamental Assembly 3) Poles 4) Attns 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) Preparing submittals 12) Exploratory excavation ( as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection ofth.e excavation 17) Clean-up 18) Testing 3. Lighting Fixtures a. When a pay item for Illumination Assembly exists: 1) Measurement a) This Item is considered subsidiary to illumination Assembly installation. 2) Payment a) The work performed and materials furnished in accordance with this Item are subsiclia1.y to the unit price bid per each "Rdwy Illum Ass:mbly" or "Omamental Assmbly" bid, and no other compensation will be allowed. b. When a pay item for Illumination Assembly does not exist: 1) Measurement a) Measurement for this Item shall be per each Lighting Fixture installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 344120 -3 ROADWAY ILLUMINATION ASSEMBLIES Page3 of12 2) Payment a) The work perfonned and .materials fumished in accordance with this Item shall be paid for at the unit price bid per each "Lighting Fixture" installed for: ( 1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway Illumination Foundations a . Measurement 1) Measurement for this Item shall be per each Roadway Illumination Foundation installed. b . Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Reinfot'cing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) Coonlination and notification 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing 5. Contact Enclosure a . Measurement 1) Measurement for this Item shall be per each Contact Enclosure installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Contact Enclosure" installed for: a) Various mounting methods c. The price bid shall include: 1) F111nishing and installing Contact Enclosure 2) Mounting_materials 3) Clean-up 6. Furnishing and Installing.Wood Light Pole a . Measurement 1) Measurement for this Item sball be per each 40' Wood Light Pole furnished and installed. b. Payment CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Deoomber 20, 2012 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 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 344120-4 lWADWA Y ILLUMINATION ASSEMBLIES Page4 of12 1) The work perfo1med and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 40' Wood Light Pole". c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40' Wood Light Pole 3) Furnishing, placement and compaction of backfill 4) Clean-up 7. Furnishing and Installing Wood Light Pole Arm a. Measurement 1) Measurement for this Item shall be per each 8' Wood Light Pole Ann furnished and installed. b. Payment 1) The work performed and materials furnished in accorda11ce with this Item shall be paid for at the unit price bid per each "Fumish/fostall 8' Wood Light Pole Arm". · c. The price bid shall include: 1) Furnishing and installing each 8' Wood Light Pole Aim 2) Clean-up 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. b . Payment I) The work perf01med and materials furnished in accordance with this Item nnd measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Alum Blee Conductor" installed for: a) Various Sizes c . The price bid shall include: 1) Fmnishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a . Measurement • I) Measurement for this Item shall be per each conductor reconnected. b. Payment I) The work pe1fo1med and materials fumished in accordance with this Item shall be paid fol' at the tmit p1ice bid per each "Reconnect Conductor". c. The price bid shall include: 1) Reconnection of conductors using City approved method 2) Testing of connection 10. Street Light Pole Removal and Salvage a. Measm·ement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work perfo1med and materials furnished ju accordance with this Item shall be paid for at the unit price bid per each "Salvage Street Light Pole" perfonned. c. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised D ecember 20, 2012 34 4120-5 ROADWAY lLLUMINATlON ASSEMBLIES 1 2 3 I) Removal and salvage of Street Light Pole 2) Maintain existing street light circuit including new ground box and recomection ofc:ircuits (if required by City) Page 5 ofl2 4 5 3) Removal of existing street light pole foundation 2' below grade, back fill with like surrounding material 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 1.3 4) Delivery of salvaged materials to approptiate location 5) Clean-up 11. Street Light Pole Relocation a. Measurement I) Measurnment fm this Item shaI1 be per each Street Light Pole removed and salvaged. b. Payment I) The work perf01med and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Relocate Street Lig11t Pole" }Jerfo1med. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Delivery of salvaged materials to appropriate location 3) Replacement of pole to new location 4) Fumishing, placement and compaction ofbaclcfi11 material 5) Clean-up REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standai-d published at the time of the latest rnvision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. National Electric Code (NEC) 28 . 3. Texas State Law, Article 1426C 29 1.4 ADMINISTRATIVE RE QUIREMENTS 30 A. Coordination 31 1. Notify City at (81 7) 392w7738 anrin:im.um of 7 days before beginning Work on the 32 Project. 33 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 34 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and 35 anchor bolts, and any questions about installing lhe foundations and conduit 36 4. For location of City underground street luminafre cable and conduit call (817) 392w 37 7738 or(817) 392-81 00 . 38 5. Obtain and pay for all pe1mits as required to Work in parkway. 39 B. Preinstallation Meetings 40 1. Attend pre~construction meeting. 41 1.5 SUBMITTALS 42 A. Shop Drawings will be required for each Illumination Assembly and shall include: 43 1. Material Data CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 34 4120-6 ROADWAY ILLUMINATION ASSEMBLIES Page 6 of 12 1 2. Pole dimensions and data 2 3. Luminaire ann dimensions and data 3 4. Attachment details .4 5. Fixtures 5 6. Base details 6 7 . Anchor bolt data 7 8. Wall thickness 8 9. Permissible loading and allowable stress 9 B. Product Data submittals shall be in accordance with Section 01 33 00. 10 C. All submittals sha11 be approved by the Engineer or the City prior to delive1y and/or 11 fabrication for specials. · 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Product Data Sheets 14 1. Submit product data sheets for roadway illumination assemblies to City for 15 appmval prior to ordering materials. 16 1 .7 CLOSEOUT SUBMITTALS 17 A. Wananty Documentation 18 1. Provide manufacrurer Warranty infmmation to the City. 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING 22 A. Storage and Handling Requirements 23 1. Pa1ts shall be properly protected so that no damage or deterioration occurs during a 24 prolonged delay from the time of shipment until installation. 25 2. Exposed anchor bolts shall be protected until pole shaft is installed. 26 3. Prevent plastic and sirriilar brittle items from being exposed to direct sunlight and 27 extremes in temperature. 28 4. The Contractor shall secure and maintain a location to store fhe material in 29 accordance with Section 01 50 00. 3 0 B. Deliveiy and Acceptance 31 1. Contactor and Inspector shall visually inspect roadway illumination assemblies 32 after removal to dete1mine the condition of the hardware. 33 2. Contractor shall protect all salvable material during transport to City specified 34 storage facility. 35 3. Delivered material must be in the same condition after removal, as agreed upon by 36 Contractor and Inspector after removal. ClTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATrON DOCUMENTS Revised Decembez ::1.0, 2012 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 31 32 33 34 35 36 37 38 39 40 41 344120-7 ROADWAY ILLUMINATION ASSEMBLlES 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's wananty shall be in accordance with Division 1. PART 2 -PRODUCTS 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased from the City and installed by the Contl:actor. B. Items eligible for purchase from the City include: 1. Roadway Illumination poles 2. Contactors 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufachlrers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. Pago 7 of 12 a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substimtion and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements a All Work related to the installation ofroadway illumination assemb]ies shall be in compliance with the National Electric Code (NEC). 2. Roadway Illumination Assemblies a . Poles, rums, light fixtures and lamps shall confmm to City Standard Details. b . Ornamental Assemblies 1) Refer to Dra,vings for ornamental pole specifications. c. Lighting Fixtures 1) Refer to Drawings for lighting fixture specifications. d. Foundations 1) Concrete shall conform to Section 03 3 0 00. e. WoodLightPoles 1) Wood Poles for electrical service shall be ANSI Class 5 treated timber. a) For other applications, Class 2 treated timber is allowed .. 2) All treated wood poles shall be free from pith holes. a) Trimmed scars ru:e allowable up to a depth of 2-inches in poles up to 10 inches in diameter. . b) Scars 1/5 of the pole diameter at the scru· location will be allowable for wood poles larger than 10-inches. 3) Wood poles shall not deviate from straight more than 1 inch in IO-feet of length. a) Only a single sweep shall be pemritted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 31 32 33 34 3441 :W-8 ROADWAY ILLUMINATION ASSEMBLJES l'agc 8 of 12 b) A straight line adjoining the midpoint of the pole at the butt with the midpofot of the pol e at the top shall not at any intermediate pass through the external surface of the pole. c) Only a single twist of spiral grain will be permitted. 4) Butt slivering due to felling shall be pennitted if the distance from the outside circumference is not less than ~ inch and the height is not more than 1 foot. 5) Timber shall be treated for preservation in accordance with A WP A C4 pressure treatment methods. a) The poles shall have the minimum net retention of preservative treatment shown iu the following table; Minimum Retention Treatment (pounds per cubic foot) Creosote 9 .0 Pentachlorophenol 0.45 ACNCCA 0.6 6) Pole Markings 7) All markings shall be in accordance with the following table: a) The bottom brand shall be placed squarely on the face of each pole 10 feet from the butt. Marking Description of Marking PTC Supplier's code or trademark (ie. Pole Treating Company) F-01 Pla:o.t location and year of treatment (ie. Forestville, 2001) SPC Species and preservative code (ie. soutbem pine, creosote) 5~35 Class-length (ie. Class 5, 35~foot pole) 8) A treatment certification will be required with each shipment of treated timber poles including: a) Name of treatment company b) Location of treatment plant c) Applicable product standai·d (A WP A C4) d) Charge number e) Date of treatment f) Contents of chai·ges (poles) g) Preservative treatment h) Measured preservative retention values f . Wood Light Pole Arms 1) Refer to City Standard Detail Dxawings for light pole am1 specifications. g. Aluminum Electrical Conductors 1) Refe1' to Drawings for conductor sizes 2) Use stranded insulated conductors that are rated for 600 volts 3) Approved for wet locations 4) Marked in accordance with UL, NEC, and CSA requirements 3 . Roadway illumination pole foundations a . Foundations shall be Class C (3000 PSI) concrete . CITY OF FORT WORTH STANDARD CONSIB.UCTION SPBCIFlCAtION DOCUMENTS Revised December 20, 2012 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 31 32 33 34 35 36 37 38 39 344120 -9 ROADWAY ILLUMINATION ASSEMBLIES Page 9 of 12 1) Refer to Section 03 30 00. b. Foundation shall be 24 or 3 0 inches in diameter unless shown otherwise in the Drnwings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections I. Notify the Traffic Services Division Inspector 24 hours in advance (between 8:00 am and 5:00 pm) of all concrete poms at (817) 392-7738. a. Inspector must be present when concrete is placed on the Project Site. PART 3 -EXECUTION 3.1 EXAMINATION A. Verification of Conditions I . Contractor shall verify by exploratoty excavation, if needed, that existing underground utilities are not in conflict with proposed foundations. a. All exploratory excavation shall conform to Sect.ion 33 05 30. 2. Contractor shall contact the following entities at least 48 homs in advance of excavation: a. DIGTESS b. City of Port Worth Water Department c . City of Port Worth T!PW Department 3. No additional payment will be made for relocation of any foundations or conduit due to location of existing utilities. 4. The Engineer may shift an assembly's location, ifnecessa1y, to avoid conflict with utilities. 3.2 PREPARATION A. Protection of In-Place Conditions 1. Contractor shall be responsible for the following at no additional cost to the City: a. Prevent any property damage to property ownels poles, fences, shrubs, mailboxes, etc. Any damaged property will be restored as directed by Engineer. b. Adjust and repair any existing landscaping and the sprinkler systems as directed by the Engineer to allow for the placement of all roadway illumination equipment. This shall be done in a manner equal to or better than the areas adjacent to the damaged areas. c. Provide access to all driveways during constmction, unless authorized by the inspector. d. Protect all underground and overhead utilities and repah-any damages. 3.3 INSTALLATION A Foundations CiT-Y OF FO.U WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 344120-10 ROADWAY ILLUMINATION ASSEMBLIES Page IO ofl2 I 1. Dimensions shown on Praw.ings for locations of street light foundations, conduit 2 and other items may be varied to meet local conditions; subject to approval of 3 Engineer. 4 2. Foundation piers shall be drilled plumb. 5 3. The top of foundation shall be poured level. 6 4. The top 3 inches of the exposed pier (height) above :finished grade shall have the 7 sonotube removed. 8 5. Anchor bolts shall extend above the top of the foundation concrete as shnwn on 9 Anchor Bolt Detail. 10 6. Anchor bolts, ground rod, reinforcing, and conduit shall be in place before pouring 11 concrete in pier foundations. 12 7. Pier foundations shall have 1 continuous concrete pour. 13 8 . Foundations shall have a chamfered edge (beveled) at the top. 14 9. Top of foundation shall be 3 inches above the :finished grade unless shown different 15 on Drawings. 16 10. Foundations in medians shall be placed in the center of the median between the 2 17 curbs. 18 11. Foundations shall not be drilled within 3 feet of a water line or fire hydmnt. 19 12. In residential areas foundations shall be placed in the street right of way (R.O.W.) 20 in line with the pxoperty line between lots and at the break of the rndius point of the 21 street curb at street intersections. 22 13. Foundations shall not be placed in sidewalks (or location of future sidewalks) or 23 sidewalkramps. 24 14. No street light poles shall be placed on foundations prior to 7 days following 25 pouring of concrete. 26 B. Roadway Illumination Assemblies 27 I. Roadway Illumination Assemblies 28 a. Use established industry and utility safety practices when installing poles 29 located near overhead or underground utilities. Consult with the appropriate 3 O utility company before beginning work. 31 b. Prevent scruTing or marring of poles, mast ann, and fixtures . 32 c. Stake, install, and align each assembly as shown on the plans. 33 d. Do not use screw-in type foundations. 34 e. Install anchor bolts and coat anchor bolt threads. 35 f. Erect structures after foundation has attained its design strength as required in 36 Section 03 30 00. 37 g. Tighten anchor bolts for poles with shoe bases. 38 h. Do not place grout between base plate and fcnmdation. 39 i. Test installed roadway ilhunination assembly with City fospector present. 40 2. Wood Light Pole 41 a. All light pole installations should be coordinated with all appropriate utility 42 companies prior to Work beginning. 43 b. Drill holes for setting poles shall be a minimum of 1.5 diameters of the pole 44 butt. 45 c. Poles shall be set plumb, unless othe1wise specified on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF1CATION DOCUMENTS Revised December 20, 2012 344120-11 ROADWAY ILLUMINA110N ASSEMBLIES Page 11 of12 d. Unless otherwise shown in Drawings, poles should be set to the minimum 2 depths shown in the following table: Pole Length Minimum Setting Depth (feet) (feet) <25 4.5 26-30 5.0 31-35 5.5 36-40 6.0 41-45 6.5 46.50 7.0 3 e. Backfill the hole around the pole thoroughly by tamping 6-inch lifts of backfill 4 material until reaching natural grade. 5 1) Once grade is met, apply a last 6-inch lift in a cone shape around the pole to 6 allow for settling. 7 2) Backfill in accordance to Section 33 05 10. 8 f. Repail' and clean-up Sut1'0un<ling area to a condition that is equal to or better 9 than its condition ptior to installation. 10 3.4 REPAIR/RESTORA1-'I0N [NOT USED] 11 3.5 RELOCATION AND REMOVAL 12 A. Relocation 13 I. Discom1ect and remove conductors from abandoned circuits. 14 2. Remove abandoned circuit or ducts to a point 6 inches below final grade. 15 3. Reconnect conduit, ducts, conductors to be reused. 16 4 . Replace damaged conduit, ducts, and conductors. 17 5. Do not use screw-in type foundations. 18 6. Install existing stru.ctw·es on new foundations. 19 7. Do not place grout between base plate and fom1dation. 20 8. Furnish and install new internal conductors, fused and unfused connectors, and 21 fixtures. 22 9. Test installed roadway illwnination assembly with City inspector present 23 10. Accept ownership ofunsalvageable materials and dispose ofin accordance with 24 federal, state, and local regulations. 25 B. Removal 26 1. Remove roadway illumination assembly components in accordance with 27 established indusl:ty and utility safety practices. 28 2. Remove transformer bases from transformer base poles. 29 3. Remove luminaires and mast arms from the pole shaft. 30 4 . Stockpile pole shafts, mast aims, and assembly hardware at a location designated 31 by the City. 32 5. Pole shafts, mast arms, and assembly hardware will remain City property unless 33 otherwise shown on the plans 01· dfrected. 34 6. Disconnect and remove conductors from abandoned circuits. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 344120 -12 ROADWAY ILLUMINATION ASSEMBIJES Page 12 of12 1 7. Remove abandoned conduit and ducts to a point 6 inches below final grade. 2 8. Destroy existing transformer bases to prevent reuse. 3 9. Remove abandoned concrete foundations to a point 2 ft. below final grade. 4 10. Backfill the hole with material that is equal in composition and density to the 5 surrounding area. 6 11. Replace surfacing mater ial with similar material to an equivalent conditi on. 7 12 . Accept ownership of unsalvageable materials and dispose of in accordance with 8 federal, state, and local r e gulations . 9 3.6 FIELD [OR] SITE QUALITY CONTROL {NOT USED] 10 3 .7 SYSTEM STARTUP {NOT USED] 11 3.8 ADJUSTING [NOT USEDJ 12 3 .9 CLEANING 13 A. Contractor shall clean up and remove all loose material resulting from construction 14 operations . 15 3.10 CLOSEOUT ACTIVITIES {NOT USED] 16 3.11 PROTECTION [NOT USED] 17 . 3.12 MAINTENANCE [NOTUSEDJ 18 3.13 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 21 Revision Log DAIB NAME CffY OF FORT WORTH STANDARD CONSTRU CTION SPECIFICATION DOCUMENTS Revi sed December 20, 2012 SUMMARY OF CHANGE 34 4110.01 -1 ARTERlAL LED llOADWAY LUMINATRES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 34 41 20.01 ARTERIAL LED ROADWAYLUMlNAIRES 1. Roadway illumination assemblies 2. Roadway illumination foundations 3. Removal of roadway illumination assemblies 4. Relocation ofroadway illmnination assemblies B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Confract 2. Division 1 -General Requirements 3. Section 03 30 00 -Cast-in-Place Concrete 4. Section 3 3 OS 10 -Utility Trench Excavation, Embedment and Backfill 5. Section 33 OS 30 -Location of Existing Utilities 6. Section 34 4110 -Traffic Signals 1.2 PRICE AND.PAYMENT PROCEDURES A. Measurement and Payment l. Roadway Illumination Assemblies a. Measurement Page 1 of22 1) Measurement for this Item shall be per each Roadway Illumination Assembly installed. b. Payment 1) The worl( perfonned and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Assmbly" insta1Ied for: a) Various types c. The price bid shall include; 1) Furnishing Roadway illumination Assembly, if required 2) Assembling and installing each Roadway Illumination Assembly 3) Poles 4) Arrns 5) Anchor bolts 6) Fixtures 7) Jntemal electrical conductors 8) Connection and mounting hardware 9) Bases IO) Lamps CITY OF FORT WORTH STANDARD CONSTRUCTION SPEcrFICATION DOCUMENTS Revised June 15, 2015 34 41 20 .01 • 2 ARTERIAL LED ROADWAY LUMCNAIRES 11) Preparing submittals 12) Exploratory excavation ( as needed) 13)'Coordination and notification 14) Assembly and transportation of all items 15) Excavation, ha11ling, disposal of excess material 16) Protection of the excavation 1 7) Clean-up 18) Testing 2. Ornamental Tilutnination Assemblies a. Measurement Page 2of22 1) Measurement for this Item shall be per each Ornamental Assembly installed. b. Payment 1) The wo11< perfonned and mate.rials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ornamental Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Oma.mental lllumination Assembly, if required 2) Assembling and installing each Ornamental Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) futemal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) Preparing submittals 12) Exploratmy excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection offue excavation 17) Clean-up 18) Testing 3. Lighting Fixtures a. 'When a pay item for ]lumination Assembly exists: 1) Measurement a) This Item is considered subsidiary to lllumination Assembly installation. 2) Payment a) The work perfo1med and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Rdwy Illum Assmbly" or "Omameutal Assmbly" bid, and no other compensation will be allowed. b . When a pay item for Illumination Assembly does not exist: 1) Measurement a) Measmement for this Item shall be per each Lighting Fixture installed. 2) Payment CITY OF FORT WORTH a) The work pe1formed and materials furnished in accordance with this Item shall be paid foi-at the unit price bid per each ''Lighting Fixture" installed for: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juno 15, 2015 (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway Illumination Foundations a. Measurement 34 41 20 .01 -3 ARTERIAL LED ROADWAY LUMINAIRES Pago3 of22 1) Measurement for this Item shall be pel' each Roadway Illumination Foundation installed. b. Payment 1) The work perfmmed and materials furnished in accordance with this Item shalJ be paid for at the unit price bid per each "Rdwy lllum Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Reinforcing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) Coordination and notification 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing 5. Contact Enclosure a. Measm·ement . 1) MeaSUl'ement for this Item shall be per each Contact Enclosure installed. b. Payment 1) The work petformed and matetials fumished in accordance with this Item shall be paid for at the unit price bid per each "Contact Enclosure" installed for: a) Varim1s mounting methods c. The price bid shall include: 1) Furnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Fumishing and Installing Wood Light Pole a. Measurement 1) Measurement for this Item shall be per each 40' Wood Light Pole fumished and installed. b. Payment 1) The work pe1formed and materials furnished in accordance with this Item shall be paidfo1· at the unit price bid per each "Fmnish/Install 40' Wood Light Pole". c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40' Wood Light Pole 3) Furnishing, placement and compaction of backfill CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juno 15, 2015 34 4120.01 -4 ARTERlAL LED ROADWAY LUMINAIRES Page 4of22 . 4) Clean~up 7. Fumishing and Installing Wood Light Pole Arm a. Measurement 1) Measurement for tl1is Item shall be per each 8' Wood Light Pole Arm furnished and installed . b. Payment 1) The work perfo1med and materials ftu:n.ished in accordance with this Item shall be paid for at the unit p1ice bid per each "Fumisb/Insta11 8' Wood Light Pole Arm". c. The price bid shall include: 1) Furnishing and installing each 8' Wood Light Pole Ann 2) Cleanwup 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per lineai· foot of Aluminum Electrical Conductor instalied, b. Payment l) The work pe1fo11ned and materials fim1ished in accordance with this Item aIId measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Alum Blee Conductor" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and instaUing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected: b. Payment 1) The work perfonned and matedals furnished in accordance with this Item shall be paid for at the unit price bid per each "Reconnect Conductor". · c. The price bid shall include: I) Reconnection of conductors using City approved method 2) Testing of connection 10. Street Light Pole Removal and Salvage a. Measurement 1) Measm·ement for this Item shall. be per each Street Light rnmoved and salvaged. b. Payment 1) The work performed ai1dmaterials .furnished in accordance with this Item shall be paid for at the 1mitprice bid per each "Salvage Street Light Pole" pe1fo1med. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Maintain existing street light circuit including new ground box and reconnection of circuits (if required by City) 3) Removal of existing street light pole foundation 2' below grade, back fill with like surrounding material 4) Delivery of salvaged materials to appropriate location 5) Clean~up · 11. Street Light Pole Relocation a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11me 15, 2015 34 41 20.01 -5 ARTERIAL LED ROADWAY LUMINAIRIJS Page 5 of22 1) Measurement for this Item shall be peJ each Street Light Pole removed and salvaged. b. Payment 1) The work pe1fonned and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Relocate Street Light Pole" perfonned, c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Delivery of salvaged materials to appropriate location 3) Replacement of pole to new location 4) Fumishing, placement and compaction of backfill material 5) Clean-up · 1.3 REFERENCES The publications listed below fo11n a part of this specification to the extent referenced . Publications are referenced within the text by their basic designation only. Versions listed shall be superseded by updated versions as they become available. A. American National Standards Institute (ANSI) 1. C136.2-2004 (or latest), American National Standard for Roadway and Area Lighting Equipment-Luminaire Voltage Classification 2. C136.10-2010 (or latest), American National Standard for Roadway and Area Lighting Equipment -Locking-Type Photocontrol Devices and Mating Receptacle Physical and Electrical Interchangeability and Testing 3. C136.15"2011 (or latest), American National Standard for Roadway and Area Lighting Equipment -Luminaire Field Identification 4. C136.22-2004 (R2009 or latest), Amelican National Standat'd for Roadway and Area Lighting Equipment -Internal Labeling of Luminail'es 5. Cl36.25-2009 (or latest), American National Standard for Roadway and Arca Lighting Equipment-Ingress Protection (Resistance to Dust, Solid Objects and Moisture) for Luminai.re Enclosures 6. C136.31-2010 (or latest), American National Standard for Roadway Lighting Equipment -Luminaire Vibration 7. Cl36.37-2011 (or latest), American National Standard for Roadway andAreaLighti.ng Equipment -Solid State Light Sources Used in Roadway and At·ea Lighting B. American Society for Testing and Materials International (AS1M) 1. B 117-09 ( or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus 2. D1654-08 (or latest), Standard Test Method for Evaluation of Painted or Coated Specimens Stibjected to Corrosive Environments 3. · D523-08 ( or latest), Standard Test Method for Specular Gloss 4 . G 154-·06 ( or latest), Standard Practice for Operating Fluorescent Light Apparatus for UV Exposure ofNomnetallic Materials C. Council of the European Union (EC) . 1. RoHS Directive 2002/95/EC, on the restriction of the use of certain hazardous substances in electrical and electronic equipment D. Federal Trade Commission (FTC) 1. Green Guides, 16 CFR Part 260, Guides for the Use of Environmental Marketing Claims E. Illuminating Engineering Society ofN01th America (IESNA or IES) 1. DG-4-03 (01· latest), Design Guide for Roadway Lighting Maintenance 2 . HB-10-11 ( or latest), IES Lighting Handbook, 101h Edition CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June} 15, 2015 34 4120.0l -6 ARTERIAL LED ROADWAY LUMINAIRES Page 6of22 3. LM-50-99 ( or latest), IESNA Guide for Photometric Measurement of Roadway Lighting Installations 4 . LM-61-06 ( or latest), IESNA Approved Guide for Identifying Operating Factors Influencing Measured Vs. Predicted Performance for Installed Outdoor High Intensity Discha1'ge (1IlD) Luminaires 5. LM-79-08 ( 01· latest), IESNA Approved Method for the Electrical and Photometric Measureme11ts of Solid-Sate Lighting Products 6 . LM-80-08 (or latest), IESNAApproved Method for Measuring Lumen Maintenance of LED Light Sources . . 7 . RP-8-00 (or latest), ANSI/ 1ESNA American National Standard Practice for Roadway Lighting 8. RP-16-10 ( or latest), ANSI/JES Nomenclature and Definitions for Illuminating Engineering 9. TM-3-95 ( or latest), A Discussion of Appendix E -"Classification ofLumioaire Lighting Distribution, 11 from ANS1/IESNA RP-8-83 10. TM-15-11 ( or latest), Luminaire Classification System for Outdoor Luminaires 11. TM-21-11 ( or latest), Projecting Long Te1m Lumen Maintenance of LED Light Sources F. Institute of Electrical and Electronics Engineers (IEEE) 1. IEEE C62.4 l .2 -2002 ( or latest), IEEE Recommended Practice on Characte1'ization of Surges in Low-Voltage (1000 V and less) AC Power Circuits 2. ANS1/IEEE C62.45-2002 ( or latest), IEEE Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage (1000 V and Less) AC Power Circuits G. National Electrical Manufacturers Association (NEMA) 1. ANSI/NEMA/ANSLG C78.377-2008 (or latest), American National Standard for the Ch:romaticity of Solid State Lighting Pl'oducts H. National Fire Protection Association (NFP A) 1. 70 -National Electrical Code (NEC) I. Underwriters Laboratories (UL) · 1. 1449, Surge Prntective Devices 2. 1598, Lmninaires 3. 8750, Light Emitting Diode (LED) Equipment for Use in Lighting Products J. Definitions 1. Lighting terminology used .herein is defined in IES RP-16. See referenced documents for additional definitions. i. Exception: The term "driver" is used herein to broadly cover both drivers and power supplies, where applicable. ii. Clarification: The terin. "LED light source(s)" is used herein per IES LM-80 to broadly cover LED package(s), module(s), and anay(s). 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify City at (817) 392-773 8 a minimum of 7 days before begim1ing Wade on the Project. 2. Notify Inspector p1ior to pouring roadway ilhunination assembly foundations. 3 . Coordinate with Traffic Services Inspector for pole types, template dimensions and anchor bolts, and any questions about installing the foundations and conduit. 4. For location of City underground street lwninau:e cable and conduit call (817) 392-7738 or (817) 392-8100. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 34 4120.01 -7 ARTERIAL LED ROADWAY LUMINAIRBS Page 7 of2Z 5, Obtain and pay for all permits as required to Work in parkway. B. Preinstallation Meetings 1. Attend pre-construction meeting. 1.5 LIGHTJNG SYSTEM PERFORMANCE A. Energy Conservation I. Connected Load a. Luminaires shall have maximum nominal luminaire input wattage as specified for each luminaire type in Appendix A. 2. Lighting Controls a. See separate controls specification identified in section 1.2 above, if applicable. b. See section 2.1-B below for driver control inte1face and perfo1mance requirements. c. See section 2.1-K below for photocontrol receptacle requirements. B. Photometric Requirements 1. Luminaires shall meet the general criteria provided fa the body of this specification and the particular criteria for each luminaire type defined in Appendix A. 1.6 REQUJRED SUBMITTALS FOREACHl.,UMINAJRE TYPE DEFJNED IN APPENDIX A A. General submittal content shall include 1. Compieted Appendix E submittal form 2. Luminaire cutsheets 3. Cutsheets for LED light sources 4. Cutsheets for LED driver(s) a. If dimmable LED drive1· is specified, provide diagrams illustrating light output and input power as a function of control signal. 5. Cutsheets for smge protection device, if applicable 6. Instructions for installation and maintenance 7. Summary ofluminaire recycled content and recyclability per the FTC Green Guides, expressed by percentage of luminaire weight B . LM-79 lmninaire photometric rep61t(s) shall be produced by the test laboratory and include I. Name oftest laborato1y a. The test laboratory must hold National Voluntary Laboratory Accreditation Program (NVLAP) accreditation for the IES LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Depatiment of Energy's CALiPERprogratn. For more information, see http://ts.nist.gov/standards/scopes/eelit.htm or www.ssl.energy.gov/test_labs.html. 2. Repo1tnumber 3. Date 4. Complete Juminaire catalog number a . Provide explanation if catalog number in test report(s) does not match catalog number of luminaire submitted 1) Clarify whether discrepancy does not affect performance, e.g., in the case of differing luminaire housing color. CITY OF FORT won.TH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June I5, 2015 34 4120.01-8 ARTERIAL LED ROADWAY LUMINAIRES Page 8 of22 2) If nominal performance of submitted and tested products differ, submit additional LM-79 report(s) and derivation as indicated in Appendix C . 5. Description of luminaire, LED light source( s ), and LED driver(s) 6. Goniophotometry 7 . Colorimetry C. Calculations and supporting test data per Appendix B indicating a lumen maintenance life of not less than 50,000 operating hours D. Computer-generated point-by-point photometric analysis of maintained photopic light levels as per Appendix A 1. Calculations shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, where LLF =LLD xLDD xLATF, and a. Lamp Lumen Depreciation (LLD) l) Shall be 0.85 (L 70) for all luminaires. 2) Shall be the percentage of :initial output calculated in section 1.6-C. b. Luminafre Dirt Depreciation (LDD) = 0.90, as per IES DG-4 for an enclosed and gasketed roadway luminaire installed in an environment with less than 150 µg/m3 airborne paiiiculate matter and cleaned eve1y four years. c . Luminaire Ambient Temperature Factor (LATF) = 1.00 2. Use of JES HB-10 mesopic multipliers a. Shall be disallowed herein, by assuming an SIP ratio of 1.00 for all Iuminaires. 3. Calculation/measurement points shall be per JES RP-8. E. Summary of Joint Electron Devices Engineering Council (JEDEC) or Japan Electronics and Information Teclmology Industries (JEITA) reHabilitytesting pe1fo1med for LED packages F. Summary of reliability testing performed foi-LED driver(s) G. Written prnduct wananty as per section 1. 7 below 1.7 CLOSEOUT SUBMITTALS A. Wa1Tanty Documentation 1. Provide manufacturer wairnnty information to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Beforn approval and purchase, Supplier shall provide at the Owner's request luminaire sample(s) identical to product configuration(s) submitted for inspection atthe Supplier's expense. Owner shall request IES LM-79 testing ofluminaire sample(s) to verify peifonnance is within manufacturer-reported tolerances and Photometric 1·ep01ts and .ies files, per IES LM- 63. The Photometric file must match the luminai.re being submitted. B. After installation, Owner may perfo1m IES LM-50 field measurements to verify perfonnance requirements outlined ju Appendix A, giving consideration to measurement uncertainties outlined in IES LM-61. 1.10 DELIVERY, STORAGE, AND HANDLING- A Storage and Handling Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June I :5, 2015 34 41 :20.01 -9 ARTERIAL LED ROADWAY LUMJNAIRES Pnge 9of22 1. Pruts shall be properly protected so that no damage or deterioration occurs dlll'ing a prolonged delay from the time of shipment until installation . 2 . Exposed anchor bolts-shall be pmtected until pole shaft is installed. 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 4. The Contractor shall secure and maintain a location to store the material in accordance with Secfon 01 50 00. B. Delive1y and Acceptance 1. Contactor and Inspector shall visually inspect roadway illumination assemblies after removal to determine the condition of the hardware. 2. Contractm shall protect all salvable material during f.rnnspo r t to City specified storage facility. 3. Delivered material must be in the same condition after removal, as agreed upon by Contt actor and Inspector after removal. 1.11 FillLD [SITE} CONDITIONS [NOT USED} 1 .12 WARRANTY A. Provide a minimum ten-year warranty covering maintained integrity and functionality of 1. Luminaire housing, wiring, and connections 2. LED light source(s) a . Negligible light output from more than IO percent of the LED packages constitutes luminaire failure. 3. LED driver(s) B. Warranty period shall begin 90 days after date of installation. PART i -PRODUCTS 2.1 LUMINAIRE REQUIREMENTS A. General Requirements 1. Luminaires shall be as specified for each type :in Appendix A. 2. Luminaire shall have an external label per ANSI Cl36.15 3. Luminaire shall have an intemal label per ANSI Cl36 .2 2 to include date of manufacture. 4. Luminaire shall be rated for a minimum ofIP65 per ANSI C136 .25. 5. Nominal luminaire input wattage shall account for nominal applied voltage and any reduction in driver efficiency due to sub-optimal driver loading. 6. Luminaires shall start and operate in -20°C to +50°C ambient. 7. Electrically test fully assembled huninaires before shipment from facto1y 8. Effective Projected Area (EPA) and weight of the luminaire shall not exceed the values indicated in Appendix A. 9 . Luminaires shall be designed for ease of component replacement and end-of-life disassembly. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June IS, 2015 34 41 20 .01-10 ARTERlAL LED ROADWAY LUMINAIRES Page 10 of22 10. Luminaires shall be rated for the ANSI C 13 6.31 Vibration Level indicated in Appendix A. 11. LED light source(s) and driver(s) shall be RoHS compliant. 12. Transmissive optical components shall be applied in accordance with OEM design guidelines to ensure suitability for the thermal/mechanical/chemical environment. 13. Luminaires shall have 4 bolts for mounting to 1-1/4" to 2 -3/8'' Tenon arm for leveling and securing of lmninaire to tenon ann. 2-Bolt connections shall not be pe1mitted. 14. Luminaires shall come standard with 7-pin photocontrol dunming receptacle meeting ANSI C136.41 requirements. B. Driver 1. Rated for minimum of 50,000 hout's. 2. Shall be specified with 0-lOV dimmab1e driver to accept input from 7-pin photocell receptacle . 3. Rated case temperanu·e shall be suitable for operation in the luminaire operating in the ambient temperatures indicated in section 2 .1-A above. 4. Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall operate normally for input voltage fluctuations of plus or minus 1 Q percent. 5. Shall have a minimum Power Factor (PF) of O .90 at full input power and across specified voltage range. 6. Control signal interface a . Luminaire types indicated "Required" in Appendix A shall accept a control signal as specified via separate controls specification referenced in section 1.2 above, e .g., for dimming. b . Luminaire types indicated "Not Required» .in Appendix A need not accept a control signal. · C. Electrical immunity 1. Luminaire shall meet th e "Basic" requirements in Appendix D . Manufacturer shall indicate on submittal form (AppendixE) whether failure of the electrical immunity system can possibly result in di sconnect of power to luminaire. D. Electromagnetic interlerence 1. Shall have a maximum Total Haimon:ic Distortion (THD) of 20% at full input power and across specified voltage range. 2. Shall comply with FCC 47 CFR part 15 non-consumer RFI/EMI standards. E. Electrical safety testing 1. Luminaire shall be listed for wet locations by an OSHA NRTI.,. 2. Luminaires shall have locality-appropriate governing made and certification. F. Painted or finished luminaire components exposed to the environment 1. Shall exceed a rating of six per ASTM D 1654 after 1 OOOhrs of testing per ASTM B 117. 2. The coating shall exhibit no greater than 30% reduction of gloss per ASTM D523, after 500 hours of QUV testing at ASTM G 154 Cycle 6. G . Thermal management 1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate hose- down cleaning and discourage debris accumulation. CITY OP FORT WORTII STANDARD CONSTRUCTION SPECIFlCATIONDOCUMENTS Revjsed June 15, 2015 34 4120.01-ll ARTERIAL LED ROADWAY LUMlNAlRES Page I I of22 2. Liquids or other moving parts shall not be permitted. H. lES TM-15 limits for Bacldight, Uplight, and Glare (BUG Ratings) shall be as specified for each luminafre type in Appendix A. 1. Calculation of BUG Ratings shall be for initial (worst-case) values, i .e., Light Loss Factor (LLF)"" 1.0. 2. Luminaires sha11 not be tilted for calculations. I. Minimum Color Rendering Index (CRI): 70. J. Correlated Color Tempemture (CCT) 1. If nominal CCT specified in Appendix A is listed in Table 1 below, measured CCT and Duv shaU be as listed in Table 1. Table 1 . Allowable CCT and Duv (adapted from NEMA C78.377) Manufacturer-Rated Allowable LM-79 ChromaticityValues Nominal CCT (K) Measured CCT (Kl Measured Duv 2700 2580to 2870 -0.006 to 0.006 3000 2870 to 3220 -0.006 to 0.006 3500 3220 to 3710 -0.006 to 0.006 4000 3710 to 4260 -0 ,005 to 0.007 -·-·-4500 4260 to 4746 -0.005 to 0.007 5000 4745 to 5311 -0.004 to 0.008 5700 5310to 6020 -0.004 to 0.008 6500 6020to 7040 -0.003 to 0.009 .. 2. If nominal CCT specified in Appendix A is not listed in Table 1, measured CCT and Duv shall be as perthe criteria for Flexible CCT defined in NEMA C78 .3 77 . K. The following shall be in accordance with corresponiling sections of ANSI Cl36.37 l. Wiring and grounding a. All internal components shall be assembled and pre-w.iJ:ed using modular electrical connections. 2. Mounting pr ovisions a. Specific configurations arn indicated in Appendix A 3 . Te1minal blocks for incoming AC lines 4. Photocontrol receptacle 5. Latching and hinging 6 . Ingress protection 2.2 PRODUCT MANUFACTURERS A. Any manufacturer offering products that comply with the required product performance and operation criteria may be considered. B. Note if a field installed house side shield is available. CITY OF FORT WORTH STANDARD CONSTRUCTION SPE CIFICATION DOCUMENTS Revised June 15, 2015 Z.3 MANUFACTURER SERVICES 34 41 20.01 -12 . ARTERIAL LED ROADWAY LUMINAIRES Page 12 of22 A. Manufacturer or local sales l'epresentative shall provide installation and troubleshooting suppoit via telephone and/ or email. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/15/2015 F. Griffin Revise to LED type 1urninaires CITY OF FORT WORTH . STANDARD CONSTRUCITON SPECIFICATION DOCUMENTS Revised June 15, 2.015 ROADWAY DATA: SIDEWALK DATA: LIGHT POLE DATA: PHOTOPIC ILl.UMINANCE: PHOTOPIC LUMINANCE: PHOTOPIC ILLUMINANCE: INPUT POWER: NOMINAL CCT: CUTOFF CLASS: VOLTAGE: FINISH: WEIGHT: EPA: MOUNTING: VIBRATION: CITY OF FORT WORTH 34 41 20.0[ -13 ARTERIAL LllD ROADWAY LUMINAJRBS APPENDIX A APPLICATION-BASED SYSTEM SPECIFICATION LUMINAlRE TYPE "A1' -ARTERIAL TYPICAL SITE PARAMETERS Lan e width Number of lanes, total on both sides of median Shoulder width, drivelane to edge of pavement Median width !ES pavement class. I DR1 0R2 0R3 D R4 Posted speed limit 1 ·os2s mph 0> 25 mph Sidewalk width Edge of sidewalk to edge of roadway pavement Lurninaire mounting height Arm length, horizontal Lumlnalres per pole Pole set-back from edge of pavement In-line pole spacing (one pole cycle) Page 13 of22 12 ft 6 5 ft 10ft 6 ft 4 ft 40ft 9 ft 2 5 ft 200ft Layout I DOneslde D Opposite D Staggered 0 Median PERFORMANCE CRITERIA: APPLICATION ROADWAY Maintained average horizontal at pavement 0.9FC Avg:min uniformity ratio 3:1 Maintained average luminance n/a Avg:min uniformity ratio n/a Max:min uniformity ratio n/a SIDEWALKS ., Mainta i ned average horizontal at pavement 0.2 FC Avg:min uniformity ratio (horizontal) n/a Maintained min. vertical ilium. at 4.9 ft, in directions of travel O.lFC PERFORMANCE CRITERIA: LED LUMINAIRE Max. nominal luminaire input power 150W Rated correlated color temperature 3000 K Max. nominal backllght-upllght-glare ratings FULL CUTOFF Nominal luminaire input voltage 120-277V Luminaire housing finish color. Gray Maximum luminalre weight 301b Maximum effective projected area 0.9 ft2 Mtg. method J D Post-top 0 Side-arm D Trunnion/yoke D Swivel -tenon Ten on nominal pipe size (NPS) 1-1/4 Inches And 2-3/8 Inches ANSI test level I 0 Level 1 (normal) 0 Level 2 (bridge/overpass) STANDARD CONSTRUCTION SPEC1F1CATI0N DOCUMENTS Revised June 15, 2015 DRIVER: 34 41 20 .01 -14 ARTERIAL LED ROADWAY LUMINAIRES Page 14 of22 Wireless control compatible 0 350mA 0 530mA 0 700mA Appendix B Estimating LED Lumen Maintenance JES TM-21 allows for extrapolation of expected lumen maintenance from avallable test data. The extent of such extrapolation is limited by the duration of testing completed and the number of samples used in the testing. The TM -21 methodology shall be used by the manufacturer to determine tamp lumen depreciation (LLD) at end of lumen maintenance life per sectlon 1.6-C. The applicant may estimate lumen maintenance in one of two ways: Option 1: Component Performance Under this compliance path, the applicant must submit calculations per TM-21 predicting lumen maintenance at the Juminaire level using In Situ Temperature Measurement Testing {ISTMT) and LM-80 data. To be eligible for the Component Performance option, ALL of the conditions below must be met. If ANY of the conditions is not met, the component performance option may not be used and the applicant must use Option 2 for compliance. 1. The LED light source(s) have been tested according to LM -80. 2. The LED drive current specified by the luminalre manufacturer is less than or equal to the drive current specified in the LM -80 test report. 3. The LED light source(s) manufacturer prescribes/indicates a temperature measurement pofnt (Ts) on the light source(s). 4. The Ts is accessible to allow temporary attachment of a thermocouple for measurement of in situ temperature. Access via a temporary hole in the housing, tightly resealed duri ng testing with putty or other flexible sealant is allowable. 5 . For the hottest LED light source in the lumlnalre, the temperature measured at the Ts during ISTMT is less than or equal to the temperature specified in the LM-80 test report for the corresponding drive current or higher, within the manufacturer's specified operating current rang e. a. The ISTMT laboratory must be approved by OSHA as a Nationally Recognized Testing Lab {NRTL}, must be qualified, verified, and recognized through DOE's CAUPER program, or must be recognized through UL's Data Acceptance Program. b. The ISTMT must be conducted with the luminaire installed in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires), with bird-fouling crrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DO CUMENTS Revised June 15, 2015 34 41 2 0.01 -15 ARTERIAL LED ROADWAY LUMINA ffiES Page I5 of22 appropriately simulated (and documented by photograph) as determined by the . manufacturer. Option 2: Luminaire Performance Under this compliance path, the applicant must submit TM-21 calculations based on LM ~79 photometric test data for no less than three samples of the entire luminaire . Duration of operation and interval between photometric tests shall conform to the TM -21 criteria for LED light sources. For example, testing solely at O and 6000 hours of operation would not be adequate forthe purposes of extrapolation. Between LM-79 tests, the lumina i re t est samples must be operated long-term in the appropri ate application as defined by ANSI/UL 1598 (hardwired luminaires). The test laboratory must hold NVLAP accreditation for the LM -79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy (DOE)'s CALiPER program. The extent of allowable extrapolation (either 5 .5 or 6 times the test duration) depends on the total number of LED light sou r ces (no Jess than 10 and preferably more than 19) installed in the luminaire samples, as per TM-21. This compliance path poses a greater testing burden to lurninaire ma n ufacturers but incorporates long-term testing of other components in the sys t em, such as drivers. Under either comp lian ce path, values used for extrapolation shall be summarized per TM -21 Table s 1 and 2 . Submitted values for lumen maintenance lifetime and the associated percentage lumen maintenance shall be "reported" rather than "projected" as defined by TM -21. Supporting diagrams are requested to facilitate interpretation by Owner. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA TfON DOCUMENTS Revised June 15, 2015 APPENDIX C PRODUCT FAMILY TESTING LM-79 AND ISTMT 34 41 20.01 -16 ARTERIAL LED ROADWAY LUMJNAIRES Page 16 of22 It is recognized that due to the time and cost required for product testing, it would not be realistic to expect manufacturers offering a multitude of unique luminaire configurations to test every possible configuration. Therefore, the "product families" method may be utilized for LM-79 and ISTMT, whereby manufacturers identify a set of representative products for which test data can be used to demonstrate the accuracy of interpolated or extrapolated performance of product configurations lacking test data. Precedent for this approach can be found in LM-80. If the particular lumina ire configuration submitted has not been tested, the performance may be conservatively represented by test data for another luminaire configuration having: • The same intensity distribution (typically only applies to LM -79) • The same or lower nominal CCT • The sc.1me or higher nominal drive current • The same or greater number of LED light source(s) • The same or lower percentage driver loading and efficiency • The same or smaller size luminaire housing. A more accurate estimate of performance can be obtained by linear interpolation between two or more tests differing in terms of the six parameters listed above. For example, consider a hypothetical luminaire offered in a single size housing, and having the following parameters: • Three intensity distributions: I ES Type II, Ill, or IV • Three CCTs: 4000, 5000, and 6000K • Three drive currents: 350, 525, and 700 mA • Four LED quantities; 20, 40, 60, or 80 LEDs. Table C.1 illustrates a set of tests which could allow for accurate interpolation between tested configurations, given a single luminalre housing size and essentially constant driver efficiency; these 10 tests may provide representative data for the 108 possible product configurations. Note that normalized intensity distribution must not be affected by the other three parameters. Table C.1. Representative testing of a single luminaire housing size I tests I Intensity distribution I CCT I Drive current I # ofLEDs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15,201 S 34-4120.01 -17 ARTERIAL LED ROADWAY LUMINAIRES Page 17 of22 (fES Type) (K) (mA) 1, 2, 3 JI, Ill, IV 4000 700 80 4, 5 IV 5000,6000 700 80 6, 7 IV 4000 325,525 80 8, 9, 10 IV 4000 700 20, 40, 60 For example, the manufacturer could detail interpolation as shown in Table C.2, applying the following multipliers to the base test #2 to model a configuration with Type Ill intensity distribution, 50001( CCT, 525 mA drive current, and 40 LEDs: • Ratio of test #4 furn ens to test #3 I um ens • Ratio of test #7 rumens to test #3 lumens • Ratio of test #9 lumens to test #3 lumens. Table C.2. Multipliers for Test #2 to yield : Type Ill, sooot<, 525mA, 40 LEDs Test# Intensity distribution CCT Drive current # of LEDs Multiplier (IES Type} (K) (mA) (lumens ratio) 2 Ill 4000 700 80 n/a 3 IV 4000 700 80 n/a 4 IV 5000 700 80 #4/#3 7 IV 4000 525 80 #7 /#3 9 IV 4000 700 40 #9/#3 ·- Interpolation between minimal LM-79 and ISTMT data is more difficult if housing size increases with increasing wattage; it may not be clear whether the lowest-wattage configuration would be expected to "run cooler" than the highest-wattage configuration. In these circumstances, the adequacy of submitted data is subject to Owner approval. At this time, the "successor" method cannot be used; luminaires tested must utilize the LED light source(s} characterized by the submitted LM-80 report. CITY OF FOlU WORTH STANDARD CONSTRUCTION SPECI FJCATJON DOCUMENTS Revised June 15. 2015 Test Procedure APPENDIX D ELECTRICAL IMMUNITY 34 4120.01 -18 ARTERIAL LED ROADWAY LUMJNAIB.ES Page 18 of22 • Electrical Immunity Tests 1, 2 and 3, as c;Jefined by their Test Specifications, shall be performed on an entire powered and connected luminaire, including any control modules housed within the lurninaire, but excluding any control modules mounted externally, such as a NEMA socket connected photo-control. A shorting cap should be placed across any such exterior connector. • The luminaire shall be connected to an AC power source with a configuration appropriate for nominal operation. The AC power source shall have a minimum available short-circuit current of 200A. The luminaire shall be tested at the nominal input voltage specified in Appendix A, or at the highest input voltage in the input voltage range specified in Appendix A. • Electrical Immunity test waveforms shall be superimposed on the input AC power line at a point within 6 inches (15cm) of entry into the luminaire using appropriate high-voltage probes and a series coupler/decoupler network {CDN) appropriate for each coupling mode, as defined by ANSI/IEEE C62.45-2002. The test area for all tests shall be set up according to ANSI/IEEE C62.45- 2002, as appropriate. • Prior to electrical immunity testing a set of diagnostic measurements shall be performed, and the results recorded to note the.pre-test function of the luminaire after it has reached thermal equilibrium. These measurements should include at a minimum: a) For all luminalres, Real Power, Input RMS Current, Power Factor and THD at full power/light output b) For luminaires specified as dimmable, Real Power, Input RMS Current, Power Factor and THD at a minimum of 4 additional dimmed levels, including the rated minimum dimmed level • Tests shall be applied in sequential order (Test 1, followed by Test 2, followed by Test 3). If a failure occurs during Test 3, then Test 3 shall be re-applied to a secondary luminaire of identical construction. • Following the completion of Tests 1, 2, and 3, the same set of diagnostic measurements performed pre-test should be repeated for all tested luminaires, and the results recorded to note the post-test function of the luminaire(s). • A lurninaire must function normally and show no evidence of failure following the completion of Test 1 + Test 2 + Test 3 (for a single tested luminaire), or the completion of Test 1 + Test 2 on a primary luminaire and Test 3 on a secondary lumin aire. Abnormal behavior during testing is acceptable. • A luminaire failure will be deemed to have occurred if any of the following conditions exists following the completion of testing: a) A hard power reset is required to return to normal operation CITY OF FORT WORTH STA1'!DARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 34 41 :20.01 -19 ARTERIAL LED ROADWAY LUMlNA.lRES Page 19 of22 b) A noticeable reduction In full light output (e.g. one or more LEDs fail to produce light, or become unstable) is observed c) Any of the post-test diagnostic measurements exceeds by ±5% the corresponding pre-test diagnostic measurement. d) The luminaire, or any component in the luminaire (includin g but not limited to an electrical. connector, a driver, a protection component or module} has ignited or shows evidence of . melting or other heat-induced damage. Evidence of cracking, splitting, rupturing, or smoke damage on any component is acceptable. Test Specifications NOTE: L1 is typically "HOT", L2 is typically 11 NEUTRAL11 and PE::: Protective Earth. Test 1} Ring Wave: The luminaire shall be subjected to repetitive strikes of a 11 C Low Ring Wave" as defined in IEEE C62.41.2 -2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.1. Prior to testing, the ring wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode+ polarity/phase angle} oftest stril<es, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.1: 0.5 µS -lOOHz Ring Wave Specification Parameter Test LeveJ/Configurat_ion Short Circuit Current Peak 0.5 kA Open Circuit Voltage Peak 6 kV Source Impedance 12Q Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90° and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time between Strikes 1 minute Tota I Number of Strikes ::: 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes ---- CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Sune 15, 2015 34 41 20.01 -20 ARTERJAL LED ROADWA YLUMINAlRES Page 20of22 Test 2) Combination Wave: The luminaire shall be subjected to repetitive strikes of a "C High Combination Wave" or "C Low Combination Wave", as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table 0 .2. The "Low" test level shall be used for lumlnaires with Basic Electrical Immunity requirements, while the "High" tes t level shall be used for luminaires with Elevated Electrlcal Immunity requirements. Prior to testing, the combination wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements . Note that this may require that the generator chargi ng voltage be rai sed above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to m easure test waveform currents. Test waveform current sh ape s and peaks for all strikes shall be compared to ensure uniformity throughout ea ch set (coupling mode+ polarity/phase angle) oftest strikes, and the average peak curre nt shall be calculated and recorded . If any individual peak current in a set exceeds by ±10% the average, the t est setup shall be checked, and the test strikes repeated . Table D.2: 1.2/50µS -8/20 µS Combination Wave Specification Parameter _Test Level/ Configuration 1.2/50 µS Open Circuit Voltage Peak Low: 6 kV High: lOkV 8/20 µs Short Circuit Curre nt Peak Low: 3 kA High: 10kA Source Impedance 2.Q Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90° and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time Between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes Test 3) Electrical Fast Transient {EFT): The luminaire shall b e subjected to "Electrical Fast Transient Bursts", as defined in IEEE C62.41.2 -2002. The test area shall be set up according to IEEE C62.45-2002 . The bursts shall be applied as specified by Table 0.3. Direct coupling is required; the use of a coupling clamp is not allowed. Table D.3: Electrical Fast Transient (EFT) Specification Parameter Test Level/ Configuration Open Circu it Voltag e Peak 3kV Burst Repetition Rate 2.5 kHz Burst Du ration 1s ms Burst Period 300mS CITY OF FORT WORTR STANDAlID CONSTRU CTION SPECIFICATION DOCUMEN TS Revise d Jun e 15, 201 5 Coupling Modes Polarity Test Duration Total Test Duration CJTY OF FORT WORTH L1 to PE, L2 to PE, L1 to L2 Positive and Negative 34 4120.01 -Z1 ARTERIAL LED ROADWAY LUMJNAIRES Page21 of22 1 minute for each Coupling Mode and Polarity combination = 1 minute x 7 coupling modes x 2 polarities = 14 minutes .___,, ___ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 Lumina ire Type1 Manufacturer Model number Housing finish color Tenori nominal pipe size (iriches} Nominal luminaire weight (lb} Nominal luminaire EPA (ft2) Nominal input voltage (V) ANSI vibration test level Nominal BUG Rating s Make/model of LED light source(s} Make/model of LED ddver(s) Dimmability Control signal interface Upon electrical .immunity system failure Thermal management APPENDIX E PRODUCT SUBMITTAL FORM Level 1 (Normal) Dimmable Possible disconnect Moving parts Lum en maintenanc~ testing duration (hr} Reported lumen maintenance Hfe (hr) 2 Warranty period (yr) Parameter Nominal value Initial photopic output (Im) M aintained photopic ciutput (Im) Lal')lp lumei1 d_epr.eclation Initial input j:>9wer (W) Maintained inpu_t power (W} Initial LED .drfv~ current (mA) Maintained LED d_rive cufrent (rnA) Drh,e current used In-situ LED Tc (0 C) CCT (K) Additional product description 1 See Appendix A, and attach supporting documentation as required. 344120.01 -22 ARTERIALLEDROAOWAYLUMINA1RES Page22of22 - Level 2 (bridge/overpass) Not dimmable No possible disconnect · No moving parts Tolerance(%) 2 Value shall be no less t11an as specified in section 1.6-C, and shall not exceed six times the testing duration indicated in the row above. Value shall be consistent with values submitted in tl1e rows below for maintained light output, maintained input power, and maintained drive cun-ent. CITY OF FORT WORTH STANDARb CONSIRUCTlON SPECIFICATION DOCUMENTS Revised June 15, 2015' 34 4120.03 -1 RESIDENTIAL LED ROADWAY LUMINAJRES Page I of22 SECTION 34 41 20.03 RESIDENTIAL LED ROADWAY LUMINAIRES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Roadway illumination assemblies 2. Roadway illumination foundations 3. Removal of roadway illumination assemblies 4. Relocation of roadway illumination assemblies B. Deviations from this City ofF01t 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 Contract 2. Division 1 -General Requirements 3. Section 03 3 0 00 -Cast .. in-Place Concrete 4. Section 33 05 10 -Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 -Location ofExisting Utilities 6. Section 34 41 10 -Trn:ffic Signals 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Roadway Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Roadway Illwnination Assembly installed. b. Payment 1) The work pe1f01med and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy lllum Assmbly" installed for: a) V rufous types c. The price bid shall include: 1) Furnishing Roadway Illumination Assembly, if required 2) Assembling and installing each Roadway Illumination Assembly 3) Poles 4) Atms 5) Anchor bolts 6) FixtUl'es 7) Internal efoctrical conductors 8) Connection ond mounting hardware 9) Bases 10) Lamps CITY OF FORT WORTH ST A.NDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 11) Preparmg submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transpoiiation of all items 34 4120.03 -2 RESIDENTIAL LED ROADWAY LUMINAIRES Page2of22 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 2. Ornamental illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Ornamental Assembly installed. b. Payment 1) The work pe1formed and mater.ials furnished in accordance with this Item shall be paid for at the unit price bid per each "Omamental Assmbly" installed for: a) Vaiious types c . The price bid shall include: 1) Furnishing Ornamental Illumination Assembly, ifrequired 2) Assembling and installing each Ornamental Assembly 3) Poles · 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electl'ical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) Preparing submittals 12) Explorat01y excavation (as needed) ,,....,w ... , .,.,. 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, haulmg, disposal of ~xcess material 16) Protection of the excavation 17) Clean-up 18) Testing 3. Lighting Fixtures a. When a pay item for Illumination Assembly exists: 1) Measurement a) This Item is considered subsidimy to Illumination Assembly mstallation. 2) Payment a) The work pe1for:m.ed and matetials :furnished in accordance with this Item are subsidia1y to the unit price bid per each "Rdwy Illum Assmbly" or "Omamenta1 Assmbly" bid, and no other compensation will be allowed. b. When a pay item for Illumination Assembly does not exist: 1) Measurement a) Measurement for tbis Item shall be per each Lighting Fixtme installed. · 2) Payment CT.CY OP FORT WORTH a) The work performed and materials furnished in accol'dance with this Item shall be paid for at the unit price bid per each "Lighting Fixture" installed for: STANDARD CONSTRUCTION SPECWICATION DOCUMENTS Revised June 1 S, 20 J 5 (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections 34 41 20.03 , 3 RESIDENTIAL LED ROADWAY LUMlNAlRES Page 3 of22 d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway Illumination Foundations a. Measurement 1) Measurement for this Item shall be per each Roadway Illum:hrntion Foundation installed. b. Payment 1) The work perfonned and mate1·iais famished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy lllum Foundation,i installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illmnination Foundation 2) Reinforcing steel 3) Exploratory excavation ( as needed) 4) Grnunding rods 5) Coordination and notification 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing 5. Contact Enclosure a. Measw-ement 1) Measurement fol' this Item shall be per each Contact Enclosure installed. b. Payment 1) The wotk perf011ned and matedals fumished in accordance with this Item shall be paid for at the unit price bid per each "Contact Enclosure" installed for: a) Various mounting methods c . The price bid shall include: 1) Fmnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Furnishing and Installing Wood Light Pole a. Measurement 1) Measurement for this Item shall be per each 40' Wood Light Pole furnished and installed. · b. Payment 1) The work perfom1ed and materials furnished in accordance with this Item shall be paid fox at the unit price bid per eacb "Furnish/Install 40' Wood Light Pole". c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40' Wood Light Pole 3) Furnishing, placement and compaction of backfill CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15,201S 4) Clean-up 7. Furnishing and Installing Wood Light Pole Arm a . Measurement 34 41:20.03 • 4 RllSlDENTJAL LED ROADWAY LUMINAIRES Page4 of22 1) Measurement for this Item shall be per each 8' Wood Light Pole Arm fumished and installed. b. Payment 1) The work pe1formed and materials furnished in accordance with this Item shall be paid for at the unit price bid pe1' each ''Fumish/Install 8' Wood Light Pole Arm". c. The price bid shall include: 1) Furnishing and i11Stalling each 8' Wood Light Pole Arm 2) Clean-up 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. b. Payment 1) The work pe1fo1med and materials furnished in accordance with this Item and measured as provided tmder "Measurement" wil1 be paid for at the unit price bid per linear foot of "Alum Blee Conductor" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Reconnect Conductor". c. The ptice bid shall include: 1) Reconnection of conductors using City apprnved method 2) Testing of connection 10 . Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work perfmmed and materials fumished in accordance with this Item shall be paid fo1· at the unit price bid per each "Salvage Street Light Pole" peiformed. c. The pi-ice bid shall include: 1) Removal and salvage of Street Light Pole 2) Maintain existing stl·eet light circuit inclucling new ground box mid reconnection of c:ircuits (ifrequ:ired by City) 3) Removal of existing street light pole foundation 2' below grade, back fill with like smTounding material 4) Delivery of salvaged materials to appropriate location 5) Clean-1.ip 11 . Street Light Pole Relocation a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 34 41 20.03 - 5 RESIDENTIAL LED ROADWAY LUMINAJRES Page 5 of22 1) Measurement for this Item shall be per each Street Light Pole removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Relocate Street Light Pole" pe1fo1med. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Delivery of salvaged materials to appropriate location 3) Replacement of pole to new location . 4) Fm11ishing, placement and compaction of backfill maforial 5) Clean-up 1.3 REFERENCES The publications listed below form a part of this specification to the extent referenced. Publications are referenced within the text by their basic designation only. Versions listed shall be superseded by updated versions as they become available. A. American National Standards Institute (ANSI) 1. Cl36.2~2004 (or latest), American National Standard for Roadway and Area Lighting Equipment-Luminaire Voltage Classification 2. Cl36.10-2010 (or latest), .American National Standard for Roadway and Area Lighting Equipment -Locking-Type Photocontrol Devices and Mating Receptacle Physical and Electrical Interchangeability and Testing 3. C136.15-201 l (or latest), American National Standard for Roadway and Area Lighting Equipment -Luminaire Field Identification 4. Cl3 6.22-2004 (R2009 or latest), American National Standard for Roadway and Arna Lighting Equipment -Internal Labeling of Luminaires 5. Cl36.25-2009 (or latest), American National Standard for Roadway and Area Lighting Equipment -Ingress Protection (Resistance to Dust, Solid Objects and Moistme) for Lumina:ire Enclosures 6. Cl36.31-2010 ( or latest), American National Standard for Roadway Lighting Equipment -Luminaire Vibration 7. Cl36.37-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment -Solid State Light Sources Used in Roadway and Area Lighting B . American Society for Testing and Materials International (ASTM) 1. Bl 17-09 (or latest), Standard Pxactice for Operating Salt Spray (Fog) Apparatus 2. D 1654-08 ( or latest), Standard Test Method for Evaluation of Painted or Coated Specimens Subjected to Coi'rosive Environments 3. D523-08 ( or latest), Standard Test Method for Specular Gloss 4. G154-06 (or latest), Standard Practice for Operating Fluorescent Light Apparat11s for UV Exposure of Nonmetallic Materials C. Com1cil of the Em-opean Union (EC) 1. RoHS Directive 2002/95/EC, on the restriction of the use of certain hazardous substances in electrical and eleotJ:onic equipment D. Federal Trade Commission (FTC) 1. Green Guides, 16 CPR .Part 260, Guides for the Use of Environmental Marketing Claims E. Illuminating Engineering Society of North America (IESNA or IES) 1. DG-4-03 ( or latest), Design Guide for Roadway Lighting Maintenance 2. HB-10-11 ( or latest), IES Lighting Handbook, 101h Edition Cl"l"Y OP l'Olil.'1' WORTH .TA'NDAliU) OOM•TAUCl'l'IOH .... 01 .. ICATIO'H DCIO-'M'1'11 ~ ..... ,..,. ...... --• 34 41 20.03 -6 RESIDENTIAL LBD ROADWAY LUMINATIIBS Page 6 of22 3. LM-5 0-99 ( or latest), JESNA Guide for Photometric Measurement of Roadway Lighting Installations 4. LM-61-06 (or latest), !ESNA Approved Guide for Identifying Operating Factors Influencing Measured Vs. Predicted Pe1formance for Installed Outdoor High Intensity Discharge (HID) Luminaires 5. LM-79-08 ( or latest), IESNA Approved Method for the Electrical and Photometric Measurements of Solid-Sate Lighting Products 6. LM-80-08 ( or latest), IESNA Approved Method for Measuring Lumen Maintenance of LED Light Sources 7. RP-8-00 ( or latest), ANSI/ IESNA American National Standard Pmctice for Roadway Lighting 8. RP-16-10 (or latest), ANSIJIES Nomenclature and Definitions for 111uminating Engineering 9. TM-3-95 (or latest), A Discussion of Append:ix.E -"Classification ofLuminaire Lighting Distdbution," from ANSIIIESNA RP-8-83 10. TM-15-11 (or latest), Lum:inaire Classification System for Outdoor Luminaires 11. TM-21-11 (or latest), Projecting Long Te1mLumen Maintenance of LED Light Sources F. Institute of Electrical and Electronics Engineers (IEEE) 1. IEEE C62.4 l .2-2002 ( or latest), JEEE Recommended Practice on Characterization of Surges in Low-Voltage (1000 V and less) AC Power Circuits 2. ANSJ/IEEE C62.45-2002 ( or latest), IEEE Recommended Practice on Surge Testing for Equipment Coru1ected to Low-Voltage (1000 V and Less) AC Power Circuits G. National Electrical Manufac,turers Association (NEMA) L ANSI/NEMA/ANSLG C78.377-2008 (or latest), American National Standard for the Chromaticity of Solid State Lighting Products H. National Fire Protection Association (NFP A) 1. 70 -National Electrical Code (NEC) I. Unde1wi:iters Laboratories (UL) I. 1449, Surge Protective Devices 2. 1598, Lum:inaires 3. 8750, Light Emitting Diode (LED) Equipment for Use in Lighting Products J. Definitions · 1. Lighting terminology used herein is defined in IES RP"l 6. See referenced documents for additional definitions. i. Exception: The te1m "driver" is used herein to broadly cover both drivers and power supplies, where applicable. ii. Clarification: The teim ''LED light source(s)" is used herein per IES LM-80 to broadly cover LED package(s), module(s), and array(s). 1.4 .AD IVE RE NTS 34 41 20 .03 - 7 RESIDENTIAL LED ROADWAYWMINAIRES Page7 of22 5. Obtain and pay for all pe1mits as required to Work in parkway. B. Preinstallation Meetings 1. Attend pre-constmction meeting. 1.5 LIGHTING SYSTEM PERFORMANCE A. Energy Conservation 1. Connected Load a . Luminaires shall have maximum nomina1 lumfoaire input wattage as specified for each lttmina:ire type in Appendix A. 2. Lighting Controls a. See separate controls specification identified in section 1.2 above, if applicable. b. See section 2.1-B below for driver control :interface and pe1f01mance requirements. c. See section 2 .1-K below for photoconiTol receptacle requirements. B . Photometric Requirements 1. Luminaires shall meet the general criteria provided in the body oftl1is specification and the particular criteria for each luminaire type defined in Appendix A. 1.6 REQUIRED SUBMITTALS FOR EACH LUMINAIRE TYPE DEFINED IN APPENDIX A A. General submittal content shall include 1. Completed Appendix E submittal form 2. L11m:inaire cutsheets 3 . Cutsheets for LED light sources 4. Cutsheets for LED driver(s) a. If dimmable LED chiver is specified, provide diagrams illustrating Hght output and input power as a function of control signal. 5. Cntsheets for surge protection device, if applicable 6. Instructions for installation and maintenance 7. Summary of lumfaaire recycled content and recyclability per the FTC Green Guides, expressed by percentage of luminaire weight B. LM-79 luminaire photometric repo1t(s) shall be produced by the test laboratory and include 1. Name of test laboratory a. The test laboratory must hold National Voluntary Laboratory Accreditation Pl'Ogram (NVLAP) accreditation for the IES LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy's CALiPER program. Fm more info1mation, see http://ts.nist.gov/standards/scopes/eelit.htm or .htm. 34 41 20.03 -8 RESIDENTIAL LED ROADWAY LUMJNAIRES Pnge 8 of22 2) If nominal performance of submitted and test~d products differ, submit additional LM-79 repoit(s) and derivation as indicated in Appendix C. 5. Description ofluminaire, LED light soul'ce(s), and LED driver(s) 6. Goniophotometty 7. Colorimetry C. Calculations and supporting test data per Appendix B indicating a lumen maintenance life of not less than 50,000 operating hours D. Computer-generated point-by-point photometric analysis of maintained photopic light l evels as per Appendix A 1. Calculations shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, where LLF = LLD x LDD xLATF, and a. Lamp Lumen Depreciation (LLD) l) Shall be O .85 (L 70) for all luminaires. 2) Shall be the percentage of initial output calculated in section 1.6-C. b. Luminaire Dirt Depreciation (LDD) = 0.90, as per IES DG-4 for an enclosed and gasketed roadway luminaire installed in an environment with less than 150 µg/m3 airborne particulate matter and cleaned every four years. c. Luminaire Ambient Temperature Factor (LATF) = 1. 00 2. Use ofIBS HB-10 mesopic multipliers a . Sha11 be disallowed herein, by assuming an SIP ratio of 1.00 for all luminaires. 3. Calculation/measurement points shall be per JES RP-8. E. Summmy of Joint Electron Devices Engineering Council (JEDEC) or Japan Electronics and Information Technology Industri es (JEITA) reliability testing perf01med for LED packages F. Summary of reliability testing performed for LED driver(s) G. Written product wan-anty as per section 1. 7 below 1.7 CLOSEOUT SUBMITTALS A. W an"flllty Documentation 1. :Provide manufacturer warranty information to the City. 1.8 MAINTENANCE MATERIAL SUBMI'ITALS [NOT USED] 1.9 QUALITY ASSURANCE A. Before approval and purchase, Supplier shall provide at the Owner's request lnminaire sample(s) identical to product configuration(s) subtn.itted for inspection at the Supplier's expense. Owner shall request IES LM-79 testing ofluminaire sample(s) to ver ify performance is within manufaclurer-rep01ted tolerances and Photometric reports and .ies files, per IES LM- 63 . The Photomell:ic file must match the luminaire being submitted. B. After inatallat!ou, Owner :ma;;:v ped'o1-m. ms .LM .. so field 1neaau1-ementa to v01·!1y porf'oun.ance 1•equ:l1•eaiontll outlined in Append.fx A. aiving oonatdel'at:ic:m. to nuoa•urein.ent unccn'tatntles outlined in JES LM:-61. 1 .10 DELIVERY, STO RAGE, AND HANDLING A. Storage and Handling Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 34 41 20.03 • 9 RESIDENTIAL LED ROADWAY LUMlNAIRES Page9 of22 1. Parts sha11 be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 4. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. B. Delivery and Acceptance 1. Contactor and Inspector shall visually inspect roadway illumination assemblies after removal to dete1mine the condition of the hardware. 2. Contractor shall protect all salvable material during transport to City specified storage facility. · 3. Delivered material must be in the same condition after removal, as agreed upon by Contractor and Inspector after removal. 1.11 FIELD ISITEJ CONDITIONS [NOT USED} 1.12 WARRANTY A. Provide a minimum ten-year wan-anty covering maintained integrity and functionality of 1. Luminaire housing, wfring, and connections 2. LED light source(s) a. Negligible light output from more than 10 percent of the LED packages constitutes luminaire failure. 3. LED driver(s) B. Watl'anty period shall begin 90 days after date of installation. PART 2 -PRODUCTS 2.1 LUMIN.AIR.E REQUIREMENTS A. General Requirements 1. Luminaires shall be as specified for each type in Appendix. A. 2. Lumina:ire shall have an external label per ANSI Cl36.15 3. Luminaire shall have an internal label per ANSI Cl36.22 to include date ofmanufactute. 4. Luminaire shall be rated for a minimum ofIP65 per ANSI Cl36.25. 5. Nominal lurninaire input wattage shall account for nominal applied voltage and any 1·eduction in driver efficiency due to sub-optimal driver loading. ,s, LU'n1blair•• •hall ata..-C: and op•·•e. in ~o·c 'to +4o•c ambient. 7. Dl•ot.-JoalJ:y 't-:fully ••••anblad l\:awtUnah••• '"'•Iba.•• ll'b~ii ,&.,._ tlolo-y 8. BfilDotiYo l>1•0Jootod Ai·oa (BPA) and weight o:t'the hunlnake ahall not oxoeed the value• indicated in Appendix A. 9 . Luminaires shall be designed for ease of oomponant replacement and end-of-life disas.sombly. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 34 4120.03 -10 RESIDENTIAL LED ROADWAY LUMJNAllillS Page 10 uf22 10 . Luminaires shall be rated for the ANSI C136.3 l Vibration Level indicated in Appendjx A. 11. LED light soutce(s) and driver(s) shall be RoHS compliant. 12. Transmissive optical components shall. be applied in accordance with OEM design guidelines to ensure suitability for the the1mal/mechanicaVchemical enviromnent. 13. Luminaires shall have 4 bolts for mounting to 1 .. 1/4" to 2-3/8" Tenon ann for leveling and securing of luminaire to tenon arm. 2-Bolt connections shall not be permitted. 14. Luminaires shall be UL listed. 15. Luminaires shall come standard with 7-pin photocontrol dimming receptacle meeting ANSI Cl36.41 requirements. B. Driver 1. Rated for minimum of 50,000 hours . 2. Shall be 0-lOV dhnmable. 3. Rated case temperature shall be suitable for operation in the luminaire operating :in the ambient temperatures indicated in section 2 .1-A above. 4 . Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall operate normally for input voltage fluctuations of plus or minus 10 percent. 5 . ShaU have a minimum Power Factor (PF) of 0.90 at full :input power and across specified voltage range. 6. Control signal interface a. Luminaire 'types indicated "Req11ired" in Appendix A shall accept a control signal as specified via separate controls specification referenced in section 1.2 above, e .g., for dimming. b. Luminaire types indicated "Not Required" in Appendix A need not accept a control signal. C. Electrical immunity 1 . Luminake shall meet the "Basic" requirements in Appendix D. Manufacturer shall indicate on submittal fo11n (Appendix E) whether failure of the electrical immunify system can possibly result in disconnect of power to luminaire. D . Electromagnetic .inte1ference 1 . Shall have a maximum Total Hannonic Distortion (THD) of 20% at full input power and across specified voltage range. 2. Shall comply w ith FCC 47 CFR part 15 non-consumer RFI/EMI standards. E . Electrical safety testing 1 . Luminaire shall be listed for wet locations by an OSHA NRTL. 2. Luminaires shall have locality-appropriate goveming mark and certification. F. Painted or finished luminaire components exposed to the environment 1 , ahall --··" a ~·ad.nae D'l/' -~ pw .A.8':I'l!.4 X> 1 cS54 ~ l OOOh:&'a aef'-ttn· P••· AaTM JI 1 l 7, :a. The u .,. .. ....._ abaU ~blt no ..... t ... ih-. :!IO'M, ... d"otloil of.Palo•• p ... .A.STM osas. aft.,,. soo hem•·• cd QUV •lrlllna at .....,.TM CU54 O)'ol• IS, O, Thermal tfl•n11a;emen1: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 34 4120.03 -11 RESIDENTIAL LED ROADWAY LUMINAlRES Page 11 of22 1. Mechanical design of protruding external surfaces 01eat sink fins) for shall facilitate hose- down cleaning and discomage debris accumulation. 2. Liquids or other moving parts shall not be permitted. H. IES TM-15 limits for Backlight, Uplight, and Glare (BUG Ratings) shall be as specified for each Iuminaire type in Appendix A. 1. Calculation ofBUG Ratings shaJl be for initial (worst-case) values, i.e., Light Loss Factor (LLF)= 1.0. 2. Lmninafres shall not be tilted for calculations. I. Minimum Color Rendering Index (CRI): 70. J . Conelated Color Temperature (CCT) 1. If nominal CCT specified in Appendix A is listed in Table I below, measured CCT and Duv sha11 be as listed in Table 1. Table 1. Allowable CCT and Duv (adapted from NEMA C78.377) Manufacturer-Rated Allowable LM-79 Chromaticity Values Nominal CCT (I<) Measured CCT {I<) Measured Duv 2700 2580to 2870 -0.006 to 0.006 3000 2870 to 3220 -0.006 to 0.006 3500 3220 to 3710 -0.006 to 0.006 4000 3710 to 4260 -0.005 to 0.007 4500 4260 to 4746 -0.005 to 0.007 5000 4745 to 5311 -0.004 to 0 .008 5700 5310to 6020 -0.004 to 0.008 6500 6020 to 7040 -0.003 to 0.009 2. If nominal CCT specified in Appendix A is not listed in Table 1, measured CCT and Duv shall be as per the criteria for Flexible CCT defined in NEMA C7 8 .3 77. K.. The following shall be in accordance with conesponding sections of ANSI Cl36.37 1. Wiring and grmmding u. All internal components shall be assembled and pre-wired using modular electrical. connections. 2. Mounting provisions a. Specific configurations are jndicated in Appendix A 3. Terminal blocks for incoming AC lines 4. Photocontrol receptacle 5. Latching and hinging 6. In.area• proteotion .................... ~ ....... --~ A., :-1,t,-:~n:~=r.:..wr~~:'lf..':~:J:t:::~~M .,,....,..._.., """~ .... .-.... .............. 11"°'"'"m•f .. ---•• .. ._ .. B. Not4o 11' a t1ald inatllllad houae alde llhlold la availab1-. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revlscd June 15, 2015 2.3 MANUFACTURER SERVICES 34 4120.03 -12 RESIDENTIAL LED ROADWAY LUMJNAIRBS Page 12 of22 A. Manufachrre.r or loca l sales representative shall provide installation and troubleshooting support via telephone and/or email. END OF SECTION Revision Log DATE NAlVIB SUMJvfARY OF CHANGE. 6/15/201.5 F. Griffin Revise to LED type luminaltes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jtme 15, 2015 ROADWAY DATA: SIDEWALi{ DATA: LIGHT POLE DATA: PHOTOPIC ILLUMINANCE: PHOTOPIC LUMINANCE: PHOTOPIC ILLUMINANCE: INPUT POWER: NOMINAL CCT: CUTOFF CLASS: VOLTAGE: FINISH: .. VI ... ATICINI DRIVER: CITY or FORT WORTH 34 4120.03 -13 RESIDENTIAL LED ROADWAY LUMJNAIRES APPENDIX A APPLICATION -BASED SYSTEM SPECIFICATION LUMINAIRE TYPE 11A11 -RESIDENTIAL TYPICAL SITE PARAMETERS Roadway Width (Curb to Curb) -- IES pavemen t class. I DRl DR2 0 R3 ti R4 Posted speed limit ID s2s mph 0> 25 mph Sidewalk width Edge of sJdewalk to edge of roadway pavement Lumlnaire mounting height Arm length, horizontal - lumlnaires per pole Pole set-back from edge of pavement In -line pol e spacing (one pole cycle) Page 13 of 2:2 36 ft 6 ft 4 ft 25 ft 6 ft 1 3 ft 200 ft Layout I 0onesrcte D Opposite ti Staggered D M ed ra n PERFORMANCE CRITERIA: APPLICATION - ROADWAY Maint ain ed averag e horizontal at pavement 0.4 FC Avg:mrn uniformity ratio 6:1 Maintained average luminance n/a Avg :mln uniformity ratio n/a Max :mln uniformity ratio n/a SIDEWALKS Ma intained avera ge horizontal at pavement 0.2 FC Avg:m ln uniformity ratio (horizontal) N/A Maintained min . vertical illum . at 4.9 ft, In directions of travel .N/A PERFORMANCE CRITERIA: LED LUMINAIRE Max. nominal luminaire input power 70W Rated correlated color temperature 3000 I< Max. nom l nal backlight-uplight-glare ratings FULL CUTOFF Nominal !umlnalre Input voltage 1 20, 277V Lumlnalre hou.slna finish color '" -· Gr!IV -· A-•• t:•!! l•v•f I .... Lav• m.. nat'M•II a;;;::ai .... " •• :a ,.~, llO\l•r'Jl•••J I CJ 350mA CJ S30mA 611700mA STANDARD CONSTRUCTIO N SPECrFICATION DOCUMENTS Revi sed Jun e IS, 2015 DRIVER: Wireless Control Capability 0 Yes D No Appendix B 34 41 20.03 -14 RESIDENTIAL LED ROADWAY LUMINAIRES Page 14of22. Estimating LED lumen Maintenance IES TM -21 allows for extrapolation of expected lumen maintenance from available test data . The extent of such extrapolation is limited by the duration of testing completed and the number of samples used in the testing. The TM-21 methodology shall be used by the manufacturer to determine lamp lumen depreciation (LLD) at end of lumen maintenance life per section 1.6-C. The applicant may estimate lumen maintenance in one of two ways: Option 1: Component Performance Under this complia nee path, the applicant must submit calculations per TM -21 predicting lumen maintenance at the luminaire level using In Situ Temperature Measurement Testi ng (ISTMT) and LM-80 data. To be eligible for the Component Performance option, ALL of the conditions below must be met. Jf ANY of the conditions is not met, the component performance option may not be used and the applicant must use Option 2 for compliance. 1. The LED light source(s) have been tested according to LM-80 . .2. The LED drive current specified by the luminaire manufacturer is less than or equal to the drive current specified in the LM -80 test report. 3. The LED light source(s) manufacturer prescribes/indicates a temperature measurement point (Ts) on the light source(s). 4. The Ts is accessible to allow temporary attachment of a thermocouple for measurement of in situ temperature. Access via a temporary hole ln the housing, tightly resealed during testing with putty or other flexible sealant is allowable. 5. For the hottest LED light source in the luminaire, the temperature measured at the Ts during ISTMT is less than or equal to the temperature specified in the LM-80 test report for the corresponding drive current or higher, within the manufacturer's specified WloiWW,.ili , • llffl ,ti . "'· b. The t.llTMT mt.uit b• cohductad with th• lurnlnalrill ln•t•ll•d In the appl"Oprl•t• appllcatlon as defined by ANSI/UL :t.598 (hardwired Jumlnalres), with bird-fouling CITY OF FORT WORTH STANDARD CONSTRUCTION SPilCIFICA TION DOCUMENTS Revised June 15,2015 34 41 20.03 -15 RESIDENTIAL LED ROADWAY LUMTNAlRES Page 15 of22 appropriately simulated (and documented by photograph} as determined by the manufacturer. Option 2: Luminaire Performance Under this compliance path, the applicant must submit TM-21 calculations based on LM -79 photometric test data for no less than three samples of the entire luminaire. Duration of operation and interval between photometric tests shall conform to the TM-21 criteria for LED light sources. For example, testing solely at O and 6000 hours of operation would not be adequate for the purposes of extrapolation . Between LM-79 tests, the luminaire test samples must be operated long-term in the appropriate application as defined by ANSI/UL 1598 (hardwired /uminaires). The test laboratory must hold NVLAP accreditation for the LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy (DOE)'s CAUPER program. The extent of allowable extrapolation (either 5.5 or 6 times the test duration) depends on the total number of LED light sources (no less than 10 and preferably more than 19) installed in the lurn inaire samples, as pe'r TM-21. This compliance path poses a greater testing burden to lumlnalre manufacturers but incorporates long-term testing of other components in the system, such as drivers. Under either compliance path, values used for extrapolation shall be summarized per TM-21 Tables 1 and 2. Submitted values for lumen maintenance lifetime and the associated percentage lumen maintenance shall be "reported" rather than "projected" as defined by TM-21. Supporting diagrams are requested to facilitate interpretation by Owner. CITYOFFORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 201S APPENDIX C PRODUCT FAMILY lESTING LM-79 AND ISTMT 34 4120.03 -16 RESIDENTIAL LE D ROADWAY LUMJNATRES Pnge 16 of22 It Is recognized that due to the time and cost required for product testing, it would not be realistic to expect manufacturers offering a multitude of unique luminaire configurations to test every possible configuration . Therefore, the "product families" method may be utfllzed for LM-79 and ISTMT, whereby manufacturers identify a set of representative products for which test data can be used to demonstrate the accuracy of interpolated or extrapolated perfor,mance of product configurations lacking test data. Precedent for this approach can be found in LM-80. If the particular luminaire configuration submitted has not been tested, the performance may be conservatively represented by test data for another luminaire configuration having: • The same intensity distribution (typically only applies to LM-7~) • The same o r lower nominal CCT • The same or higher nominal drive current • The same or greater number of LED light source(s) • The same or lower percentage driver loading and efficiency • The same or smaller size luminaire housing. A more accurate estimate of performance can be obtained by linear interpolation between two or more tests differing in terms of the six parameters llsted above. For example, consider a hypothetical luminaire offered in a single size housing, and having the following parameters: • Three intensity distributions: IES Type II, 111, or N • Three CCTs : 4000, 5000, and 6000!( • Three drive currents: 350, 525, and 700 mA • CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 Drive current 34 4120.03 -17 RESIDENTIAL LED ROADWAY LUMlNAIRElS Page 17 of22 (IES Type) (K) (mA) 1, 2, 3 IJ, Ill, IV 4000 700 80 4,5 IV 5000,6000 700 80 6, 7 IV 4000 325,525 80 8,9,10 IV 4000 700 20,40, 60 ---~--- For example, the manufacturer could detail interpolation as shown in Table C.2, applying the following multipliers to the base test #2 to model a configuration with Type Ill intensity distribution, SOOOK CCT, 525 mA drive current, and 40 LEDs: • Ratio oftest#4 lumensto test#3 lumens • Ratio of test #7 I um ens to test #3 I um ens .. Ratio oftest#9 lumensto test#3 lumens. Table C.2. Multipliers for Test #2 to yield: Type 1H, SOOOK, 525mA, 40 LEDs Test# Intensity distribution CCT Drive current # of LEDs Multiplier {IES Type) (K) (mA) (lumens ratio) 2 Ill 4000 700 80 n/a --· 3 IV 4000 700 80 n/a 4 IV 5000 700 80 #4/#3 ---·--------- 7 IV 4000 525 80 #7 /#3 9 IV 4000 700 40 #9 /#3 Interpolation between minimal LM-79 and ISTMT data is more difficult lf housing size increases with increasing wattage; it may not be clear whether the lowest-wattage configuration would be expected to "run cooler" than the highest-wattage configuration. In these circumstances, the adequacy of submitted data is subject to Owner approval. At this time, the "successor" method cannot be used; luminaires tested must utilize the LED light source(s) characterized by the submitted LM-80 report. CITY OF FORT WORTH STANDARD CONST.RUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 Test Procedure APPENDIXD ELECTRICAL IMMUN ITY 344120.03-18 RESIDENTIAL LED ROADWAY LUMJNAlRES P11gc 18 of 22 • Electrical Immunity Tests 1, 2 and 3, as defined by their Test Specifications, shall be performed on an entire powered and connected luminalre, Including any control modules housed within the lumlnalre, but excluding any control modules mounted externally, such as a NEMA socket connected photo-control. A shorting cap should be placed across any such exterior connector. • The luminaire shall be connected to an AC power source with a configuration appropriate for nominal operation. The AC power source shall have a minimum available short-circuit current of 200A. The luminaire shall ·be tested at the nominal input voltage specified in Appendix A, or at the highest input voltage in the input voltage range specified in Appendix A. • Electrical Immunity test waveforms shall be superimposed on the input AC power line at a point within 6 inches (15cm) of entry into the luminaire using appropriate high-voltage probes and a series coupler/decoupler network (CDN} appropriate for each coupffng mode, as defined by ANSI/IEEE C62.45 -2002. The test area for all tests shall be set up according to ANSI/IEEE C62.45 - 2002, as appropriate. • Pdor to electrical immunity testing a set of diagnostic measurements shall be performed, and the results recorded to note the pre-test function of the luminaire after it has reached thermal equilibrium. These measurements should include at a minimum : a) For all luminaire_s, Real Power, Input RMS Current, Power Factor and THO at full power/light output b) For lum i naires specified as dimmable, Real Power, Input RMS Current, Power Factor and THO at a minimum of 4 additional dimmed levels, including the rated minimum dimmed level • Tests shall be applied in sequential order (Test 1, followed by Test 2, followed by Test 3). If a failure occurs during Test 3, then Test 3 shall be re-applied to a secondary luminaire of identical construction. • Following the completion of Tests 1, 2, and 3, the same set of diagnostic measurements performed pre-test should be repeated for all tested fuminaires, and the results recorded to note the post-test function of the ,luminaire(s)._ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jw10 15, 201 5 34 4120.03 -!9 RBSIDENTTAL LED ROADWAY LUMINAlRES Page 19 of 22 b) A noticeable reduction in full tight output (e.g . one or more LEDs fall to produce 1/ght, or become unstable) Is observed c) Any of the post-test diagnostic measurements exceeds by ±5% the corresponding pre-test diagnostic measurement. d) The luminaire, or any component in the luminaire {including but not limited to an electrical connector, a driver, a protection component or module) has ignited or shows evidence of melting or other heat-induced damage. Evidence of cracking, splitting, rupturing, or smoke damage on pny component is acceptable. Tes t Specifications NOTE : Ll is typica lly "HOT", L2 is typically "NEUTRAL" and PE= Protective Eart h. Test 1) Ring Wave: The luminaire shall be subjected to repetitive strikes of a "Clow Ring Wave" as defined In IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.1. Prior to testing, the ring wave generator shall be ca librated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage pe ak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak . Calibrated current probes/transformers designed for measuring high-frequency currents shall be used to measure test waveform cur rents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set {coupling mode+ polarity/phase angle) oftest strikes, a nd the average peal< current shall be calculated and recorded . If any individual peak current in a set exceeds by ±10% the average, t he test se tup shall be checked, and the test strikes repeated. Table D.1: 0.5 µS -lOOHz: Ring Wave Specificati o n .. Parameter Test Le vel/Co nfig uration Short Circui t Current Peak 0 .5 kA Open Circuit Voltage Peak 6 kV Source Im pedance 12.Q Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Anale Positive at 90° and Negative at 270° ' . ,. -'" I }'~ ' ' CITY OF FORT WORTH STANDARD CONSIB.UCTION SPECfFI CA'llON D OCUMENTS Revised June 15 , 2015 - , ... 'H 34 41 20.03 -20 RESlDENTlAL LED ROADWAY LUMINAIRBS Page20 of22 Test 2} Combination Wave: The Juminaire shall be subjected to repetitive strikes of a "C High Combination Wave" or 11C Low Combination Wave", as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.2 . The "Low" test level shall be used for I um Ina ires with Basic Electrical Immunity requirements, while the 11 High" test level shall be used for luminaires with Elevated Electrical Immunity requirements. Prior to testing, the combination wave generator shall be callbrated to slmultaneously meet BOTH the specified short circuit current peal< and open circuit voltage peak MJNIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high "frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set {coupling mode+ polarity/phase angle} oftest strikes, and the average peak current shall be calculated and recorded. lf any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table 0.2: 1.2/SOµS-8/20 µS Combination Wave Specification Parameter Test Level/ Configuration .1.2/50 µS Open Circuit Voltage Peak Low: 6 kV High: lOkV 8/20 µS Short Circuit Current Peak Low: 3 l<A High: lOkA Source Impedance 2Q Coupling Modes Ll to PE, L2 to PE, Ll to L2 Polarity and Phase Angle Positive at 90° and Negative at 270• Test Strikes 5 for each Coupling Mode arid Polarity/Phase Angle combination Time Between Str.ikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes Test 3) Electrical Fast Transient (EFT): The luminaire shall be subjected to "Electrical Fast Transient Bursts", as defined in IEEE C62.41.2 -2002. The test area shall be set up according to IEEE C62.45-2002. lied as specified b~ Table D.3. Direct cou ling is required; the use of a coupling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 Coupling Modes Polarity Test Duration Total Test Duration CITY OF FORT WORTH L1 to PE, L2 to PE, L1 to L2 Positive and Negative -- 34 41 20 .03 -21 RESIDENTIAL LBD ROADWAY LUMINAIRES Page21 of2:Z - 1 minute for each Coupling Mode and Polarity combination ·-·- "' 1 minute x 7 coupling modes x 2 polarities == 14 m·inutes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 Lumln aire Type1 Manufact urer Model number Housing finish color Ten on nominal pipe size (inches) Nominal lumln alre weight (lb) Nominal llimiriaire EPA (ft2) Nominal input voltage (V) ANSI vibration test level Nominal BUG ~atings . Make/model of LED light source(s) Make/model of LED driver(s) Dimmability Control signal interface Upon electrical immunity system failure Thermal management APPENDIXE PRODUCT SUBMITTAL FORM Level 1 (Normal) Dimmable Possible disconnect Moving parts Lumen maintenance testing duration (hr) Reported lumen maintenance life (h'r) 2 \t\Jarranty period (yr) Parameter Nominal value Initial photopic output (Im) Maintained photo pie output (Im) Lc!mp lumen depreciation lnitiaJ input power (W) Maintained input power (W) Initial LED drive current (rnA) Maintained LE[) drive current (mA) Drive current used In-situ LED Tc (0 C) cct (K} Addltlonal product description .---·" .. ·- 34 4120.03 • 22 RESIDENTIAL LED ROADWAY LUM1NA1RES Page22 of22 Level 2 (bridge/overpass) Not dimmable No possible disconnect No moving parts Tolerance(%) . . - UI,, ~••-1---__ .. ..,._, ,.. .,.. .. _ -·------..... -~-----·-ll::slfll'aatA ....... output, maintained input power, and maintained drive cuiTent. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFJCATION DOCUMENTS Revised June 15, 2015 APPENDIX G Photocell -Technical Data CJta fo9 Na ,nber: 10,10: OVERVIEW With a desfgn life of 20+years and superior in -rush current and surge-protection features, the DLL Elite supportthe extended life and low maintenance benefits associated With LED fixtures. FEATURES APPLICATIONS ., LED lighting fixtures that require duskto dawn control 0 High inrush current fixtures -o. Designed to last as long as your LED lighting system,20 + years 0 LED Inrush protection with triac assisted relay 0 Extreme surge protection of 1280J/40kA utility or 2120J/40kA UL listed 0 Double thldrnncla sure and lens with additional UV inhibitor o High temp base plasti c tes te d to 140°C o Lang life capaci tors ° Full wava recti(ied powe r supply o Dual zener diodes for long life o Solid bras s contact blades o Double sid ed, thru ho le pla ted .062" FR4 ci rcuit board ° Conformal coated prin ted circuit board 0 Seal ed packaging for extended storage SPECIFICATIONS REGUIATORY LISTIN GS o ANSI C136 .10 ~ ROH S compl iant tJ Ullisted to U.S. and Canadian safety stand ard s o · Surge rated in excess of ANSI C136.10 to 20kV/10kA Warranty OPERATING CHARACTERISTICS 0 Operating temperature: ·40C to 70C " Voltag e 120 to 480 VAC, 60Hz .,. Load rating: 1000 waits, 1 BOO VA ballast o UL Load Rating: 1 ODO.VA o Average power consumption: <0.5 watts@ 120V Ten -year limited warranty, Complete wa11anty terms located at : ~ww-arnifybmnds·rnmlGustomerResomres/ferms: ond (Q{ldi~ Note: Actual perlormante tnay differ as a result of end -use r environment and application . Specification s subject to ch ange without notice ORDERING INFORMATION / PIOjt<I: <5/-lcuityControls .. -DLL E1ite Electronic Locking Type Photocontrol 1.~.,;:;,;,,,',,nri,11(;, • • ! •-•1 •-'Lff-••T-),'--'• •,-,:---•-)'•-.C,lf";~-;,.-,-••,;.,, ~ .. ........,-~-T, ,' ,,'•, -;:, ,•,,T,-, f '\l:,·:~:.,,..--~ .... ~.~·~;;,1:~-;~-J,l ~----~ ''' ............. ..;...;.;;..;.......;.;;;;.;~;;; .. ~··:·--:;;;.:== AcullyBrands I One Uthonfa Way Conyeis, GA 30012 Phone : 800 .535.2465 1'111'\v.awllycontrols.mrr\ ti 2014 -2017 Acui ty Brands lig hting, Inc. /\II rights reserved. Rev.09/13/17 Nares 1. Nol mllable with Dll347, Dll~80,or0/tcert!ft~llon. 2, Non -5ta ndanl custom colors are non-stoc k llems . Avallable lnJ12 and JSO only. ConmltcljStomerservlre. Dll-Dlt 1012 DIMENSIONS Standard low Profile l If) ----~ ff ~, _O] 3.2.- STOCKED MODEL NUMBERS ~!#., , .. ,.«s • •, • 'o ·1 1fil'Yir.;:;;:;;;=3',~ .c.;c:: CJ9iirrfif'~ :_;i'.2_,·'::.'~:;iti] ~.lll!llll.1'12'.i)·'.>•,:,:: ;;',:'" !" ., .... , ~ DLL1271.5 120-277V Fail-On (non·ULJ JSO DLL1271.5 BL 120·277V Fall-On (non·UL) Blue JSO DLL 12.7 1.5 GY 120·277V Fail-On (non-UL) Gray JSO DLL1271.5 BK 120,277V Fall· On (non,ULJ Black JSO DLL127F 1.5 120-277V Fall· Off {no n-UL) JSO DLL127F1.5 BL 120-277V Fa il· Off (non-UL) Blue JSO DLL1271 .5 IP 120-277V Fail-On (non -UL) Low Profile JSO DLL127F 1.5 CUL 120-277V Fall· Off JSO DLL1271.5 CUL 120-277V foil· On J50 OL L347F 1.5 CUL 347V Fall· Off JSO DLL3471 .5 CUI. 347VFall·On JSO Dll480F 1.5 CUL 480VFall-Off JSO DLL480 1.5 CUL 480VFail -On JSO AcuitYBrand;j One lilhonia Way Canyers,GA 30012 Phone: B00.535.2465 1¥11\Y.~cuilycontro ls.tom (12014-2017 Acuity Brands Ughllng, Inc. All rights reseived. Rev. 09/13117 l ....... J DTl-Dll 2of2 APPENDIX H Shorting Cap-Technical Data 'I -· ---------: ----------------····.-----------~----· ----·-. ---------.-----~ --, · 45· · - NTERMATIC0 • • -. Twist Lock Shorting Cap . . . . . . . K4500 Shorting Cap, locking-Type Mounting The K4500 Shorting Cap features 3-prong Jocking -type plug connector. Jt Is used with lum inaries with a photocontrol receptacle to complete c i rcuit when a photocontrol ls not required. Features "' Designed to meet environmental protection requirements in ANSI C136. iO . ., Complete circuit to provide direct connection to luminarie when no photocontrol is connected. Ratings Size: Color: Material: Electrical Rating: Environmental: Regulatory Listings: Warranty: 3" (7.6 cm) High, 3" (7.6 cm) Diameter Milky White with Black Imprints UV Stabilized Polypropelyne Cap Black Polypropelyne Base Neoprene Blend Gasket Solid Brass Contacts 15 A, 'l 20-488 V Meets ANSI Ci 36-i 0 Environmental Requirements UUCSA Listed ANSI C136-i O Compliant Limited 2-year Manufacturer's Warranty )IN TERM AT IC' Project: Location: Product Type : Contact/Phone: Model#; K4500 Energy Controls ' - K4500 ~TERMATI Specification . The Jocking type, shorting plug shall Install on a ANSI C136-10 NEMA style 3-pin receptacle to connect load pins to bypass local photocell control. Shorting plug shall have a rating of 15A at 105-488 VAC. The shorting plug shall be constructed with UV stabilized polyprope!yne cap, black polypropelyne base and neoprene blended gasket. The shorting plug shall be agency certified and tested accordingly. The shorting plug shall meet all environmental and electrical requirements of ANSI C136.10. The shorting plug shall have a manufactures limited warranty of 2 years minimum. The shorting plug shall be lntermatic" model K4500. I I Energy Controls www.intermatic.com APPENDIX I Street Light Component Technical Data STREET LIGHT COM PO NENTS-SPECIFICATIONS --TRM FUSES 250 VAC {1/10 T030A} -FUSE HOLDERS 600VAC/DC (30A) -WIRES: #6 ALUMINUM DUPLEX OVERHEAD #6 ALUMINUM TRIPLEX OVERHEAD #6 ALUMINUM TRIPLEX CONDUCTOR 600V (UNDERGROUND} -CONDUITS: RIGID NONMETALLIC SCHEDULE 80 (BELLED END-10'} RIGID NONMETALLCI SCHEDULE 80 (ELBOWS-PLAIN END) RIGID NONMETALLCI SCHEDULE 80 (COUPLING & ADAPTER) GROUND BOX DIMENSION: 13"X24"X18", TIER RATING: 10 MATERIAL: POLYMER CONCRETE TAPERED BOX HARDWARE: 1=3/8" BOLT TRM Tnme =!De~a1y Mudgett IF1L11:£<es .·s~c--------------------~--------------·---· C4 Tri-Onie® TRM time-delay midget fuses are rated 250 volts AC and are offered in ampere ratings from 1/10 to 30A. They have 12 seconds time-delay at 200% rating to provide supplemental protection of small motors, small transformers and other . high inrush loads, plus many other 250 volt applications. (Not for Branch C ircuit Protection). Features/B en eflts: • Numerous ratings for a wide variety of applications 0 250VAC rating in all sizes up to 30A • Time-delay for circuits with high inrush currrent ~ Can be used with UltraSafe™ fuse holders • 1 1/2' x 13/32' (10mm x 38mm) dimensions H igh lig hts : • Time -delay Applications: • Small motors • Small transformers 0 Lighting circuits • Control circuits Catalog Numbers (amps) YRM1/10 TRM6/10 TRl.11-6/10 TRM3 TRMS.6/10 TRM15/100 TRM0/10 TRM1-8/10 TRM3-2/10 TRM6 TRM2/10 TRM1 TRM2 TRM3-1/2 TRM6-1/4 lRM1/4 TRM1-1/8 TRM2-1/4 TRM4 TRM7 TRM3/10 · TRM1-1/4 TRM2-1/2 TRM4-1/2 TRMB TRM4/10 TRM1-'1/10 TRl.12-8/10 TRM5 TRM9 TRM1/2 Rec o mmended Fuse Blocks for M idget (1 Ox38mm) Fu ses TRM10 TRM12 TRM15 TRM20 TRM25 TRM30 t I ii 1!2iit 21 2 ii! I I a:z I Sh I I Ratings: Volts Amps I.R. : 250VAC : 1/10 to 30A : 10kA I.R. Approvals: • UL listed to .standard 248-14 File E33925 • CSA Certified to Standard FEB~FEC,FEX 9 FEY 600 Volt In-Line Fuse Holders FUSE BLOCKS & HOLDERS Pf'!?H.-5£?W:*+t.'--H<fi n.1g;;•rf"'5P'-~GA• il-llkti~i'i H -"<f»' if71C -?Z) \.:\ V"'! -H ~ -··· .;,..;.;;,. • k§:t t~u 4., ... I •?J?i =*~Si--.£.£$ Mersen's complete line of single and dual pole in-line fuse holders accommodate either 1-1/2" x 13/32" (JO x 38 mm) midgE;t or Class CC fLtses. The fuse holders are designed for quicl< installation. Securing nuts or screws are captive thus speeding installation by reducing the need to locate and assemble loose components in the fielcl . Three internal 0-rings per pole seal the fuse holder providing a water- res is tant compartment for the 'fuse . The captive 0-rings are colored (blue for single pole and red for dual pole) for quick detection. Optional cone shaped insulator boots can be slipped on to provide a watertight seal (breakaway versions com e with boots standard). Both · single and dual pole versions have an optional breakaway feature t=EC and Fl!:Y holders i1se with: Class CC: ATOR, ATMR, ATQR .::B 36 EP.MERSEN.COM 't· 20 HI Ncr.s~n . All tights rese rved. Merson re$ervos tlii? t fght lo change, u~u.l a le-• or correcl, without nolfcc, any Information contained In this data sheet. RATINGS :· Volts: 600VAC / DC o Amps: .30A Maximum SCCR: 200l<A (Class CC Fuses)! °lbOkA (Midget Fuses) . temperature Rati11ti: 155°C A PP t.. I .CAT 1 0 NS: street lighting Parking lot iighting Traffic signaling Sports lightlng Boat? and marinas Humid/corrosive envirohme1its APPROVALS: UL Listed Class CC Guide IZLT, File E52.283 UL Recogriized Component 1'1!?ru!t Gllide IZL'f2, I L :ledlblflll I J ..... fl'IIN Ill MeRS~~m E,:perl}ut our .sourc~ of e,~ ~ F E B ' F E C I F E )( J F E y 600 Volt In-Line Fuse Holders MERSEN IN-LINE FUSE HO L PER FAMILY - T Y Pf CAL COM 8 I NAT ION C. H A RT CRIMPING TOOLS REFERENCE CHART, THE FOLLOWING CRIMPING TOOLS (OR EQU I VALENT) ARE RECOMMENDED -: L _J I _. '.8 EP.MERSEN.COM FUSE BLOCl<S & HOLDERS I I 11 -1 "'-t'?f:m FUSE BLOCKS & HOLDERS HIGHLIGHTS: Breakaway version quickly disconnects line side during pole knockdown in comp/lance with state and federal highway commission standards 3 0-rings per pole for water tight applications Colored o -rings for quick detection Single and dual poles Accepts midget or Class CC fuses Wide assortment of terminal variations High heat i mpact resist a nt in sulator Captive-nut or screw for quick installations NOMENCLATURE LEGEND FEB Single pole midget -------- FEC Singl e pofe Class CC FEX Ou al Po le midget FEY Dual pole Class cc FEBN Single pole neutral ---~ Notes: 1. Non-breakaway units do not Include Insulator hoots. These optional cone shaped boots are available to provide a watertight installation. The insulator boots are designed to form a · watertight seal over conductors, but due to VMY/ng wire insulation sizes it ts s11ggested that tape wrap be utilized for · best results. _ ......... 4, FEBN ve,..fone ll•ve • permanently mounted dummy fuse for neutral appl/catlons. 11 CU Crimp Cu Double Set Screw FEB, FEC, FE><, FEY 600 Volt In-Line Fuse Holders Polarized dual pole provid es simultaneous disconnection Permanently Installed neutraf versions quickly Identified by white nuts Tulip fuse dip for improved contact and low losses Environmentally friend ly--no lead solder us ed Highly visible catalog mJmber even with insulation boots installed Wire gaug e size identi fied on Insu lation boots for quick, accurate trimming Time delay for motor starting and transformer inrush l/8·#12 #12-#14 112-1112 1 2 1 each Yes Yes Yes Yes Yes Yes BA [breakaway version equipped with breakaway s tud, breakawn y boo I, and Insulating boots for both line and load sides) EP.MERSEN.COM FB 3; 1=usE BLOCf(S & HOLDERS FEB, FEC, FE)(, FEY 600 Volt In-Line Fuse Holders FEB AND FEC, NON -BREA~<AWAY AND BREAKAWAY ASSEMBLY DRAWINGS ~PD[]-. . l l-= 4.7" (119mm) _JJ j 5.8" (147mm) ASSEMBLED LENGTH ==1 . 9.0" (229mm) ASSEMBLED LENGTH FEX AND FEY, NON-BREAKAWAY AND BREAKAWAY ASSEMBLY DRAWINGS ......... -. .. . -· -· ·-'-·' ... ~ . I EP.MERSEN.COM FB 3 WIRE & CABLE, INC. Aluminum Duplex Overhead Weight (lbs,) per :l.000 Phase Conductors Bare Neutral Messenger ft . Rating (Amps) Code Insulation Word SizeAWG Strand Thickness SlzeAWG Strand Breal<ing XLP Poly }(LP Poly (mils) (lbs .) Strength Setter 6 Solid 45 6 6/1 1,190 73.2 73 .2 85 70 Shepherd 6 7/w 45 6 6/1 1,190 78 .3 74.6 85 70 Eski mo 4 Solid 45 4 6/1 1,860 113.7 111.6 110 90 Terrier 4 7/w 45 4 6/1 1,860 118.7 113.6 110 90 chow 2 7/w 45 2 6/1 2,850 181.7 174.7 150 115 Bull 1/0 19/w 60 1/0 6/1 4,380 288.7 280.3 200 155 All values are nominal and subiect to correohon Ampaclty 90°C conductor temperatures, 20"C ambient tempe rat ure RJ-10 SO 100% load factor for three conductor triplex with neutral carrying only unbalanced load . All yellow extruded stripe cable is XLP insulation. UL Standard 854 available upon request. Ampacily ratings are not applfcable for NEC applications. Application= Aluminum Duplex Ove rhead cable Is designed tor use to supply 120 volt aerial service for temporary servi ce at construclion siles,outdoor or street lighting. This cable Is suitable for service at 600 volts or lowers at a conductor temperature of 75"C maximum. Conductors: A concentric strand rn ·compressed 13!.i0-H19 series aluminum series afuminum conductor. Messenger: A bare ACSR messenger. Optional constructions Include a messenger of AAC or 6201 alloy. Insulation: A black cross linl(ed polyethylene (XLP} Insulation. Polyethylene (PE) Ins ulation is available upon req uest. Standards: ASTM B-230 ASTM B-231 AE3IM B-232 ~"1fl'I;-.,,. l "'800-945 .. 5542 © Priority Wire & Cable, Little Rock, AR PWC-2017 Aluminum Triplex Overhead Phase Conductors Dare Neutral Meuenget W•lsht (lb•)per1000 r,. Ampaclty(AmpsJ ~Peludlna 6 Solid 45 6 6/1 1,190 114.0 113,0 85 70 Voluta 6 7/w 45 6 6/1 1,190 115.0 112.0 85 70 Whelk 4 solld 4S 4 6/l 1,860 163.0 161.0 110 90 Periwinkle 4 7/w 45 4 6/1 1,860 172.0 169.0 110 90 Conch 2 7/w 45 2 6/1 2,850 262.0 257.0 150 115 Neritlna 1/0 7/W 60 1/0 6/1 4,380 420.0 414,0 200 155 Cenla 1/0 ,19/w 60 110 6/11 4,380 414.0 408.0 200 155 Runclna 2/0 7/w 60 2/0 6/1 5,310 519.0 512.0 230 180 Triton 1./0 19/lU GO 2/0 6/1 5,310 511.0 505.0 230 180 Cherrystone 3/0 7/w GO 3/0 6/1 6,620 656.0 643,0 260 205 Mursla 3/0 19/w 60 3/0 6/1 6,620 633.0 626.0 260 205 Razor 4/0 7/w 60 4/0 6/1 8,350 814.0 799.0 300 235 2:uzara' 4/0 19/w 60 4/0 6/1 8,350 785,0 777.0 300 235 !Limpet 336 19/IV 80 336 ill/1 8,680 1161.0 1147.0 380 290 ACSR REDUCED SIZE MESSENGER scallop 4 Solid 45 6 6/1 :1,190 142.0 139.0 110 90 Strombus 4 Jfw 45 6 6/1 1,190 151,0 148.0 l10 90 Cockle i 7/w 45 4 6/1 1,860 228.0 224.0 150 115 1Janthlne 1/0 7/w 60 ,. 6/1 2,850 367.0 360,0 200 155 Ranella 1/0 19/w 60 2 6/1 2,850 361.0 356.0 200 15S lcavollnla 2/0 7/w GO 1 6/l 3,550 452.0 444,0 230 180 Clio 2/0 19/w 60 1 6/11 3,550 444.0 437.0 230 180 5anddolla, 3/0 7/W 60 1/0 6/1 4,380 570.0 557.0 260 205 Aega 3/0 19/w 60 1/0 6/1 4,380 565.0 552.0 260 1.50 cuttlensh J,/0 7/w 60 2/0 6/1 5,310 706,0 691.0 300 2.35 Cera pus 4/0 19/w 60 2/0 6/1 5,310 678.0 670.0 300 235 Cowrv SSG 19/w BO 4/0 6/1 8,350 1135.0 1093,0 3BO ;.!90 WIIO"lllllilO 1-800-945-5542 © Pdo1ity Wire & Cable, Little Rock, AR PWC-2018 Trip l ex Aluminum Conductor 600V URD Phase Conductor Neutral Single Ampacity Code Phase Outside Weight (Amps) Word lnsulatlon Insulation Conductor Diameter (lbs.) per Sile Size (Inches) 1000 ft. Direct In Stranding Thickness Stranding Thickness (inches} AWG (mils) AWG fmifs] Burial Duct Erskine .6 7 60 6 7/w 60 0 .299 0.646 143 95 70 Vassar 4 7 60 4 7/w 60 0.345 0,754 203 125 90 Stephens 2 7 60 4 7/w 60 0.403 0 .842 264 165 120 Ramapo 2 7 60 2 7/w 60 0.403 0,874 294 165 17.0 !!renal! 1/0 19 80 2 7/w 60 0.522 1.064 408 215 160 Bergen 1/0 19 80 1/0 19/w 80 0.522 1.133 465 215 1DO Converse 2/0 19 80 1 19/w 80 0.566 1.174 502 245 180 Hunter 2/0 19 80 2/0 19/w 80 0566 1 .228 560 245 180 Hollins 3/0 19 80 1/0 19/W 80 0.616 1.276 608 280 205 sweetbrlar 4/0 19 80 . 2/0 19/w 80 0 .672 1.389 739. :315 240 Monmouth 4/0 19 BO 4/0 19/w 80 0.6'72 1.457 828 315 240 Pratt 250 37 95 3/0 19/w BO 0.748 1.538 893 345 265 Wesleyan 350 37 95 4/0 19/w 80 0 .851 1.736 1166 415 320 Rider 500 37 95 350 37/w 95 0.979 2 .035 1663 495 395 Fairfie ld 750 61 110 500 37/w 95 1.190 2 ,400 2289 615 525 The above data Is nominal and subject to manulacluung tolerances. Arnpacily 90 'C conductor temperatures, 20 'C ambient temperalure. RHO 50. 100% load f"lolor for throe conductor tripl es wilh neutral car1ylng only unbalanced load . Ampaclty not for NEC applicattons . Application: Aluminum 600V URD cable Is designed for use In secondary distribution circuits, where Installed In duel or direct burial appl1oatior:rn. Maximum operating temperature Is not to exceed 90"C In wet and dry locallons . Voltage rating Is 600 volts. As an opllon, this cable can be provided pre-pulled into dµcl. Conductors: Concentric strand or compressed 1350-H19 series aluminum conductor. Conducto rs are cabled togeth er, wllh surface printing for identification . The neutral conductor hao a yellow stripe. 1 .. soo--945-5542 © Piiority Wire & Cable, Little Rock, AR PWC-2018 RigBd Nonmetallic Schedule 80 Conduit Meets specifications of UL 651 and NEMA TC2 Rated for gouc Cable Sunllght Resistant 10'Lengths . No1.1tn~t~~!i.QiPVC ·sch.eduie 80 Conduit . . . . . . :_ · · . : Belled End •: 10' Lengths · · · Part S ize No. --~ -- A53AE12 ·1/2 ·A53AE12H 1/2 · 3,000 A53AG12 3/4 4,400 A53AG12H 3/4 2,200 A53BA12 1 3,600 A63BA12H 1 ·f,800 ---A53BG12 1-1/4 3,300 A538Ci2H H/4 '1,650 A53BE12 1-1/2 2,250 . - A53BE12H 1-1/2 900 A 530A12 2 '1,400 A530E12 2-1/2 930 A53DA12 3 880 A53EA12 4 5 70 A63FA12 5 380 A53GAi2 6 260 -.-.,.. .... ~ ""'·--N 98 CANTE)(, GANTEX ING . ~01 COMM!aACE STE , 2700 FORT WORrH, TEXAS 78102 8!7-216-7000 FAX: 617-216•7001 w,w.1.cantexlno,c_om I • Rigid Nonmetallic Sch u 8 0 Elbows .. Standard Radffus ; • 0 0 ,,::·;·:~.:.. I • • ' , ' ' '.: , ',: .• •• :, .-:• ·, 10 :;;/i •, .•·:· •'' -:.. • •·.:·. ," \ ;•.'•:·:,:~:'',• ~,q".~ ~-'' •,'•{{.~ •1,X'' '': •1 ••• •::·~· ~ •• • ,•' : ! ''f,' •I, ' '•: 10• ...... •• '"."-.. ~ .. ~ •• ','' ·,~ .-: ) ,: ·.:~·: ~ • • . :·;:··,.· .. ·. : ... , .· .:-: :._.-_.-._:,-,:.-:$chedule .8090-.. Efbow.i . .P.la1nEnd ... :-.:·.::.-·-.: ... :--'-' .· :·.·.-.:.:. I . ,, •' • • ' • ' ' •' ' • : , • • ,~ . I • 1( • '•' C\'; ' ~ • I • •'' • • ~ • ._ •.•. ,." •" • •• •, • t '• • • • • '• • • • • • • ' • • ' •, ', '• ,'• • • I, ' " • Part ll'ada Carlon Conforms to UL651 and Number Size Qty. NEMATC3 5121053 1/2 50 Material Is Rlgfd PVC 5121054-3/4 35 Bend Tolerance Is ±2° 5121055 20 ~,us 5121056 '1-1/4 30 5i2i057 1-1/2 30 l 6121058 2 15 5121059 2-1 /2 18 "H '' 5121 060 3 14 J ti1210fi8 3·1/2 12 J - 51210S1 4 10 5'121062 6 30' 6121063 6 25' /. "O"' • Pallet Quantity Part 'll'ade Carton Conforms to UL65'1 and Number Size Qty. NEMATC3 5121003 1/2 · 60 Material is Rfgtd PVC 612"1004 S/4 26 Bend Tolerance is ;1;2° 6121005 20 ~J~os S121006 1-1/4 25 C/INTg)(INC.~OI COMMEAC!a STE,2700l'Oll'rWORTH,TEXAS 76102 017•?.Hi·'/'OOO l'AX: 017-215 -7001 www.onntex/no,aom CANTE)(. 35 Parr Trade Number Size 6141623 112 6141624 3/4 6141625 6141626 1-1/4 6141627 M/2 6141628 2 6141629 2·1/2 6141680 3 6141681 3·1/2 6141632 4 6141633 5 6141634 6 •e141695D 8 ~ Nol UL Llatad carton Qly. 200 126 70 40 30 40 20 40 30 . 20 10 8 Schedule 40 / / A connector used to join lengths of conduit pipe. The fitting consists of two solvent we ld female ends with a center stop. Both pieces of pipe should seat at the .stop for proper positioning. .. · · · · · · · · ... ·. ·. _:· ·· i=c{inale Adapter · · . .-: ··. · · '.' · .-_· .. · · > Part 'lrade CmlQn A con nectar often used to transftlon Numbar Size QI. threaded metal conduit to PVC 6140043 1/2 200 conduit. It can also be used to join 5140044 3/4 126 PVC to P VC. The fittings consist of two fema le ends, One end is thread- 5140046 70 ed and the othel' rs· solvent we ld. @CD· Both ends will flt thesama diameter 6140046 1-1/4 40 conduit. 6140047 1-1 /2 30 • 81<IOOIICID e • * Not UL I.Isled Dlment1on& ere nornlnel CANtl:Xlt'lC, so1 COMMERCE Sll::,1700FORTWORTH,TexAs 70102 817·216 •7000 FAX1 917-2!B-7001 www,oanloxlno.coin CANTE){, 9 0 C A ., ~FBOX NQ'.M. · ONs·. SKID RESIST.A.NT SURF A mGHLINELOG LOGO----~ TIER RATING---~ POLYMER. CONCRE'I'E COVE lCHOl.324-02-·) TIER&= 82 LBS) TlER 15 = 47 LBS) (T!ERl2 =43 !.BS) I lpLOGOS. TACT INFORMATION · BRASS Nm .ASSEMBLY 1EoTHER . CUSTOMER .COM) &~FOR '• '•BELOW: SlllS j 1 =Sia' PENT.ABOLT I 2 -3JS BEX BOLi POLYMERCONQRE'l'},.-J TAPBRED BOX (P'l'BJ.82418XOOO·) (90LBS) ISO:rvIETRIC VIEW C J 2 l TECHNICAL DATA SHEETS STEEL POLES-STRUCTURAL & STEEL PRODUCTS WOOD POLE-CRESOTE PRESSURE TREATED I l ATTACHMENT B CONTRACTOR'S RESPONSE TO REQUEST FOR PROPOSALS FORT WORTH® PURCHASING DIVISION REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT AND ASSESSMENTS FOR STREET LIGHT INSTALLATION SERVICES AND LED CONVERSIONS RFP No.19-0080 Issued: February 13, 2019 OFFERS SUBMISSION DEADLINE: *******Thursday.March 28. 2012 by J;3QPM J&cal Time******* NO LA.TE OFFERS SHALL BE ACCEPTED RESPONSES SHALL BE DELIVERED TO; RESPONSES SHALL BE MAILED TO; CITY OF FORT WORTH PURCHASING DIVISION CITY OF FORT WORTH PURCHASING DIVISION LOWER LEVEL LOWER LEVEL 200 TEXAS STREET 200 TEXAS STREET FORT WORTH, TEXAS 76102-6314 FORT WORTH, TEXAS 76 l 02-6314 Pre-Proposal Conference shall be held: NAME AND ADDRESS OF COMP ANY Tuesday, March 12, 2019, 10:00 A.M. (Local Time), at SUBMITIING PROPOSAL: 5001 James Avenue, Fort Worth 76115, in the Training C iTEl u1v\ vs .,,. i "' c., Conference Room ~go1 KiRI:\)'. cl) R.,d \It ********************************************** \-le d s. ,()"' ':7 1 C)~ i 7 T~ FOR ADDITIONAL INFORMATION REGARDING THIS RFP PLEASE CONTACT: Contact Person: J: C F 'a:2~EN.SU/\l Sheila Baker, Purchasing Supervisor Title: Re 6 / c,.-Jfl L ct) i 1<F C Tb R sheiJa.baker@ FortWorthTexas.gov *********************************************** Phone: C5oLi) 6 ~ ~ -ii 6 l f RETURN THIS COVER SHEET WITH RESPONSE TO: Fax: ( ) Sheila Baker, Purchasing Buyer Email: .:f C:El ~<..E.N &,,-., @.Q..IT £ k tlM I ea,M Purchasing Division Signature ~....,.---,. 200 Texas Street, Lower Level Fort Worth, Texas 76102-6314 Printed Name::TC 'Flo,_REN.Sci>M Shall contract be available for Cooperative Agreement use? (See Section 27, page 7) Yes4"No __ Acknowledgment of Addenda: # 1 ~ #2 #3 #4 #5 A. Introductory Section A.1. Cover Letter Sheila Baker, Purchasing Supervisor 200 Texas Street, Lower Level Fort Worth, Texas 76102-6314 JC Florenson, Regional Director Citelum US Inc. 3801 Kirby Drive Houston, Texas 77098 (504)644-8811 jcflorenson@citelum.com ..,• ... citelum W/1 ~ GROUP E eDF Reference : Project Management and Assessment for Street Light Installation Services and LED Conversions. RFP No.19-0080 Geographic Areas Considered: 1, 2, 3, 4 Dear Ms. Baker, Thank you for the opportunity to submit Citelum's response to this RFP. Beyond the city's desire to assess and install streetlights , including LED conversions, in 4 residential areas, the Department of Transportation and Public Work (TPW) has created the opportunity to attract leading lighting companies to partner with the city in building a safer and more sustainable street lighting system. We understand the City reserves the right to award a single contract or multiple contracts by area listed in the scope and we believe Citelum offers the best value to TPW to perform the work on all 4 areas listed. Citelum and its partners provide global lighting expertise and industry best practices , in coordination with local knowledge to ensure that the city gets the most reliable and efficient street lighting assessment and upgrade . Our combined qualifications and experience offer TPW the best solution to save energy, tax payer dollars, and enhance safe nighttime environments. Our proposal blends state-of-the-art methodologies and technologies with a practical understanding of the city's management, budget, neighborhood, and staff expectations . Should other governmental entities decide to participate in this contract, Citelum agrees that all terms conditions, specification and pricing would apply. We greatly appreciate the opportunity to collaborate on this project and are committed to delivering value and success . Should you have any questions or need any clarification, please do not hesitate to contact me at any time. Best regards, JC Florenson Regional Director Citelum RFP No .19 -00 80 Page 1 of 20 A.2. Commitment to Minority Business Enterprises (MBE) Participation As an organization that operates on 5 continents, Citelum has a long-lasting tradition of partnering with local companies, including Minority Business Enterprises (MBEs). Citelum has established ties with several Fort Worth based MBEs and is committed to meet/exceed the 7% goal set for this project . We forecast the following participation from our MBE partners: Business Name Scope MBE Status % (range) Fort Worth Electrics Furnish/Install LED Lighting Fixture Active 3%-6% Salas Services Furnish/Install insulated Elec Condr Active 4%-7% Salas Services Tree pruning Active 1%-2% Total Service Performed by MBE 8%-15% RFP No .19-0080 Page 2 of 20 B. Cost of Services AREAl SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 9999.9999 9999.9999 0170.0100 2605.3002 3305.0103 3441.1402 3441.1403 3441.1410 3441.1501 3441.1646 3441.3050 3441.3301 3441.3323 3441.3338 3441.3351 3441.3353 3441.3411 9999.9999 9999.9999 9999.9999 9999.9999 3441.3501 9999.9999 9999.9999 AREA2 Proj ect Item Information Desc ripti o n Street Light Project Assessment Street Light Project Management Mobilizati on Furnish/Install 1 1/4" CONDT PVC SCH 80 (B) Exploratory Excavation of Existing Utilities Furnish/Install NO 6 Duplex OH insulated Elec Condr Furnish/Install NO 6 Triplex OH insulated Elec Condr Furnish/Install NO 10 Insulated Elec Condr Furnish/Install Ground Box, Small, w/ Lid Furnish/Install Type 338 Arm Furnish/Install LED Lighting Fixture ((100 watt EQ)-ATBO Cobra Head) Furnish/Install Rdwy lllum Foundation TY 1,2, and 4 Furnish/Install 8' Wood Light Pole Arm Furnish/Install 30' Wood Light Pole Furnish/Install Rdwy lllum TY 11 Pole Furnish/Install Rdwy lllum TY 1 Pole Furnish/Install Reconnect Conductor Install Single and daul eye bases Remove Conductor Remove Luminaire Arm Furnish Street Use Permit Remove Street Light Pole Tree Prunning Straighten Leaning Poles Bid S ummary SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project Item Information De scription 9999.9999 Street Light Project Assessment 9999.9999 Street Light Project Management 0170.0100 Mobilization 2605.3002 Furnish/Install 1 1/4" CONDT PVC SCH 80 (B) 3305.0103 Exploratory Excavation of Existing Utilities 3441 .1402 Furnish/Install NO 6 Duplex OH insulated Elec Condr 3441.1403 Furnish/Install NO 6 Triplex OH insulated Elec Condr 3441 .1410 Furnish/Install NO 10 Insulated Elec Condr 3441.1501 Furnish/Install Ground Box, Small, w/ Lid 3441 .1646 Furnish/Install Type 338 Arm 3441.3050 Furnish/Install LED Lighting Fixture ((100 watt EQ)-ATBO Cobra Head) 3441.3301 Furnish/Install Rdwy lllum Foundation TY 1,2, and 4 3441.3323 Furnish/Install 8' Wood Light Pole Arm 3441.3338 Furnish/Install 30' Wood Light Pole 3441.3351 Furnish/Install Rdwy lllum TY 11 Pole 3441.3353 Furnish/Install Rdwy lllum TY 1 Pole 3441.3411 Furnish/Install Reconnect Conductor 9999.9999 Install Single and daul eye bases 9999.9999 Remove Conductor 9999.9999 Remove Luminaire Arm 9999.9999 Furnish Street Use Permit 3441.3501 Remove Street Light Pole 9999.9999 Tree Prunning 9999.9999 Straighten Leaning Poles Bid S ummary RFP No .19-0080 Unit o f Meas ure EA EA LS LF EA LF LF LF EA EA EA EA EA EA EA EA EA EA LF EA EA EA HR EA Unit of Meas ure EA EA LS LF EA LF LF LF EA EA EA EA EA EA EA EA EA EA LF EA EA EA HR EA Est Uni t Price Bid Value Qty 922 $14.49 $13,357.66 922 $14.49 $13,357.66 1 $29,830.89 $29,830.89 2500 $11 .54 $28,845.39 53 $263.19 $13,949.04 77,850 $2.70 $210,065.23 1 ,500 $2.69 $4,040.86 50,000 $0.64 $32,213.50 5 $1 ,002.51 $5,012.56 2 $951 .13 $1 ,902.27 1 ,038 $305.36 $316,963.58 2 $2,088.92 $4,177.84 205 $409.32 $83,910.23 51 $554.00 $28,254.09 2 $2,112.32 $4 ,224.65 2 $2,759.26 $5,518.52 1,133 $1.75 $1 ,983.43 104 $483.79 $50,313.67 38,925 $0.79 $30,733.94 205 $229.00 $46,945.51 $1 ,033.94 $1,033.94 53 $267.1 7 $14,159.99 40 $369.48 $14,779.27 25 $224.29 $5,607.36 Total Bid $981181.09 .. '";-Est Unit Pri ce Bid Value Qty 922 $14.49 $13,357.66 922 $14.49 $13,357.66 1 $29,830.89 $29,830.89 2500 $11.54 $28,845.39 56 $263.19 $14 ,738.61 76 ,350 $2.70 $206,017.73 3 ,817 $2.69 $10 ,282.64 50,000 $0.64 $32,213.50 5 $1,002.51 $5 ,012.56 11 $951 .13 $10.462.48 1 ,018 $305.36 $310,856.38 2 $2,088.92 $4,177.84 209 $409.32 $85,547.50 45 $554.00 $24,930.08 2 $2 ,112.32 $4,224.65 11 $2,759.26 $30,351 .88 1 ,106 $1.75 $1 ,936.17 102 $483.79 $49,346.10 38,175 $0.79 $30,141 .77 209 $229.00 $47,861 .52 1 $1 ,033.94 $1,033.94 56 $267.17 $14,961.50 40 $369.48 $14,779.27 25 $224.29 $5 ,607.36 Total Bid $981.176.07 Page 3 of 20 AREA3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 9999.9999 9999.9999 0170.0100 2605.3002 3305.0103 3441.1402 3441 .1403 3441.1410 3441.1501 3441 .1646 3441 .3050 3441 .3301 3441.3323 3441.3338 3441.3351 3441.3353 3441 .3411 9999.9999 9999.9999 9999.9999 9999.9999 3441.3501 9999.9999 9999.9999 AREA4 Proj ect Item Informatio n Desc ription Street Light Project Assessment Street Light Project Management Mobilization Furnish/Install 1 1/4" CONDT PVC SCH 80 (B) Exploratory Excavation of Existing Utilities Furnish/Install NO 6 Duplex OH insulated Elec Condr Furn i sh/Install NO 6 Tri plex OH insulated Elec Condr Furnish/Install NO 10 Insulat ed Elec Condr Furnish/Install Ground Box, Small, w/ Lid Furnish/Install Type 33B Arm Furnish/Install LED Lighting Fixture ((100 watt EQ)-ATBO Cobra Head) Furnish/Install Rdwy lllum Foundation TY 1,2, and 4 Furnish/Install 8' Wood Light Pole Arm Furnish/Install 30' Wood Light Pole Furnish/Install Rdwy lllum TY 1 1 Pole Furnish/Install Rdwy lllum TY 1 Pole Furnish/Install Reconnect Conductor Install Single and daul eye bases Remove Conductor Remove Luminaire Arm Furnish Street Use Permit Remove Street Light Pole Tree Prunning Strai hten Leanin Poles Bi d S umma r y SECTION 00 42 43 PROPOSA L FORM UNIT PRICE BID Proj ect It em Information De scription 9999.9999 Street Light Project Assessment 9999.9999 Street Light Project Management 0170.0100 Mobilization 2605.3002 Furnish/Install 1 1/4" CONDT PVC SCH 80 (B) 3305.0103 Exploratory Excavation of Existing Utilities 3441.1402 Furnish/Install NO 6 Duplex OH insulated Elec Condr 3441 .1403 Furnish/Install NO 6 Triplex OH i nsulated Elec Condr 3441.1410 Furnish/Install NO 10 Insulat ed Elec Condr 3441.1501 Furnish/Install Ground Box, Small, w/ Lid 3441 .1646 Furnish/Install Type 338 Arm 3441.3050 Furnish/Install LED Lighting Fixture ((100 watt EQ)-ATBO Cobra Head) 3441.3301 Furnish/Install Rdwy lllum Foundation TY 1,2, and 4 3441.3323 Furnish/Install 8' Wood Light Pole Arm 3441 .3338 Furnish/Install 30' Wood Light Pole 3441 .3353 Furnish/In s t all Rdwy lllum TY 1 Pole 3441.3351 Furni sh/Install Rdway lllum TY 11 Pole 3441 .3411 Furnish/Install Reconnect Conductor 9999.9999 Install Single and daul eye bases 9999.9999 Remove Conductor 9999.9999 Remove Luminaire Arm 9999.9999 Furnish Street Use Permit 3441.3501 Remove Street Light Pole 9999.9999 Tree Prunning 9999.9999 Strai!lhten Leanin!l Poles Bid Sum mary RF P No .19-0080 Unit of Meas ure EA EA LS LF EA LF LF LF EA EA EA EA EA EA EA EA EA EA LF EA EA EA HR EA Unit o f Measure EA EA LS LF EA LF LF LF EA EA EA EA EA EA EA EA EA EA LF EA EA EA HR EA Est Unit Pri ce Bi d Value Qty 922 $14.49 $13,357 .66 922 $14.49 $13 ,357.66 1 $29,830 .89 $29,830 .89 25 00 $11 .54 $28,845.39 42 $263.19 $11,053 .96 34 ,800 $2 .70 $93 ,901.99 2,000 $2 .69 $5 ,387.81 95 ,000 $0 .64 $61 ,205 .65 4 $1 ,002.51 $4 ,010 .05 37 $951 .13 $35 ,191.98 93 1 $305.36 $284,290.07 15 $2 ,088 .92 $31,333 .80 29 $409 .32 $11 ,870 .23 5 $554 .00 $2 ,770 .01 15 $2 ,112 .32 $31 ,684 .86 37 $2,759 .26 $102 ,092 .70 1,023 $1.75 $1 ,790 .87 93 $483 .79 $44,992.03 65 ,000 $0 .79 $51,321.94 29 $229 .00 $6 ,641.07 $1 ,033 .94 $1,033 .94 42 $267 .17 $11 ,221 .12 40 $369.48 $14 ,779.27 25 $224 .29 $5,607 .36 To ta l Bid ·-Est Unit Price Bi d Value Qty 923 $14.49 $13 ,372.14 923 $14.49 $13 ,372 .14 1 $29 ,830 .89 $29,830 .89 2 500 $11 .54 $28 ,845 .39 35 $263 .19 $9 ,211.63 52 ,650 $2.70 $142,067.23 2,000 $2.69 $5,387.8 1 35 ,000 $0 .64 $22 ,549.45 3 $1,002 .51 $3 ,007 .53 13 $951 .13 $12,364.75 702 $305.36 $214 ,362 .65 6 $2,088.92 $12,533 .52 57 $409.32 $23,331 .14 22 $554 .00 $12 ,188.04 7 $2,112.32 $14 ,786.27 6 $2 ,759.26 $16 ,555 .57 768 $1 .75 $1,344.46 10 $483.79 $4 ,837 .85 28 ,358 $0 .79 $22 ,390 .58 57 $229.00 $13,053 .14 1 $1 ,033 .94 $1 ,033 .94 42 $267 .17 $11,221.12 40 $36 9.48 $14,779 .27 25 $224 .29 $5 ,607 .36 Total Bid $8,48033.1111 Page 4 of 20 AREA 1-4 SUMMARY UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Description 9999.9999 Street Light Project Assessment 9999.9999 Street Light Project Management 0170.0100 Mobilization 2605.3002 Furnish/Install 11/4" CONDT PVC SCH 80 (B) 3305.0103 Exploratory Excavation of Existing Utilities 3441.1402 Furnish/Install NO 6 Duplex OH insulated Elec Condr 3441.1403 Furnish/Install NO 6 Triplex OH insulated Elec Condr 3441.1410 Furnish/Install NO 10 Insulated Elec Condr 3441.1501 Furnish/Install Ground Box, Small, w/ Lid 3441.1646 Furnish/Install Type 338 Arm 3441.3050 Furnish/Install LED Lighting Fixture ((100 watt EQ)-ATBO Cobra Head) 3441.3301 Furnish/Install Rdwy lllum Foundation TY 1,2, and 4 3441.3323 Furnish/Install 8' Wood Light Pole Ann 3441.3338 Furnish/Install 30' Wood Light Pole 3441.3351 Furnish/Install Rdwy lllum TY 11 Pole 3441 .3353 Furnish/Install Rdwy lllum TY 1 Pole 3441.3411 Furnish/Install Reconnect Conductor 9999.9999 Install Single and daul eye bases 9999.9999 Remove Conductor 9999.9999 Remove Luminaire Ann 9999.9999 Furnish Street Use Pennit 3441.3501 Remove Street Light Pole 9999.9999 Tree Prunning 9999 .9999 Straighten Leaning Poles RFP No .19-0080 Un it of Measure EA EA LS LF EA LF LF LF EA EA EA EA EA EA EA EA EA EA LF EA EA EA HR EA Est Qty Unit Price Bid Value 3,689 $14.49 $53 ,445 .12 3 ,689 $14.49 $53 ,445 .12 4 $29,830.89 $119 ,323.58 10000 $11.54 $115 ,381.58 186 $263.19 $48 ,953.23 241 ,6 50 $2.70 $652 ,052 .18 9 ,317 $2.69 $25,099 .12 230,000 $0.64 $148 ,182 .11 17 $1,002 .51 $17,042.70 63 $951.13 $59,921.48 3,689 $305.36 $1,126,472.67 25 $2,088 .92 $52 ,222.99 500 $409 .32 $204 ,659 .09 123 $554 .00 $68,142.23 26 $2,112.32 $54,92 0.42 56 $2 ,759 .26 $154 ,518.69 4,030 $1 .75 $7,054.93 309 $483 .7 9 $149,489 .66 170 ,458 $0.79 $134 ,588 .22 500 $229 .00 $114 ,501 .25 4 $1,033 .94 $4 ,135 .76 193 $267.17 $51 ,563.73 160 $369.48 $59 ,117.08 100 $224.29 $22 ,429.46 Total Bid $3, Page 5 of 20 C. Qualifications and Experience C.1. A team with the highest level of qualification and experience To perform this project under TPW supervision, Citelum is teaming up with some of the most qual ified local contractors to provide the City of Worth with the best combination of: -global leadersh i p in municipal lighting -personnel with unique understand i ng of Fort Worth -the most reliable LED technology C.2. Citelum Overview Number of years in business As sessme nt .• ... citelum ""'' o;,a,"A - Question Number of years involved with proposed type of services Latest gross sales revenue Number of signed contracts in progress Latest gross income Annual revenue for last three (3) fiscal years Year over year growth last three (3) fiscal years Project Supervision ~· Project Management •'-citelum .,,. -- Street Light Operations ~cuityBrands. E.,,pMtd,tlgrhltboof\d'H'"ollilgtir1,ig~ % of electrical services sales revenue from clients in the State and Local Government industry % of electrical services sale revenue from clients in the Industry Total number of employees Number of service delivery employees dedicated to proposed solution Number of support services employees dedicated to proposed solution List of Locations in North America Additional information about insurance: O ther Op erations Response 9 9 755,726 10 755 ,726 2016 -$2 ,673 ,553 2017-$3 ,091 ,684 2018-$17,970,267 481 % 96 % 4% 49 8 8 Houston , TX Albuquerque, NM Baltimore, MD Chevy Chase, MD Citelum existing insurance and Surety bond programs meet or exceed the requirements noted in the RFP document and the Standard General Condition and add itional requirements that we might expect for a project of this si ze and scope . RFP No .1 9-0080 Page 6 of 20 C.3. Project Capabilities Citelum and its team provide global lighting expertise and industry best practices, in coordination with local knowledge to ensure that the city gets the most reliable and efficient products and services throughout the different phases of this project: Phase Qualification and Experience from similar project in nature Management Over the past 25 years , Citelum has developed a Assessment Installation unique experience in managing complex projects in a diverse urban environment, including Washington D.C and Albuquerque . Coordinating staffing availability, equipment and schedules, monitoring and reporting project progress is part of our day to day activities. Citelum believes that open and regular communication is a key contributing factor to successful projects. In the US, Citelum manages several warehouses, controls large inventories, coordinates material deliveries on different work sites and has installed for millions of dollars of LED fixtures. Citelum uses an internally developed software module that is dedicated exclusively to generating inventory and assessment databases of streetlights and grid elements. This module, called the MUSE Survey Module, will be used by assessment operators on-site with a tablet PC to collect or amend all existing information . As displayed in the reference section, Citelum US has successfully performed inventory and assessment for several US cities, including New Orleans , Washington DC, Miami Beach, and Albuquerque. Most Citelum projects are "turnkey" type of contracts, which include the responsibility of the entire lighting infrastructure. Citelum US currently operates several projects that require upgrading lights to LED, responding to emergencies (such as knocked down poles), replacing poles, arms, wires and other necessary material. Citelum recently completed the installation of 20,000+ streetlights, replaced over 200 poles and arms, and 80,000 ft of wires in less than 12 months for the City of Albuquerque, NM . C.4. Safety Culture Example of Citelum Operations Center Citelum Assessment Operator using his tablet PC Citelum crew member installing an LED Health and safety are paramount at all levels of Citelum's organizational structure. We have taken significant steps and made it an institutional priority to reduce frequency of accidents. Citelum's corporate Health and Safety Policy includes the following 5 priority actions : 1) Reinforcement of presence in the field: Regular manager safety visits and field inspection visits 2) Identification and analysis of root causes 3) Mitigate all height, electrical, road , environment, and handling risks prior to commencement of work 4) Effective communication of potential risks, near-misses, accidents, and best-practices 5) Establishing long-term partnerships to ensure that employees' skills match the tasks that they are assigned RFP No.19-0080 Page 7 of 20 C..5. Subcontractors Qualifications and Experience Question Subcontractor 1 Subcontractor 2 SUBCONTRACTOR NAME Graciel a Salas OBA Salas Services Fort Worth Electric Type of Legal Entity Sole Proprietor/OBA Limited Partnership Company ownership (i.e., Sole Proprietor Private private/public joi nt venture) Jurisdiction of Company Dallas County Tarrant County, Texas Formation Headquarters Loca t ion Irving TX 812 E 9th St Date Founded 1995 by Jose Salas-Refiled 4/1/2002 business under Wife Name in May 2018 Number of employees 8 30 Audited fina n cia l statements NA On record with City of Fort (last three yea r s) Worth Proposed Products or Services to Tree Removal, Tree Pruning, Street light replacement and be provided Debris Haul-Off, upgrades Stump Grinding, Landscape Demo/Clean-up, Level i ng Experience of subcontractor in 40+ (third generation family Current approved contractor of performing the se r vices to be owned and operated) City of Fort Worth provided Brief description AND number of None yet None projects that the Proposer h as partnered with this Subcontractor Locations where work will be DFW and surrounding areas-SO Phase II street lighting upgrades pe r formed mile radius C.6. Project Organizational Chart and Key Personnel Project Manager I Jim Bateman Executive Overs ight I Ricard lvern l l l Adja Ba Assessment Superv isor Street Light i ng Superviso r Other Ops. Supervisor JC Florenson Sean Popp Tony Thomas Joseph Salas Assessment Ope rators Crew 1 : Citelum Crew 1 : Salas Service Bryan Lopez Crew 2 : Citelum Carlos Perez Crew 3: Fort Worth Electric Crew 4 : Salas Service LED Strategic Partner Sylvia Tongate See Appendix 1 for Profiles RFP No .19-0080 Page 8 of 20 D. Equipment and Materials D.1. Warehouse Citelum has several existing locations in the US, including its Headquarters for North America in Houston , TX. We plan on establishing a local presence in Fort Worth . We have identified a potential warehouse/office space at 4500 Street Waldemar street Haltom City : strategically located for addressing project requirements. All operations will be based out of th is location including material and equipment storage . We have a letter of intent i n place and , are ready to finalize terms and conditions upon award of this project. D.2. Materials With over 3 million street lights under management, Citelum is one of largest buyers of street and pedestrian lighting products. Our technology-agnostic stance allows us to always recommend the best-fit technology for each project . Citelum has carefully reviewed the specifications for the different products included in this RFP and feel extremely confident in our ability to provide the specified material (RFP Appendix C) at the best price for TPW . For LEDs and Photocells : • Acuity LED -ATBO 20BLEDE70 MVOLT R2 3K MP NL P7 • Acuity LED -ATB2 40BLEDE10 MVOLT R2 3K MP NL P7 • LITHONIA Photo Cell -DLL127F 1.5 JU Strategic Partnership with Acuity Brands : Citelum has a long-lasting partnership with Acuity Brands and its subsidiaries . Strategic agreements between Citelum and Acuity are in place at d ifferent levels of our organ ization and personal relationships between employees from both companies allow us to deliver the best products and services to our clients . For key accounts, like the City of Fort Worth, we integrated a "L ED strategic partner" from Acuity. Sylvia Tongate from Acuity Brands will be occupying that role for this project . RFP No .19-0080 Pag e 9 of 20 '• . Citelum has reviewed the Pole RFP spec requirements as well as visually inspe cted a sample of poles in a prelimina ry field assessment (pictured below). This preliminary field assessment has revealed a wide variety of pole types and conditions . Citelum commits to a like for like replacement of the poles requiring replacement. 0.3. Equipment for Phase 2 Citelum will begin the Assessment Phase with 2 dedicated assessment operators will provide a full assessment of each street light utilizing the criteria specified by the city. Internally developed software util ized by Citelum w i ll assist in adhering to our proposed schedule as well as simplifying the collection and presentation of information to the city. To increase reliability, the assessment operators w i ll use the following list of equipment : • Tablet PC (portable and touch -screen) with Survey Module software, and GIS data • Integrated GPS to allow for confirmation of the location of the registered objects • Digital camera to take a picture of element and its surroundings 0.4. Equipment for Phase 3 Citelum is well versed in street lighting operations and easily able to relocate assets from our ongoing operations throughout the US in order to provide dedicated resources to the City of Fort Worth for th is project. Based on project scope we anticipate two types of teams : "Heavy " team and "Light " team . Below you will find the summary and capabilities of both. Heavy Team Breakout RFP No .19-0 080 . Capabilities •Pole Rep a i r, Remov a l & I nst a llation •Net wor k task s (l a r g e) •Arm I n st a llations (larg e) •Gen era l M a i nte n a nce (large) . . . Personnel •1 Supe rvisor •1 lin e M a n •1 Groundm a n •1 O perato r l"f' r;4•:lfi ... F~ ! >-; > ""/<'"' ~ ,:.. '" :. Ke•j'Equipment •Big Buc ket Fre i g htliner M2-106 •D e r r ick D igger Internati o na l 4300 •Arro w Board s (2) •Oran g e Safety Co nes m i n . 3 6 " (100) •Safety S igns (Lan e Cl o s ure A h ead, La n e Cl o s e d , S·id e w a l k Clo se d, e t c .) •Hard Hats, S afet y V est , and Safe ty Gla sse s •Too l kits r eq ui r e d fo r p e rfo rming wo r k Pa ge 10 of 20 Light Team Breakout D.S. Subcontractors Equipment r "' " ' Capabilities •Changing LEDs •Netwo rk tas ks (small) •Arm I nstallations (small) •General Ma i ntenance {sma ll) Personnel •1 Lin e Man •1 Groundma n Key Equipment •Sm all Bucket Fo rd F-55 0 •Arrow Boa rd s (1) •O ran ge Safety Cones mi n. 36" (50} •Safety Signs {La ne Clos ure Ahead, Lane Closed , Sid ew al k Closed, etc.) •Safety Eq ui pment (Hard Hats, Safe ty Ves t, and Safety Glasses, etc.) •Tool kits r equired for perfor m i ng wo rk Citelum is committed to partnering with local contractors who bring additional equipment capabilities . Subcontractor Capabilities Equipment Salas Services Landscaping, Tree Pruning, Electrical Trucks, Dumptruck, Chipper, Stump Installation Grinder, Chainsaws, Pole Saws, Climbing Equipment, Blowers, etc., Trailer, Grapple, Loader Fort Worth Electric Electrical Installation Trucks, Bucket Trucks, Trailer, Trencher. 0.6. Additional Equipment Additional equipment as required by the project and stored at the warehouse consists of the following: • Fork lift • Dump Trailer 7,000 lb. double axle If needed, any additional equipment will be made available by either relocating it from another operation location, leasing with a local vendor, or directly purchasing. RFP No .19-0080 Page 11 of 20 RFP No .19-0080 Page 12 of 20 E. Schedule E.1. Schedule Strategy Citelum has developed an operations plan and phasing schedule to give the option to TPW to complete the assessment and of all infrastructure repairs, including 3,689 LED upgrade, with an expedited timeline. The schedule was developed with consideration for the following factors : • Improvement of the lighting performance: we understand how lighting quality is important to residents (see attached res i dent test i mony in the reference section). Most of this project will be completed in residential areas where enhanced l ighting will contribute to Fort Wort's residents ' quality of living. • Maximization of energy savings : By offering the option of an expedite completion, Citelum offers to TPW, the city of Wort Worth and their residents the opportunity to decrease electricity bill faster. • Global approach: Citelum schedules work in the 4 areas at the same time for the purpose for social equ ity and balance between the different neighborhoods and districts. • Reduction of traffic disturbance by scheduling most of the disruptive work du r ing low daytime volume periods • Citywide event schedule: We bu i lt some flexibility i n our schedule so we can adjust it based on major events such as concerts taking place at Fort Worth Stock Yards. Citelum w i ll run all operations out of a centrally located warehouse (see section on equipment and material), where we will store equipment, vehicles, and the inventory upgrade materials. In order to expedite the schedule Citelum plans to run field crews concurrently. E.2. Project Meetings and Inspection Points Citelum proposes regularly scheduled meetings and inspection points throughout the project in order to address concerns early and ma i ntain an open line of communication with the city. This w i ll facilitate the expedited schedule as proposed by Citelum and insure a succes sful project implementation. • Bi -Weekly Progress Report Meeting • Monthly Inspections by TWP • Bi -Monthly Coordination with ONCOR E.3. Detailed Schedule Gant Chart on following page RFP No .19-0080 Pag e 13 of 20 Fort Worth Schedule Ma Gantt Chart .. •""citelum ~ "'" "°"''°' t-===---.-----.-----.--------.------,-------,-----!----~--- Name j Begin date j End date j...., --- ,' Award Date 6/3/19 6/3/19 i. --4'· Phase 1: Project Management 6/3/19 12/30/19 : 8• Mobilization 6/3/19 6/28/19 I ; ~· Warehouse Ramp-up 6/3/19 6/21/19 ; · : • Crews & Equipment Ramp-up 6/10/19 6/28/19 I cl• Progress Reports 7/15/19 12/30/19 f • Project Kickoff Meeting 7/15/19 7/16/19 !-· Bi-Weekly Progress Report 7/15/19 12/30/19 !-• Monthly Inspection TPW 10/2/19 12/30/19 ; L, Bi-Monthly Coordination ONCOR 9/16/19 12/30/19 ?'. Phase 2: Assessment 7/17/19 8/23/19 l 1-• Data Collection Setup 7/17/19 7/23/19 ! ~· Field Assessments 7/24/19 8/20/19 I l., Reporting 8/21/19 8/23/19 r· Phase 2 City Approval 8/26/19 8/30/19 r-· Material Procurement 9/2/19 9/6/19 :·• Receive Inventory 9/16/19 10/11/19 ~· Resident Notification 9/9/19 9/16/19 ct• Phase 3: Installation & Removal 9/17/19 12/27/19 i ~ • Area 1 LED Installation (1038) 9/17/19 11/29/19 l l-, Area 2 LED Installation (1018) 10/1/19 12/13/19 i :-· Area 3 LED Installation (931) 10/22/19 12/20/19 i r • Area 4 LED Installation (702) 11/11/19 12/27/19 j i-• Tree Pruning 9/17/19 12/27/19 : '-• Disposal 9/30/19 12/13/19 L, Final City Inspection & Approval 12/30/19 1/10/20 RFP No.19--0080 City Inspection Po i nt Pha se 2 or 3 Ex ec ution General Tas k Progress Rep o rts -,_._... [ ,,... _ _,, I . .if J\ i -2:-·--I l I , _ _.., c:--_3_&_ , _1LBl-1103I r . I I • -4LED-17112) ,. I Page 14 of 20 F. References F.1. Citelum References Question Reference 1 Reference 2 Reference 3 Reference 4 Company Name City of Albuquerque City of Dove r Maryland State Maryland State Highway " Highway (Reference) Adm i nistration Administration Industry Municipal Municipal Municipal Municipal Assessment , Design, Complete LED upgrade of 2,900 Procurement, Fi nancing, LED Conversions , i nventory, highway luminaires. Installation, Scope of Services operations and evaluation , and Scope included a field Recycling , Provided Maintenance of citywide photometric inventory and evaluate Disposal lighting infrastructure assessment of the existing City lighting infrastructure. -Complete i nventory and Complete Model Roadway Furn ish & Install assessment of street light inventory, configurations and LED Traffic Signal and Business i nfrastru ctu re evaluation, and upgrades in Equ i pment and Processes -Larg e scale LED conversion photometric photometric softwa re. Remove and Implemented -Mult iyear operation , assessment of Select , procure and Dispose of ma i ntenance and City lighting install LED fixtures Existing management of city-wide assets. Equipment street light installation Proposed Solution Full i mplementation Inventory only Primary Contractor Removal & Implemented Installation Contract Size ($) $40.2M $59K $4 .3M $361K Estimate Project Start Date November 1, 2017 February 13 , January 15, 2014 July 28 , 2017 2019 Project 21 ,000 LED upgrade March 30 , 2019 March 28, 2017 August 1, 2018 Completion Date completed in 2018. (if in progress, Maint enance cont ract -14 state expected years remaining Completion Date) Contract Term 15 year Performance 45 Days 3 years 1 year guarantee contract Patrick Montoya --Director Paul Waddell--Kelly Caldwell -Harper Kelly Caldwell - of Department of Municipal System Assistant Division Chief, Harper Contact Name Development Operations Traffic Operat ions Assistant Division and Title Superintendent Division Ch ief, Traffic Operations Division Contact Phone 505 -768-3892 302-674-7568 410-787-7625 410-787 -7625 Number 1 Civic Plz NW# 7057 , 860 Buttner 7491 Connelley Drive 7491 Connelley Contact Address Albuque rque, NM 87102 Place Dover, Hanover, MD 21076 Dr ive Hanover, Delaware 19904 MD 21076 (;!atrick@cabg .gov [!waddell@dove kcaldwellha r (;!er@sha.s kcaldwellhar[!er Contact Email r.de.us tate.md .us @sha .state.md.u s Names of Service David Wood , Rob Pollock Sean Popp, Jeffrey Young Jeffrey Young Project Manager Chris Goslin RFP No .19-00 80 Pag e 15 of 20 F.2. Subcontractors References SUBCONTRACTOR REFERENCES Graciela Salas DBA Salas Services Fort Worth Electric Company Name (Reference #1) Ve ri tas General Contra ctors, LLC City of Fort Worth TPW -Street Light Div Industry Const r uction/Ge -Municipal ft y - Scope of Services Provided Tree Removals , Tree Pruning , Street light replaceme nts and New Landscape Demo, Installation s Landscape Clean -up Business Processes Implemented Establish scope of work, Perform site survey, Prov ide project management, then perform Installations Per city standards and specification Version of Proposed Solution Standard operating procedure for Implemented street light inst allations Project Start Date 11/1/2018 2010 to present Project completion Date (if in 12/1/2018 On going progress, state expected Completion Date) Contract Term 7/5/2018 -7/4/2020 Contact Name and Title Leon Munson -Project Executive Doug Hoffman Contact Telephone Number 817-680-5231 817-734-4709 Contact Address Address. 16250 Knoll Trail Dr., Suite 5021 James Ave , Fort Worth, TX #111 Dallas , TX 75248 Contact E-mail leon@veritasdfw.com ray:mond.hoffman@fortworthtexas. gov Company Name (Reference #2) Enviroscape-Stephen Clements Tarrant County College District Industry Landscap i ng College , Higher Education Scope of Services Provided Tree Services -Removal , Stump Electrical construction , Site and Grinding, Tree street lighti ng projects, Lighting Pruning, Debris Haul -off retrofit and Lighting controls Business Processes Implemented Minor engineeri ng , Site su rvey, Light design , Project management and installation per customer building standards. Version of Proposed Solution Standard operating procedure for Implemented electrical construction and lighting design/ build Project Start Date 9/1/2018 2008 to present Project completion Date (if in Ongo i ng On going progress, state expected Completion Date) Contract Term On going Contact Name and Title Stephen Clements Don Lang Contact Telephone Number 214-956-7477 817 -515 -6291 Contact Address 5450 N Riverside Dr, Fort Worth, TX Contact E-mail ste1:1hen@envirosca1:1etx.com donald.lang@tccd.edu RFP No .19-0080 Page 16 of 20 F.3 . Current Implementation Question Project 1 Project 2 Company/Organization Name City of Albuquerque City of Dover Industry Municipal Municipal Scope of Services Provided Assessment , D.esign , Financing , LED Complete inventory, Conversions, operations and Maintenance of evaluation, and photometric citywide lighting infrastructure assessment of City lighting assets. Business Processes -Complete inventory and assessment of Complete inventory, Implemented street light infrastructure evaluation, and photometric -Large scale LED conversion assessment of City lighting -Multiyear operation, maintenance and assets. management of city-wide street light installation Version of Proposed Solution Full implementation Inventory only Implemented Contract Size ($) Estimate $40.2M $59K Project Start Date November 1, 2017 February 13, 2019 Project End Date (if in progress, 21,000 LED upgrade completed in 2018 . state expected End Date) Maintenance contract -14 years remaining March 30, 2019 Contract Term 15 year Performance guarantee contract 45 Days Name of System Integrator (if Citelum Citelum part of scope) Names of Service Provider David Wood, Rob Pollock Mike Bartoszek, Jeffrey Young Engagement Manager and Project Manager RFP No .19-0080 Page 17 of 20 F.4. Testimon ies from Ci t y Representatives and Residents CITY OF ALBUQUERQUE Department of Mt1nicipal Development l'O !lox 1293 P,trick M on toya, Dircctoc December 20, 20 I 8 Mr. David Wood 4000 Vassar Dr. NE Albuquerque, New Mexico 87107 Re : Citel um Contract Dear David: Timothy M Keller, Mayor As you know, Citelum was awarded the contract to upgr~de nearly 20,000 streetlights from HPS 10 LED within the city of Albuquerque. All lights that were converted are owned and operated by the city. I was appointed director of the d epartment just as the project was _getting ~arted. l am pleased to say that it was a pleasure working with you and your highly skilled staff. A s a result of your efforts the project was completed on time and on budg~t. . You also need to be credited because there were no accidents reported dunng this project. I speak for not only myself, but also this administration in saying t~t our experience with Citclum was positive and would be considered a favorable opuon for further Albuquerque projects. I look forward to our continued working relationship over th e years. Please feel free to reach out to me at any time. M y direct number is 505-206-4031 and of course, you New Maico 87t03 can always reach me v ia e-mail at patrick/ii'cabg.gov. www.cabq.gov Sincerely, Emai l from Albuquerque Resident From: Katrina Ja ckson <katrinajackson13@gmail.com > Sent: Wednesday, May 23, 2018 7 :23 PM To: Sean Popp <spopp@citelum .com > Subject : Thank You for lighting a very importan t window To whom it may concern, This past Monday I contacted your office to report a street light out in front of my home near Golf Course and M cMahon . First off, the lady that I spoke to on the phone at your office was so polite and wa s very helpful in pinpointing the exact light I was talking about. Normally I would not be concerned about a street light out, but t his light is in front of my 8 month o ld baby daughters window and it gives me a great se nse of security for her at night. The very kind lady I spoke w ith, told me that th e light was in the system and it should be taken care of in 2-3 we eks. I was very unhappy to hear tha t it w o uld take that long but I do und er stand that street light outages are probably VERY popular. Turn s out you all had a tru ck at my home this morning. Mike and Jason were out front worklns on my llsht and I could not be more thankful for their kindness and quick work. They sai d that they needed a rep lacement part for the light and they cou ld be back tomorrow to r eplace it. I told them how extremely happy I was that this was all taklns place so quickly because of fflY babies front window beln& SO dark at nlsht. With that sa id , they sa id that they w ou ld try to go get the replac emen t part today and be back later to have the lig ht working this evening. Sure enough they returned la ter today and replaced the part. Thank you, thank you, thank you !! I w as worried that thi s light would be out for 2-3 w eeks more and now I can re st easy tonight knowing that my baby daughters wind ow will be illuminated from the st re et . As Mike or Ja son (didn 't ca tch who w as who) sai d "the lig ht help s keep the darkness o ut and thi s city unfortunately ha s a lot of darkness ." Peo ple like Ja son, M ike and the lady on the phon e ma ke me pro ud of our city and the peo pl e that make it work. Thank you Cltelum for you quick work, sreat customer service and fantastic employees. I could not be more pleased with you all handllns our streets I -Bl ess ings- Katrina Jackson RFP No .19-0080 Page 18 of 20 Appendix 1: Profiles Key Personnel from Implementation Team Jim Bateman Project Manager Years of Experience: +21 Years Mr. Bateman has more than 21 years of experience in all construction aspects of system upgrades and new builds and is currently : • Strategic Project Manager, in charge of starting proj ects in new areas • Safety and Operations Supervisor for Citelum US , Inc. • Responsib le for the design installation of lighting systems for various projects, performed and managed construction activities • Overall responsibility for our street lighting and electrical activities in the US . Mr. Bateman had direct oversight over multiple lighting infrastructure upgrades in Washington DC , Baltimore, Albuquerque, etc. Mr. Bateman has also been responsible for procurement and completion of electrical and lighting projects for multiple jurisdictions in Maryland and The District of Columbia includ i ng Washington Metro, Maryland Transportation Authority, Towson University, the City of Laurel, MD. Tony Thomas Street Lighting Supervisor Years of Experience : +25 years Education: NECA / IBEW Electrical Apprenticeship After completing his electrical apprenticeship, Mr. Thomas worked for 8 years supervising crews for industrial and commercial project. During his 8-year tenure he held safety as his number one prerogative and created a safe and healthy work environment for all his crews . Once he changed roles into a Sr . Project Manager; he worked on managing and implementing electrical project up to 3.5 million dollars . Currently, Tony will be working with Citelum as a lighting supervisor and will oversee managing the crews and safety aspect of the operation . Sean Popp Assessment Supervisor Years of Experience : +10 years Areas of Expertise: Operation of Aerial Lifts, Streetlight Installation, Troubleshooting Fixture and Circuits, Safety Supervision Education: Certified Flagger, OSHA 10 & OSHA 30 , CPR and First Aid, Fall Protection, FTI Rigging Training, Manhole Entry, and Temporary Traffic Control Manager. Also earned DOT/Medical Card and Settlement and Erosion Yellow and Green Cards. With his extensive experience with the inventory and surveying of streetlight poles and utilities in the Washington DC area, Mr. Popp is amply qualified to handle field supervision for Citelum US . During his tenure in Citelum, he has managed and completed full i nfrastructure assessment for the cities of Albuquerque and Miami Beach . During these assessments Mr. Popp managed, trained and oversaw the field operations team . His other expertise includes, equipment operation of bucket trucks, as well as completing house service loops, over-head terminations for streetlights, and relay installation including 30 , 60 , and 100 AMP relays. He is OSHA 10 trained for the construction industry and has earned many safety certifications. RFP No .19-0080 Page 19 of 20 Executive Oversight Team Ricard lvern CEO of Citelum North America Years of Experience: +21 Finance, Lighting Performance, Management, Public Private Partnership Education: Universitat de Catalunya -Nuclear Engineer ISO Quality Project Manager Grade ESADE Business School-MBA Mr. lvern is currently serving as the CEO of Citelum US, Inc. leading and managing Citelum subsidiaries in the in the US and Mexico . He has extensive international experience with high-quality light maintenance and the implementation of sophisticated lighting upgrade programs . With ov er 16-year experience within Citelum , he has lead projects across Spain , Columbia , and Mexico among other areas . Mr. lvern has specific experience with implementing complex streetlighting solutions and management strategies, including large-scale LED conversions. Mr. lvern developed the first Public Private Partnership focused on Street Lighting Global Management in North America , based on Energy and O&M savings of $220 million over a 10-year period. He is now tasked with developing the North American market for Citelum, utilizing his client-centric approach and public partnership expertise to drive America's cities toward smarter, greener, and safer lighting infrastructure. Adja Ba VP of Institutional Relations, Human Resources and Administration at Citelum US Years of Experience : +20 Years Education: Master's degrees from Johns Hopkins University and HEC School of Management Mrs. Ba is responsible for negotiating on behalf of Citelum US, Inc. the best competitive pricing for the highest quality products . She is also in charge for planning and executing strategies to partner and develop new business opportun ities with key organizations . Mrs. Ba has created strong alliances among executives, peers, and stakeholders . She is an accomplished executive who excels at analyzing lucrative global bu siness need s, identifying growth opportunities, and attaining leverage in competitive markets. She is an influential strategist who develops processes and procedures to address workforce design and positively impact company change, and who aligns awareness of cultural, economic, and social matters to deliver effective policies . As an HR Leader, she also has an extensive experience in managing safety and establishing a safety culture for our employees. ·f I JC Florenson Reginal Directo r Years of Experience : +13 Years Education: Master's degree in KEDGE Bus iness School with a focus on Strategy and Public-Private Partnership . As Regional Director, Mr. Florenson is responsible for assisting local municipalities in planning, financing and implementing large and complex lighting/infrastructure projects. For the past 6 years, Mr. Florenson has been working with US municipalities to implement tools and processes for improved, more cost-efficient streetlight systems that use substantially less electricity and save tax payer money. After working as Project Manager with IBM , JC then worked for Waterville Consulting Group, a Shanghai-based management consulting firm. Mr. Florenson developed the first 15-year Public Private Partnersh i p for streetlighting in the City of Albuquerque and successfully implemented the project . Mr. Florenson as the account Manager will be Citelum's point of Contact for the City of Fort Worth . He will ensu re that any of the que sti ons or concerns from the City will be answered . RFP No .19-0080 Page 20 of 20 Fort Worth Schedule Ma Gantt Chart ~·,cit~'!! r-====rwil~-----------,-------------------i-:111211------- Name I Begin date I End date 1.---- r·• Award Date 6/3/19 6/3/19 • _.,. * • Phase 1: Project Management 6/3/ 19 12/30/ 19 liiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiif,i;;-j;1,;;;,.......;-... i.;;;;;_;;;;;;;,.;;. -- j f,1 • Mobilization 6/3/19 6/28/19 J ! ~· Warehouse Ramp-up 6/3/19 6/21/19 i : : • Crews & Equ ipment Ramp-up 6/10/19 6/28/19 I a• Prog ress Reports 7/15/19 12/30/19 · ,. .• Project Kickoff Meeting 7 /15/19 7 /16/19 !-· Bi-Weekly Progress Report 7/15/19 12/30/19 •-• Monthly Inspection TPW 10/2/19 12/30/19 , L, Bi-Monthly Coordination ONCOR 9/16/19 12/30/19 ?' Phase 2: Assessment 7/17/19 8/23/19 ! !-• Data Collection Setup 7/17/19 7/23/19 t I-• Field Assessments 7/24/19 8/20/19 i I i ., Reporting 8/21/19 8/23/19 i-• Phase 2 City Approva l 8/26/19 8/30/19 f-· Material Procurement 9/2/19 9/6/19 '. • Receive Inventory 9/16/19 10/11/19 I·· Res ident Notification 9/9/19 9/16/19 .::1• Phase 3: Installation & Removal 9/17/19 12/27/19 11 • Area 1 LED Installation (1038) 9/17/19 11/29/19 l f • Area 2 LED Installation (1018) 10/1/19 12/13/19 ! f-· Area 3 LED Installation (931) 10/22/19 12/20/19 l r • Area 4 LED Installation (702) 11/11/19 12/27/19 I i-• Tree Pruning 9/17/19 12/27/19 • L. Disposa l 9/30/19 12/13 /19 I "' Final City Inspection & Approval 12/30/19 1/10/20 City Inspection Point Phase 2 or 3 Execution General Task Progress Reports -,_...,... .-· .. {' , -21- I 1-- 1 c--_,_,_ -1 LED-(1038 I r I ,...,_. ATTACHMENT C NIA REFER TO ATTACHMENT B ATTACHMENT D VERIFICATION OF SIGNATURE AUTHORITY FORM Contractor address city, state, zip ATTACHMENT D VERIFICATION OF SIGNATURE AUTHORITY Execution of this Signature Verification Form ("Fonn") hereby certifies that the following individuals and/or positions have the authority to legally bind-Contractor and to execute any agreement, amendment or change order on behalf of Contractor. Such binding authority has been granted by proper order, resolution , ordinance or other authorization of Contractor. City is fully entitled to re ly on the warranty and representation set forth in this F onn in entering into any agreement or amendment with Contractor. Contractor will submit an updated Fonn within ten { 10) bu s iness days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it rece ives a revised Form that has been properly executed by Contractor. Name: i2i CQ f). \vetvl Position : l"'.\:7 1. Signature 2 . Name: Position : Sign ature 3 . Name: Position: Signature Name: Signature of Presi dent I CEO Other T itle: Date : STREET LIGHTS REPAIR-REPLACE Contractor Services Agreement Page 12of 14 ATTACHMENT E STANDARD GENERAL CONDITIONS C ITY OF FORT WORTH STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICAT ION DOCUMENTS Revision: Febmruy2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 -Definitions and Terminology .......................................................................................................... 1 1.01 Defined Terms ............................................................................................................................... l 1.02 Terminology .................................................................................................................................. 6 Article 2 -Preliminary Matters ......................................................................................................................... 7 2 .01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time ; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3 -Contract Documents : Intent, Amending , Reuse ............................................................................ 8 3.01 Intent. ............................................................................................................................................. 8 3.02 Reference Standards ...................................................................................................................... 9 3 .03 Reporting and Resolving Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Contract Documents ................................................................. 10 3.05 Reu se of Documents ................................................................................................................... 10 3.06 Electronic Data ............................................................................................................................ 11 Atticle 4 -Availability of Lands; Subsurface and Physical Conditions; Hazardous Env ironmental Conditions ; Reference Points ........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 4 .03 Differing Subsurface or Physical Conditions ............................................................................. 12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points ......................................................................................................................... 14 4 .06 Hazardous Environmental Condition at Site .............................................................................. 14 Article 5 -Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Sureties and Insurers ................................................................................................... 16 5 .02 Performance , Payment, and Maintenance Bonds ....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor's Insurance ................................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 19 Article 6 -Contractor's Responsibilities ........................................................................................................ 19 6 .01 Supervision and Superintendence ............................................................................................... 19 CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPEC IFICA TJO N DOCUMENTS Re vision: February 2, 20 16 6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services , Materials, and Equipment ........................................................................................... 20 6.04 Project Schedul e .......................................................................................................................... 2 1 6.05 Substitutes and "Or-Equals" ....................................................................................................... 21 6.06 Concerning Subcontractors , Supp liers , and Others .................................................................... 24 6 .07 WageRates .................................................................................................................................. 25 6 .08 Patent Fees and Royalties ........................................................................................................... 26 6.09 Permits and Utilities .................................................................................................................... 27 6.10 Laws andRegulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Site and Other Areas ....................................................................................................... 28 6.13 Record Documents ...................................................................................................................... 29 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative .................................................................................................................. 30 6.16 Hazard Communication Programs ............................................................................................. 30 6.17 Emergencies and/or Rectification ............................................................................................... 30 6.18 Subrnittals .................................................................................................................................... 31 6 .19 Continuing the Work ................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee .......................................................................... 32 6.21 In d e mnification ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6 .23 Right to Audit. ............................................................................................................................. 34 6.24 Nondiscrimination ....................................................................................................................... 35 Article 7 -Other Work at the Site ................................................................................................................... 35 7.01 Re lat edWorkatSite ................................................................................................................... 35 7 .02 Coorqination ......................................................................... :··········.-···········································36 Article 8 -City's Responsi bilities ................................................................................................................... 36 8.01 Communications to Contractor ................................................................................................... 3 6 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests ................................................................................... 36 8.05 Change Orders ............................................................................................................................. 36 8.06 Inspections , Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37 8.09 Compliance with Safety Program ............................................................................................... 37 Article 9 -City's Observation Status During Construction ........................................................................... 37 9.01 City's Project Manager ............................................................................................................ 37 9.02 VisitstoSite ................................................................................................................................ 37 9 .03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations for Work Perfmmed .......................................................................................... 38 9 .06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 C lTY OF FORT WORTH STANDARDCONSTRUCTIO SPEClFICATION DOCUMENTS Revision: Feb,uaiy2, 2016 Article 10 -Changes in the Work; Claim s; Extra Work ................................................................................ 3 8 10 .01 Authorized Changes in the Work ............................................................................................... 38 10 .02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Execution of Change Orders ....................................................................................................... 39 10 .04 Extra Work .................................................................................................................................. 39 10 .05 Notification to Surety .................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 -Cost of the Work ; Allowances; Unit Price Work; Plans Quantity Measurement... .................. .41 11 .01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11 .03 Unit Price Work .......................................................................................................................... 44 11 .04 Plans QuantityMeasurement.. .................................................................................................... 45 Article 12 -Change of Contract Price ; Change of Contract Time ................................................................ .46 12 .01 Change of Contract Price ............................................................................................................ 46 12.02 Change of Contract Time ............................................................................................................ 47 12 .03 Delays .......................................................................................................................................... 47 Article 13 -Tests and Inspections ; Correction, Removal or Acceptance of Defective Work ..................... .48 13 .01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13 .03 Tests and Inspection s .................................................................................................................. 48 13.04 Uncovering Work ........................................................................................................................ 49 13 .05 City May Stop the Work ............................................................................................................. 49 13 .06 Correction or Removal of Defective Work ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work. .................................................................................................. 51 13.09 City May Correct Defective Work ............................................................................................. 51 Article 14 -Payments to Contractor and Completion .................................................................................... 52 14 .01 Schedule ofValues ...................................................................................................................... 52 14 .02 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14 .05 Final Inspection ........................................................................................................................... 55 14.06 Final Acceptance ......................................................................................................................... 55 14.07 Final Payment. ............................................................................................................................. 56 14 .08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14 .09 Waiver of Claims ........................................................................................................................ 57 Article 15 -Suspension of Work and Termination ........................................................................................ 57 15 .01 City May Suspend Work ............................................................................................................. 57 15 .02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60 Article 16 -Dispute Reso lution ...................................................................................................................... 61 16 .01 Methods and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECfFICATION DOCUMENTS Revision: Febmary2, 2016 Article 1 7 -Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................ 62 17 .03 Cumulative Remedi es ................................................................................................................. 62 17 .04 Survival of Obligations ............................................................................................................... 63 17.05 Headings ...................................................................................................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Re vision: Feb,uaiy2,2016 ARTICLE 1 -DEFINITIONS AND TERMINOLOGY 1. 0 l Defined Terms 00 72 00-I GENERAL CONDITIONS Page I of 63 A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics , but not always . When used in a context consistent with the definition of a listed-defined term , the term shall have a meaning as defined below whether capitalized or italiciz ed or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs , and the titles of other documents or forms. 1. A ddenda-Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents . 2 . Agreement-The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Pay ment-The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents . 4 . A s bestos-Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award -Authorization by the City Council for the City to enter into an Agreement. 6. Bid-The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder-The individual or entity who submits a Bid directly to City. 8 . Bidding Do cum ents-The Bidding Requirements and the propos ed Contract Documents (including all Addenda). 9. Bidding Requirements-The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form , if any , and the Bid Fom1 with any supplements . l 0 . Busin ess Day -A bus iness day is defined as a day that the City conducts normal bus ines s , generally Monday through Friday, except for federal or state holidays observed by the City. 11 . Buzzs aw -City's on-line, el ectronic document management and collaboration sy stem. 12 . Cal enda r Day -A d ay consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCT ION SPEC !FICA TI ON DOCUMENTS Rev ision: Febmaiy2, 20 16 00 72 00-I GENERAL CONDITIONS Page 2 of 63 13. Change Order-A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion , or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. Ci ty-The City of Fort Worth, Texas , a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through it s City Manager, his designe e, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fmt Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15 . City Attorney -The officially appointed City Attorney of the City of Fort Worth , Tex as, or his duly authorized representative. 16 . City Council -The duly elected and qualified governing body of the City of Fort Worth , Texas. 17. City Manager -The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative . 18. Contract Claim -A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both , or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim . 19 . Contract-The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, repre sentations , or agreements , whether written or oral. 20 . Contra ct Do cum ents-Those items so de signated in the Agreement. All items listed in th e Agreement are Contract Documents . Approved Submittals , other Contractor submittals , and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Pri ce-The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22 . Contra ct Tim e-The number of days or the dates stated in the Agreement to : (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance . 23 . Contra ctor-Th e individual or entity with whom City has entered into the Agreement. 24. Co st of th e Work-See Paragraph 11.01 of these General Conditions for definition . CITY OF FO RT WORTH ST AND ARD CONSTRUCTION SPEC!F ICA TION DOCUMENTS Revision: Feb tuaiy2, 20 16 007200-1 GENERAL CONDITIONS P age 3 of 63 25. Damage Claims -A demand for money or services aiising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day -A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation -The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents . 28. Director of Parks and Community Servic es -The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development -The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas , or his duly appointed representative, assistant, or agents. 30 . Director of Transportation Public Works -The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas , or his duly appointed representative, assistant, or agents. 31. Director of Water Department -The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32 . Drawings-That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer-The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work -Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order -A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price , Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance -The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS Revision: February 2, 2016 00 72 00-I GENERAL CONDITIONS P age 4 of 63 38. Final Inspection -Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements-Sections of Division 1 of the Contract Docwnents . 40. Hazardous Environmental Condition-The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto . 41 . Hazardous Waste-Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations , as amended from time to time. 42. Laws and Regulations-Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities , and courts having jurisdiction. 43. Liens-Charges , security interests, or encumbrances upon Project funds , real property, or personal property. 44. Major Item -An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone-A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award-The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein , City will sign and deliver the Agreement. 47 . Notice to Proceed-A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs-Polychlorinated biphenyls. 49 . P etroleum-Petroleum , including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse , gasoline, kerosene , and oil mixed with other non-Hazardous Waste and crude oils. 50 . Plans -See definition of Drawings . CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUME TS Revi sion: February2,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule-A schedu le, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project-The Work to be performed under the Contract Documents. 53. Project Manager-The authorized representative of the City who will be assigned to the Site. 54. Public Meeting -An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55 . Radioactive Material-Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq .) as amended from time to time. 56. Regular Working Hours -Hours beginning at 7:00 a .m. and ending at 6:00 p.m ., Monday thru Friday (excluding legal holidays). 57. Samples-Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58 . Schedule of Submittals-A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities . 59. Schedule of Values-A schedule, prepared and maintained by Contractor, allocating porti ons of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site-Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits , and easements for access thereto , and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications-That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto . Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor-An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DO CUMENTS Revision: Febmaiy2, 201 6 00 72 00-I GENERAL CONDITIONS Page 6 o f 63 63. Submittals-All drawings, diagrams , illustrations , schedules, and other data or information which are specifically prepared or as sembled by or for Contractor and submitted by C ontractor to illustrate some portion of the Work. 64. Su ccessful Bidder-The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65 . Sup erintendent -The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Condition s-That part of the Contract Documents which amends or supplements thes e General Conditions. 67 . Supplier-A manufacturer, fabricator, supplier, di st1ibutor, materialman, or v endor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Fa cilities-All underground pipelines, conduits , ducts , cables, wires , manholes, vaults, tanks, tunnels, or other such facilitie s or attachments , and any encasements containing such facilities , including but not limited to , those that convey electricity, gases, steam, liquid petroleum products , telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems . 69 . Unit Price Work-See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Workin g Ho urs -Hours beginning at 9 :00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holi day, as approved in advance by the City. 71. Work-The entire construction or the various separately identifiable pa1ts thereof r equired to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, s ervices, and documentation necessary to produce s uch construction including any Change Order or Field Order, and furni shing, installing, and incorporating all m aterials and equipment into such construction, all as required by th e Contract Documents . 72 . Workin g Day -A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a .m . and 6 p .m. 1.02 Termin olo gy A. The words and terms di s cus se d in Paragraph 1.02 .B through E are not defined but, when u s ed in the Bidding Requirements or Contract Documents, hav e th e indicated m e aning . B . Intent of Certain Terms or Adj ec tives: C ITY OF FORT WORTH STANDARD CON STRUCTION SP EC!FICA T!O N DOC UME TS Revi sion: Febmruy 2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 l. The Contract Documents include the te1ms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: l. The word "defective," when modifying the word "Work," refers to Work that 1s unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval refe1Ted to in the Contract Documents; or c . has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, mate1ials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 -PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (l) electronic copy of the Contract Documents, and four ( 4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time ; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. C ITY OF FORT WORTH ST AND ARD CONSTRUCTIO SPECIFICA TlON DOCUMENTS Revision: Febmruy2, 20 16 2 .03 Starting th e Work 007200-l GENERAL CONDITIONS Page 8 of 63 Contractor shall stai.t to perform the Work on the date when the Contract Time c01mnences to run . No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Coriferenc e Before any Work at the Site is stai.ted, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2 .07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 -CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project ( or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streainlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the C [TY OF FORT WORTH STANDARD CONSTRUCTION SPEClF[CAT[ON DOCUMENTS Revision: Febmruy2, 20 I 6 00 72 00-I GENERAL CONDIT ION 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 of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by impli cation, shall mean the standard, specification, manual , code, or Laws or Regulations in effect at the time of opening of Bids ( or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents . 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors , members, partners , employees, agents, consultants, or subcontractors, any duty m authority to supervise or direct the performance of the Wotk or any duty or authority to undertake responsibility inconsistent with the provisions of the Contracf Documents . 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: l. Contractor's Review of Contract Documents B efore Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Do cumen ts During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within th e Contract Documents, or between the Contract Docum ents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or ( c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febtuary2,20 l 6 0072 00-1 GENERAL CONDITIONS Page IO of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shal l not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies : 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual , or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contra c t Documents A. The Contract Documents may be amended to provide for additions, deletions, and re v isions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviatim1s in the Work not involving a change in Contract Price or Contract Time, may be authorize d , by one or more of the following ways: 1. A Field Order; 2 . C ity's review of a Submittal (subject to the provisions of Paragraph 6.18 .C); or 3 . City's written interpretation or clarification . 3.05 R eus e of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. hav e or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents ( or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions ; or 2 . reuse any such Drawings, Specifications, other documents, or copi es thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. C ITY OF FORT WORT H STANDARD CONSTRUCTION SPEC IF ICATION DOCUMENTS Revision : Febtuary2, 2016 007200-1 GENERAL CONDITIONS Page 11 of63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media fonnat, the transfening party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4-AV AILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARD OUS ENVIRONMENTAL CONDITIONS; REFERENCE PO INTS 4 .01 Availability of Lands A. City·shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site wi-th which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2 . The City has or anticipates removing and/or relocating utilities, and obstructions to the Site . Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECfFICA TION DOCUMENTS Revi sion: Febmruy2,2016 007200-1 GENERAL CONDITIONS Page 12 of63 C. Contractor shall provide for a ll additional lands and access thereto that may be required for constrnction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of exp lorations and tests of subsurface conditions at or contiguous to the Site ; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface strnctures at the Site ( except Underground Facilities). B . Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors , members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means , method s , techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations , opinions, or information . 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4 . is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH ST AND ARD CONSTRUCT IO N SPECIF ICAT ION DO CUMEN TS Revision: Febmruy2,2016 00 72 00-I GENERAL CONDITIONS Page 13 of63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final col1llllltrnent to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise express ly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b . locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d . the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents , Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any C [TY OF FORT WORTH STANDARD CONSTR UCT lON SPEC!F [CA T!ON DO CUMENTS Revi sion : Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith ( except in an emergency as required by Paragraph 6.17 .A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of th e Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4 .05 R eference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations . The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with suffic ient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. R eports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B . Limited R eliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes , including, but not limited to, any aspects of the means, methods , techniques, sequences and procedures of C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb1uary2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 15 of63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsib le creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby ( except in an emergency as required by Paragraph 6.17 .A); and (iii) notify City ( and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take conective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required petmits related thereto and delivered . written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of 'Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G . To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Ha zardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible . Nothing in this Paragraph 4. 06 . G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual 's or entity 's own negligence. H . The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONST RUCTI ON SPEC IFI CA TI ON DOCUM ENTS Rev ision: Febmruy2, 201 6 ARTICLE 5 -BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers 007200 -1 GENERAL CONDITIONS Page 16 of63 All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such smety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5 .02 P erformance, Pay ment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds , in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B . Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents . Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02 .C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02 .C. 5.03 Certificates of Insuran ce Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insmance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCT IO N SPEC IFI CA TIO N DO CUMENTS Re vis ion : Febtuary2, 20 16 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage . 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the pnmary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such msurance coverage. 9 . Policies shall have no exclusions by endorsements , which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10 %. 10. Any self-insured retention (SIR), in excess of $25,000.00 , affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WO RTH STANDARD CONSTRUCTI ON SPEC rFI CATJON DOCUME TS Rev ision: Feb1uaiy2, 20 16 0072 00-1 GENERAL CONDITIONS Page 18 of63 lieu of traditional insurance , alternative coverage maintained through insurance pools or risk retention groups , must also be approved by City. 11 . Any deductible in excess of $5 ,000 .00 , for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole di scretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage 's and their limits when deemed n ecessary and prndent by the City based upon changes in statutory law, court d ecision or the claims history of the industry as well as of the contracting party to the City. The City shall b e required to provide prior notice of 90 days, and the insurance adjustments shall b e incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to rece ive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms , conditions , limitations , or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies . 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5 .04 Contra ctor 's Insuran ce A. Workers Comp ensation and Employers ' Liability. Contractor shall purchas e and maintain such insurance coverage with limits consistent with statutory b enefits outlined in the Texas Workers' Compensation Act (Tex as Labor Code, Ch . 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits , and other similar employee benefit acts; 2 . claims for damages because of bodily injury, occupational sickness or di sease, or death of Contractor 's employees. B . Commercial General Liability. Coverage shall include but not be limited to covering liab ility (bodily injury or prope1iy damage) arising from : premises /operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provid ed on an occurrence basis , and as comprehen sive a s the current Insurance Services Office (ISO) policy. Thi s insurance shall apply as prim ary in surance with respect to any other CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS Revis ion: Febmary2, 2016 00 72 00-1 GENERAL CONDITIONS Pa ge 19 of63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products /completed operations, contractual , personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing . For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation : Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents , the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates ( or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents , the City shall notify the Contractor in writing of such failure prior to the start of the Work , or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES 6 .01 Supervision and Superintendence A . Contractor shall supervise, inspect, and direct the Work competently and efficiently , devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents . Contractor shall be solely responsible for the means , methods , techniques , sequences, and procedures of construction. C ITY OF FORT WORTH ST AND ARD CONSTRUCT ION SPEC IFICATIO N DO CUMEN TS Revision : Feb ,uary2, 20 16 00 72 00-I GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours pnor to movmg areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perf01m construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C ITY OF FORT WORTH STANDARD CON ST RUCTION SPEC IFI CA TIO N DOCUMENTS Rev ision: Febmary 2,201 6 00 72 00-I GENERAL CONDIT IONS Page 21 of63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. l. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2 .07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with ·the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05 .A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: C ITY OF FORT WORTH 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; STANDARD CONSTRUCTIO SPECIFI CATION DOCUME TS Revision: Feb1uary2, 2016 00 72 00-I GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: l) there will be no increase in cost to the City or increase in Contract Time ; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Sub s titute Items: a . If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05 .A. l, it may be submitted as a proposed substitute item. b . Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c . Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section O 1 25 00 and: C ITY OF FORT WORTH 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time ; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents ( or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; ST AND ARD CONSTRUCTION S PEC !F lCA TION DOCUME T S Rev isio n: Feb,uaiy2,20 16 007200 -1 GENERAL CONDITIONS P age 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance , repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures : If a specific means , method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means , method, technique , sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion , to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C . City's Evaluation : City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Sp ecia l Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyon e directly or indirec tly employed by th em from and against any and all claims, damages , losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement : City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6 .05 .A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents ( or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F . Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Co ntractor 's expense. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DO CUME TS Revis ion: Feb,uary2,2016 00 72 00-I GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursem ent: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H . Tim e Ex tensions: No additional time will be granted for substitutions. 6 .06 Concerning Sub contractors , Suppli ers, and Oth ers A. Contractor shall perform with his own organization , work of a value not les s than 35 % of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection . Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06 .C). C. The City may from time to time require the use of certain Subcontractors , Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D . Minority Business Enterpris e Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contra ctor shall, upon request by City, provide complete and aceurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions , deletions , or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall , upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for te1mination of the Contract in accordance with Paragraph 15 .02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years . E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors , Suppliers, and other individuals or entities p erforming or furnishing any of the Work just as Contractor is responsible for C ontractor's own acts and omis sions. Nothing in the Contract Documents: C ITY OF FO RT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ision : Feb tuary2, 20 16 00 72 00-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may othe1wise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an approp1iate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code ( as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these Contract Docwnents. B . Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023 . C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial dete1mination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFI CATION DOCUMENTS Revision: Feb1uary2, 2016 00 72 00-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection . F. Progress Payments. With each progress payment or payroll period , whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H . Subcontractor Complian ce . The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6 .08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention , design , process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such 1ights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, lo sses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the us e in th e performance of th e Work or res ulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaty2, 2016 007200-l GENERAL CONDITIONS Page 27 of 63 the incorporation in th e Work of any invention, design, process, product, or d evice not specified in the Contract Docum ents. 6.09 Permits and Utilities A. Contractor obtained p ermits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B . City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes , the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain ifrequired: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations . B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses , and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPEC IFI CATION DOCUMENTS Revision: Febtuaiy2, 20 16 0072 00-1 GENERAL CONDITIONS Page 2 8 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http ://www.window .state.tx.us /taxinfo /taxforms /93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is canying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. C ITY OF FORT WORTH STANDARD CONST RUCTIO N SP EC IFI CATIO N DOCU MENTS Rev is ion : Febmary2, 201 6 00 72 00-I GENERAL CONDITIONS Page 29 o f 6 3 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6. 2 I, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Pe1formance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials , rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Stru ctures: Contractor shall not load rtor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made dming construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintammg and superv1smg all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall C ITY OF FORT WORTH STANDARD CONS TRUCTION SP EC IFICA TI ON DOCUMENTS Rev ision: Febturuy 2, 201 6 007200-1 GENERAL COND IT IONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2 . all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns , walks, pavements , roadways , structures, utilities, and Underground Faci lities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicab le Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection . Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs , if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14 .A.2 or 6 .14 .A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any _of them to perform any of the Work, or anyone for whose acts any of them may be liable , shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or R ectifi ca tion A. In emergenci es affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto , Contractor is obligated to act to prevent threatened damage , injury , or loss . Contractor shall give City prompt written notice if Contractor believes that any significant C [TY OF FORT WORTH STANDARD CONST RUCT IO N SPEC IFICATION DOCUMENTS Revi sion: Feb1uary 2, 20 16 00 72 00-I GENERAL CONDITIONS Page 31 o f 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued . B . Should the Contractor fail to respond to a request from the City to rectify any discrepancies , omissions , or correction necessary to conform with the requirements of the Contract Documents , the City shall give the Contractor written notice that such work or changes are to be pe1formed. 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 doe s not take po sitive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25 %, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2 .07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with re spect to quantities, dimensions , specified performance and design criteria, mate1ials , and similar data to show City the services , materials , and equipment Contractor proposes to provid e and to enable City to re v iew the information for the limited purposes required by Paragraph 6.18.C. 3 . Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unle ss otherwise required by City. 4 . When Submittals ar e submitted for the purpose of showing the installation in greater detail , their review shall not excuse Contractor from requirements shown on the Drawings and Sp ecifications. 5 . For-Information-Only submittals upon which the City is not expected to conduct review or take re sponsi ve action may be so identified in the Contract Documents. 6 . Submit requir ed numb er of Samples specified in the Specifications. 7 . Clearly identify each Sample as to material , Supplier, pertinent data such as catalo g numbers , the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6 .18.C . C ITY OF FORT WORTH STANDARD CON STRUC TION SPEC !FI CA TIO N DO CUM E TS Revi sion: Febtuaiy 2, 201 6 00 72 00-I GENERAL CONDIT IONS Page 32 o f 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's R eview : 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by th e submittals will, after installation or incorporation in th e Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by th e Contract Documents. 2. City's review and acceptance will not extend to means , methods, techniques, sequences , or procedures of construction (except where a particular means , method, technique , sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto . The review and acceptance of a separate item as such will not indicate approval of the as sembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O 1 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirem ents of tire Contract Documents . 6.19 Continuing th e Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or dis agreements with City. No Work shall be delayed or postponed pending resol ution of any disputes or disagreements , except as City and Contractor may othe1wise agree in writing. 6.20 Contractor 's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective . City and its officers, directors, members, partners, employees, agents , consultants , and subcontractors shall be entitled to rely on repre sentation of Contractor's warranty and guarantee. B . Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abu se, modification , or improper maintenance or operation by person s other than Contractor, Subcontractors , Suppliers , or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICA TI ON DOCUMENTS Rev ision: Feb1uary2, 20 16 2. normal wear and tear under normal usage. 007200-1 GENERAL CONDITIONS Page 33 of 63 C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6 . any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5 .02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. TIDS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. TIDS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH ST AN D ARD CONST RUCTIO N SPEC IFICAT ION DOCUMEN TS Rev ision: Febmary 2, 2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods , techniques , sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional , if prepared by others, shall bear such professional's written approval when submitted to City. C . City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18 .C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPEC!F!CA TIO N DOCUMENTS Rev ision : Feb1uary2, 2016 00 72 00 -I GENERAL CONDIT IONS P age 35 of 63 Subcontractor facilities , and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FIA), without discriminating against any person in the United States on the basis of race, color, or national ongm. B. Titl e VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 -OTHER WORK AT THE SITE 7.01 R elated Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners . If ~uch · other work is not noted in the Contract Documents,' then written notice thereof will be given to Contractor prior to starting any such other work; and B . Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that r ender it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with C ontractor's Work except for latent defects in the work prov ided by others. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DO CUMENTS Revision: Februaiy2, 2016 7.02 Coordination 007200-1 GENERAL CONDITIONS Page 36 of 63 A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination . ARTICLE 8 -CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions , City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents . 8 .03 Pay Wh en Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8 .06 In spections, Tests, and Approvals City's responsibility with respect to certain inspections , tests , and approval s is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febtuaiy2, 2016 8.07 Limitations on City's Responsibilities 00 72 00 -I GENERAL COND ITI ONS Page 37 of63 A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques , sequences , or procedures of construction , or the safety precautions and programs incident thereto , or for any failure of Contractor to comply with Laws and Regulation s app licable to the perfonnance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of app licable safety p lans pursuant to Paragraph 6.14. 8.08 Undisclo sed Haz ardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Complian ce with Safety Program While at the Site , City's employees and representatives shall comp ly with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14 . ARTICLE 9-CITY'S OB SERVATION STATUS DURI NG CONSTRUCT IO N 9.01 City 's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibiliti es a;td the limitations of authority of City 's Project Manager during construction are set forth in the Contract Documents . The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >. 9.02 Vi s its to Site A. City 's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will detennine, in general , if the Work is proceeding in accordance with the Contract Documents . City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City 's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B . City 's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including thos e set forth in Paragraph 8.0 7 . C ITY OF FORT WORTH STANDARD CONSTRU CTION SP EC IFICATI ON DOCUMENTS Rev isi on: Febtuary 2, 20 16 9.03 Authoriz ed Variation s in Work 00 72 00-I GENERAL CONDITIONS Pa ge 38 o f 6 3 City's Project Manager may authorize minor variation s in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Proj ect as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be bindin g on City and also on Contractor, who shall perform the Work involv ed promptly. 9.04 R ejecting D ef ective Work City will have authority to reject Work which City's Project Manager believes to be defective , or will not produce a completed Project that conforms to th e Contract Docume nts or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by th e Contract Documents . City will have auth01ity to conduct sp eci al in spection or te sting o f the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9 .05 D eterminations for Wo rk P e rform ed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation . City's written decision will be final (ex cept a s modified to reflect changed factual conditions or more accurate data). 9 .06 D ecis ion s on R equirements of Contra ct Doc um ents and Acceptability of Wo rk A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptabil ity of th e Work thereunder. B. City will render a written decision on any issue referred . C. City 's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06 . ARTICLE 10 -CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10 .01 A uthoriz ed Changes in th e Work A. Without invalidating the Contract and without notice to any surety , City may, at any time or from time to time , order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proce ed with the Work invol v ed which will be performed under the applicable conditions of the Contra ct Documents (ex cept as otherwi se specifically prov ided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of E xtra work. B. For minor chan ges of Work not requiring changes to Contract Time or Contract Price, a Field Order may be iss ued by the City. C ITY OF FORT WORTH STAN DARD CONSTRUCTION SPEC IF ICATION DOCUMENTS Revision : Feb,uary 2, 201 6 10 .02 Unauthorized Changes in th e Work 007200 -1 GENERAL CONDITIONS P age 39 of 63 Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6 .17. 10 .03 E xecution of Change Orders A. City and Contractor shall execute appropriate Change Ord ers covering: 1. changes in the Work which are : (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13 . 08 or City 's correction of defective Work under Paragraph 13 .09 , or (iii) agreed to by the parties ; 2. changes in the Contract Price or Contract Time which are agreed to by the parties , including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. Tlie ontract or shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation . C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time , including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the prov isi ons of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to , Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change . C ITY OF FORT WORTH STANDARD CONSTRUCTION S PEC IF ICA TI ON DOCUMENTS Rev isio n: Feb1uary2, 20 16 10.06 Contract Claims Process 00 72 00-1 GENERAL CONDITIONS Page 40 of 63 A. City 's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving 1ise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3 . A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5 . · Eacli-' Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City 's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb1uaiy2, 2016 00 72 00 -1 GENERAL CONDITIONS Pag e 4 1 of 63 D. City's written action under Paragraph 10.06.C will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 -COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0 l .B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a: salaries with a 55 % markup, or b . salaries and wages plus the cost of fringe benefits, which shall include social security contributions , unemployment, excise, and payroll taxes , workers ' compensation, health and retirement benefits, bonuses, sick leave , vacation and holiday pay applicable thereto. The expenses of perfonning Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements . The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. C ITY OF FORT WORTH STANDARD CONSTRUCT IO SPEC IFI CA T!ON DOCUMENTS Rev ision: Feb ruary 2, 20 16 0072 00-1 GENERAL CONDITIONS P age 4 2 o f 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee , the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5 . Costs of special consultants (including but not limited to engineers , architects, testing laboratories, surveyors , attorneys , and accountants) employed for services specifically related to the Work. 6 . Supplemental costs including the following: a. The proportion of necessary transportation, travel , and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials , supplies , equipment, machinery, appliances , office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and co st, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6 .11, as imposed by Laws and Regulations . d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses . e . Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approv al of City. No such losses , damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor 's fee. f. The cost of utilities, fuel , and sanitary facilities at the Site. g . Minor expenses such as telegrams , long distance telephone calls, telephone and communication s ervices at the Site, expre ss and courier services , and similar petty cash items in connection with the Work. C ITY OF FO RT WORTH STANDARD CONSTRUCTION S PEC IFICATION DOCUMENTS Rev ision: Feb1uary2,20 16 00 72 00-I GENERAL CONDITIONS Page 43 of 63 h . The costs of premiums for alt bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives , principals ( of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents , expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A. l or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments . 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5 . Other overhead or general expense costs of any kind. C. Contractor 's Fee : When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12 .01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.0 l .B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: C llY OF FORT WORTH STANDARD CONSTRUCTION SPEC!F !CA T!ON DO CUMENTS Revi sion: Feb,uary 2, 20 16 00 72 00-I GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation , overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit P1ice Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9 .05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a :functionally complete installation, but not identified in the li sting of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2 . there is no corresponding adjustment with respect to any other item of Work. E. In creased or Decreased Quantities: The City reserves the right to order Extra Work m accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit pnce. CITY OF FORT WORTH STANDARD CONSTRUCTION S PEC IFICATION DOCUMENTS Revision: Feb1Ulll)'2, 2016 007200-1 GENERAL COND ITIONS P age 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract wi ll be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5 . When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B . If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents , an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made . Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article l 0. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF!CA T ION DOCUMENTS Revi sion: Februaiy2,20 16 00 72 00-I GENERAL CONDIT IONS P age 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable . ARTICLE 12 -CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follow s : 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subj ect to the provisions of Paragraph 11 .03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12 .01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the co st of Extra Work ; or 3 . where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the bas is of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor 's fee for ov erhead and profit (determined as provided in Paragraph 12.01.C). C. Contra ctor 's F ee : The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a . for costs incurred under Paragraphs 11.01.A.l , 11.01.A.2. and 11.01.A.3 , the Contractor 's additional fee shall be 15 percent except for : 1) rental fees for Contractor 's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5 , the Contractor's fe e shall be fiv e percent (5%); C ITY OF FORT WORTH 1) where one or more ti ers of subcontracts are on the b as is of C ost of the Work plus a fee and no fi xed fe e is agreed upon , the intent of Paragraphs 12 .01.C.2.a and 12 .01.C.2 .b is that the Subcontractor who actually p erforms the Work, at whatever STANDARD CONSTRUCTION S PECIF ICATION DOCUMENTS Rev ision: Feb ruaiy2, 2016 00 72 00-I GENERAL CONDITIONS Page 47 of63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0 l.A. l and 11.0 l.A.2 and that any higher tier Subcontractor and Contractor wi 11 each be paid a fee of five percent ( 5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to , acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires , floods, epidemics, abnormal weather conditions, or acts of God . Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph . B. If Contractor is delayed, City shall not be liable to Contractor for any claims , costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C . Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D . The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City . C ITY OF FORT WORTH STAN DA RD CONS TRUCTION SPEC IFICATI ON DOCUMENTS Rev ision: Febmruy2,20 16 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 -TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected , or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection , and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13 .03 Tests and Insp ections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests , or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work ( or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals , pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions · or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as de sciibed in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests , or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval piior to Contractor's purchase thereof for incorporation in the Work. Such inspections , tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Tes ting") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13 .03 D result in a "fa il ", "did not pass " or other similar negative res ult, the Contractor shall be responsible for paying for any and all retes ts. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. C ITY OF FORT WORTH ST AND ARD CONSTRUCTION SPEC IF!CA T!ON DOCUMENTS Revision: Feb ,uary2,20 16 00 72 00-I GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall , if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. l. If it is found that th e unoovered Work is defective, Contractor shall pay all . claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order h as been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUME TS Revision: Feb,uary 2, 20 I 6 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed , or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective . Contractor shall pay all claims , costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When c01recting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A . If within two (2) years after the date of Final Acceptance ( or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective ; or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: ' 1. repair such defective land or areas; or 2 . correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom . B. If Contractor does not promptly comply with the terms of City's written instructions , or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses , and damages (including but not limited to all fees and charges of engineers, architects, attorneys , and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH ST AND ARD CONSTRUCTlON SPEClFlCA TJON DOCUMENTS Revision : Feb1uary 2, 2016 00 72 00-I GENERAL CONDITIONS Page 51 of63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of D efective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects , attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted . ' 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents , or if Contractor fails to comply with any other provision of the Contract Documents , City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B . In exercising the rights and remedies under this Paragraph 13.09 , City shall proceed expeditiously. In connection with such corrective or remedial action , City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees , and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs , los ses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICA TI ON DOCUMENTS Revision : Feb,uary2, 20 16 00 72 00-I GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Paym e nts: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application fo r Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by th e Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing , the Application for Payment shall also be accompanied by a bill of sale , invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's le gitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents . CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPEC !FI CA TION DOCUMENTS Revision: Feb1uaiy 2, 20 16 B. Review of Applications: 007200-l GENERAL COND ITI ONS Page 53 of 63 1. City will , after receipt of each Application for Payment, either indicate in wntmg a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application . 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the partie's that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 007200-1 GENERAL CONDIT IONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated m Paragraph 15 .02 .A. C . Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2 . For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Pay ment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents . F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b . there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated m Paragraphs 14.02 .B.4 .a through 14 .02.B.4 .e or Paragraph 15 .02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Titl e Contractor warrants and guarantees that title to all Work, materials , and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens . C ITY OF FORT WORTH STANDARD CONSTRUCT IO N SPECIFICATION DOCUMENTS Rev ision: Febtuary 2,20 16 14.04 Partial Utili z ation 00 72 00-I GENERAL CONDITIONS Page 55 of 63 A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: l. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.l, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: -1. within 10 days , City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection . Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. C ITY OF FORT WORTH STANDARD CONS TRUCTIO N SPEC IFICA TIO N DO CUMENTS Rev is ion : Febmary2, 201 6 14.07 Final Payment A. Application for Paym ent: 007200-1 GENERAL CONDIT IONS Page 56 of 63 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied ( except as previously delivered) by: a. all documentation called for in the Contract Documents , including but not limited to the evidence of insurance required by Paragraph 5.03; b . consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Paym ent Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable . 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution . 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion D elayed and Partial R etainage R elea se A. If final completion of the Work is significantly delayed, and if City so confinns, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, th e written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPEC IFI CA TrON DOCUMENTS Revis ion: Febmaty2,20 16 00 72 00-I GENERAL CONDITIONS Page 57 of 6 3 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under th e terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage R elease . For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Docwnents for all Work locations, the City may release a portion of the amount retain ed provided that all other work is completed as d etermined by the City. Before the release, all subrnittals and final quanti ties must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14 .09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed . During temporary suspension of the Work covered by the se Contract Documents, for any reason, the City will make no ex tra payment for stand-by time of construction equipment and/or construction crews . B. Should the Contractor not be able to complete a portion of the Proj ect due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be reswned. Such reimbursement shall be based on actual cost to the Contractor of mov ing the equipment and no profit will be allowed . Reimbursement may not be allowed if the equipment is moved to another construction project for the City. C ITY OF FORT WORTH STANDARD CONSTRUCTIO N SPECIF ICATION DOCUMENTS Revision: Febtuary 2,20 16 15.02 City May Terminate for Caus e 007200-1 GENERAL CONDITIONS P age 58 of 63 A. The occurrence of any one or more of the following events by way of example , but not of limitation , may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including , but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2 . Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship , or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B . If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete tl1e Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2 . If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its C ITY OF FORT WORTH STANDARD CO NSTRUCTION SPECIFI CATIO N DOC UMEN T S Rev is ion : Feb1uaiy 2,20l6 00 72 00-1 GENERAL CONDITIONS P age 59 o f 63 obligations, then City, without process or action at law , may take over any portion of the Work and complete it as described below. a . If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3 . Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs , losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims , costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers , directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E . If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02 , the termination procedures of that bond shall not supersede the provisions of this Article. C ITY OF FORT WORTH STANDARD CONSTRUCTION S PEC IFICA TI ON DOCUMENTS Rev ision : Febturuy2, 20 16 15.03 City May Terminate For Convenience 00 72 00-1 GENERAL CONDITIONS P age 6 0 o f 6 3 A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim , demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: I. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. tenninate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, ·work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of tennination; and 6. take such action as may be necessary, or as the City may direct , for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH ST ANDARD CONSTRUCT ION SPEC LFI CATION DOCUMENTS Revision: Feb1uary2, 20 16 00 72 00 -I GENERAL CONDITIONS Page 61 of 6 3 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E . Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F . In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2 . expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G . In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 -DISPUTE RESOLUTION 16.01 M ethods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06 .E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation , City's action under Paragraph 10.06 .C or a denial pursuant to Paragraphs 10 .06 .C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless , within that time period, City or Contractor: C ITY OF FORT WORTH STANDARD CONSTRUCT ION SPEC IFI CATION DOCUM ENTS Revision: Feb ,uary2, 2016 00 72 00-1 GENERAL CONDITIONS P age 62 o f 63 1. elects in wntmg to invoke any other dispute resolution process provided for m the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other patty of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 -MISCELLANEOUS 17.01 Giving Noti ce A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the finn or to an officer of the corporation for whom it is intended; or 2 . delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice . B. Business address changes must be promptly made in writing to the other party. C . Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confinnation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations , by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. C ITY O F FORT WORTH STANDARD CON STRUCTION S PEC IFI CA TI ON DOCUM EN TS Rev is ion : Febturuy2, 201 6 17. 04 Survival of Obligations 00 72 00-I GENERAL COND ITIONS Page 63 of 63 All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as we ll as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC!FICA TION DOCUMENTS Revision: Feb1uaiy2,20!6 ATTACHMENT F STANDARD INSURANCE REQUIREMENTS SECTION 00 6113 PERFORMANCE BOND BOND NO . 022225004 006113 -1 PE RFORMANCE BON D Page I of2 THE STATE OF TEXAS COUNTY OFT ARRANT § § § KNOW ALL BY THESE PRESENTS: That we, CITELUM US , INC. "Principal" herein and LIBERTY MUTUAL INSURANCE COMPANY known as a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Sw·ety" herein (whether one or more), are held and firmly bound unto the City of Fort Wo rth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Nine Hundred Eighty Nine Thousand sum of, Ei ht Hundred Sevent Five and 00/100 Dollars ($ 989 ,875.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 25th day of __ J_u_ne _____ , 20 ~. which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein , to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change 0 d ·d d " · ·d C d · d Project management and assessment for r ers, as prov1 c 1o r m sa1 ontract estgnate as LED Street Light Conversion _ # 19-0080 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specificat ions, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this B ond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH ST ANDARD CONS TRUCTION SPECIFICATION DOCUMENTS Rev is ed Jul y I, 201 1 0061 13 -2 PERFORMANCE BOND Page 2 of2 This bond is made and executed in compliance witr. the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue . IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the ____ 30_t_h __ day of July _____ _, 20__1lL. ATIEST: (Principal) ec retary Witness as to Principal Name and Title Address : ------------ SURETY: LIBERTY MUTUAL INSURANCE COMPANY Melissa L. Fortier, Attorney In Fact Name and Title Addi'Css : 175 Berkeley Street --iros on, r;;r,is;-ozn·~---- Telephone Number: 713-744-1754 *Note: If signed by an officer of the Surety Company, there must be on file 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 , both must be provided. The date of the bond shall not be prior to the date the Contract is awarded . CITY OF FORT WORTH ST ANO ARD CONSTRUCTION S PECIFICATION DOCU MENTS Revised Jul y I , 20 l l :.., (/) Q) 2 C: ~Liberl); tP Mutuat S U RE TY This Power of Attorney limits the acts of those named herein , and they have no authority to bind the Company except in the manner and to the extent herein stated . Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No : 8200654-022011 KNOWN ALL PERSONS BY THESE PRESENTS : That Th e Oh io Casua lty Insurance Company is a corporation duly organized under the laws of the State of New Hampsh ire , that Li berty Mutua l Insurance Company is a corporati on duly organ ized under the laws of the State of Massachusetts , and West American Insurance Company is a corporation du ly organ ized under the laws of the State of In diana (here in collectively called the 'Compan ies'), pursuant to and by authority herein set forth , does hereby name , cons ti tute and appoint , Deena Bridges ; Vanes sa Dominguez; Melissa L. Fortier; Michael J. Herrod; Terr i L. Mo rri son; Lupe Tyler ; Lisa A. Ward ; Donna L. Wi lliams ; Misty Wright all of the city of Houst on state of T X each individually if there be more than one named , its true and lawfu l attorney-in-fact to make , execute , sea l, acknowledge and deliver , for and on its behalf as surety and as its act and deed , any and all undertakings , bonds , recogn izances and other surety ob ligations , in pursuance of these presents and shall be as bind ing upon the Compan ies as if they have been duly signed by the president and attested by the secretary of the Compan ies in their own proper persons . IN WITNESS WHEREOF, th is Power of Attorney has been subscribed by an authorized officer or offi ci al of the Compan ies and the corporate sea ls of the Companies have been affixed thereto this 28th day of February , --1Q!2_ Liberty Mutual Insurance Company The Ohio Casualty Insurance Company By,W~;- David M. Carey , Ass istant Secretary ~ ~ Q) C 'iii ::::, .J:J ....: ~ State of PENNSY LVANIA -ro SS C ~ ::::, County of MON TGOMERY n, ~~ C u <1> On th is 28 th day of February , 2019 before me personally appea red David M. Carey , who acknowledged himse~ to be the Assi stant Secretary of Li berty Mutual Insurance o o ..:1 Company , The Ohio Casualty Company , and West Ame ri can Insu rance Company , and that he , as such , being authori zed so to do , execute the fo regoing instrumen t for the purposes = ~ a; g! therein contained by sign ing on behalf of the corporations by himself as a duly authorized officer . ~ w =ro ~E ~ ::::, IN WITNESS WHEREOF , I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvan ia, on the day and year fi rst above written . :g a. c~ cg ~ ~ COMMONWEALTH OF PENNSYLVANIA ~ .;,,: Q)-O Notaria l Seal ~ ~ 0 -g Tere sa Pa stella, Notary Public Q Q) Upper Merio n Twp., Montgomery Coun ty By: (U n, c::_ 1§ My Co mmiss ion Expires March 28, 2021 reresa Pastella , Notary Publ ic ~ ~ Q) ....., Member. Pennsylvama AsSOC1alton of Notanes Q. 0 ~~ ~o .g 2 Th is Power of Attorney is made and executed pu rs uan t to and by authority of the following By-laws and Authori zati ons of The Oh io Casualty Insurance Company , Li berty Mutual £ ~ o .£ Insurance Company , and West American Insurance Compa ny wh ich resolu ti ons are now in full force and effect reading as fo ll ows : o Q) ~ 2 ARTICLE IV -OFFICERS : Section 12 . Power of Attorney. ~ 1 .E ~ Any officer or other offi ci al of the Corporati on authori zed for th at purpose in writing by the Chairman or the Pres ident, and subject to such limitation as the Chairman or the ~ ~ ;g i:j' Presiden t may prescribe , shall appo int such attorneys -i n-fact, as may be necessary to act in behalf of the Corporation to make , execute , sea l, acknowledge and deliver as surety > o ro c:: any and all underta ki ng s, bonds , recognizances and other surety obligations . Such attorneys-in-fact, subject to the lim itations set forth in the ir respe ctive powers of attorney , shall ~ ~ > <I> have full power to bi nd th e Corporati on by th eir signatu re and execution of any such instruments and to attach thereto the seal of the Corporation . When so executed , such -ex;> 0~ EN 2 13 instruments shall be as bind ing as if signed by the Pres ident and attested to by the Secretary . Any power or au thority gran ted to any rep resentati ve or attorney-in-fact under the = M prov isions of th is article may be revoked at an y time by the Board , the Chairman , the Pres ident or by the office r or officers granting such power or authority . ~ 6 ARTICLE XIII -Execution of Contracts : Section 5. Surety Bonds and Undertakings . u co Any office r of the Co mpan y autho ri zed for that purpose in writing by the cha irman or the pres ident , and subject to such limitati ons as th e cha irman or the pres ident may prescribe , ~ .,.!_ shall appoint such attorneys-i n-fact, as may be necessa ry to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertak ings , bonds , recogn izances and other surety obligations . Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney , shall have fu ll power to bind the Company by the ir signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be as binding as if signed by the president and attested by the secretary . Certificate of Designation - The Pres ident of the Company , acting pursuant to the Bylaws of the Company , authorizes David M. Carey , Ass istant Secretary to appoint such attomeys-in - fact as may be necessary to act on behalf of the Company to make , execute, seal , acknowledge and deliver as surety any and all undertak ings , bonds , recognizances and othe r surety obl igations . Authorization -By unan imou s consent of the Company 's Board of Directors , the Company consents that facs imile or mechan ically reprodu ced signature of any ass istant secretary of the Company , wherever appea ri ng upon a certified copy of any power of attorney issued by the Company in connection with surety bonds , shall be valid and bind ing upon the Company with the same force and effect as th ough man ually affixed. I, Renee C. Llewellyn , the unders igned , Ass is tant Secretary , The Oh io Casualty Insurance Company , Li berty Mutua l Insuran ce Company , and West Ame ric an Insurance Company do hereby certify that the orig inal power of attorney of which the foregoing is a full , true and correct copy of the Power of Attorney executed by said Companies , Js-ir. f\J II force .a nd effect and has not been revoked . -• IN TESTIMONY WHEREOF , I have here unto set my ha nd and affix ed the seals of sa id Compan ies th is 30th day of Jul y -: _2 8J9 . LM S-1 2873 LMI C OC IC WAIC Multi Co_06201 8 ..?-~.~--By:_~~~-~-~--~ Renee C. Llewellyn , Ass istant Se<:_retafy · ~Libertx ~ Mutual . S UR ET Y TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on compames, coverages , rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-1 A) P . 0. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: htt.p://www.tdi.texas.gov E-mail: ConsumerProtection@ tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premmm or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved , you may contact the Texas Department oflnsurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. NP 70 68 09 01 LMS-1529210/15 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queJa: Usted puede Hamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd ., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-IA) P . 0 . Box 149091 Austin , TX 78714-909 l FAX # (512) 490-1007 Web : htt.p://www .tdi .texas .gov E-mail : ConsumerProtection@ tdi. texas. gov DISPUTAS SOBRE PRIMAS O RECLAMOS : Si tiena una disputa concemiente a su prima o a un reclamo, debe comunicarse con el agente o primero . Si no se resuelve la disputa , puede entonces comunicarse con el departamento (TDI) UNA ESTE A VISO A SU PO LIZA : Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. SECTION 00 61 14 PAYMENT BOND BOND NO . 022225004 006114 -1 PAYMENT BOND Pa ge l of 2 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, CITELUM US , INC . known as "Principal" herein, and --=L=IB:..::E:.;_R.:...:TY....:.._;M.:..:...c.U__:__T.=..UA:...=-L.c.c.lN-'-S:....U:....RA....:....cN__:__C.::...E:::.....;:C_:O_M_P_A_N_Y _________ _,,,, a corporate surety (sureties), duly authorized to 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 Slate of Texas, known as "City" herein , Nine Hundred Eighty Nine Thousand m the penal sum of Eight Hundred Seventy Five and 00/100 Dollars ($ 989 ,875.00 ), lawful money of the United States, to be paid in F01t Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the ~day of June , 20 __ 19_, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials , equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Project management and assessment for LED Street Light Conversion -# 19-0080 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code , as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute . CITY OF FORT WORTH STAN DARD CONSTRUCTION SPECJF!CA TION DOCUMENTS Revi sed July 1, 2011 006 11 4-2 PAYMENT BON D Page 2of2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 30th day of July 20 19 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: PRINCIPAL : CITELUM US , INC . BY:><,~-~----+------- Signature Name and Title Address: ----------- SURETY : LIBERTY MUTUAL INSURANCE COMPANY BY:L:11 t.~r:1 d~~ Signahl re Melissa L. Fortier, Attorney In Fact Name and Title Address: 175 Berkeley Street Boston , MA 02 116 Telephone Number: 713-744-1754 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety 's phy sical address is different from its mailing address, both must be provided . The date of the bond shall not be prior to the date the Contract is awarded . END OF SECTION C ITY OF FORT WORT H STAN DARD CONSTRUCTION SP ECIFICATION DOCUMENTS Revised Jul y I, 20 11 -.,... - en Q) 2 C ~Libert)'. \P Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated . Liberty Mutual Insurance Company The Oh io Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8200654-022011 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire , that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts , and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies"), pursuant to and by authority herein set forth , does hereby name , constitute and appoint , Deena Bridges ; Vanessa Dominguez; Melissa L. Fortier ; Michael J. Herrod; Terri L. Morrison ; Lupe Tyler; Lisa A. Ward; Donna L. Williams; Misty Wright all of the city of Houston state of TX each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute , seal , acknowledge and deliver , for and on its behalf as surety and as its act and deed , any and all undertakings , bonds , recognizances and other surety obligations , in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons . IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of February , --1Q!2_ Liberty Mutual Insurance Company The Ohio Casualty Insurance Company ByW~;- David M. Carey , Assistant Secretary (11 "'C Ul Ul Q) C: 'in :::, .c ....; ~ State of PENNSYLVANIA -ro SS C ~ :, County of MONTGOMERY ro ~~ C u Q) On th is 28th day of February , 2019 before me personally appeared David M. Carey , who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o .2 Company , The Ohio Casualty Company , and West American Insurance Company , and that he , as such , being authorized so to do , execute the foregoing instrument for the purposes = t; ai ~ therein contained by signing on behalf of the corporations by himself as a duly authorized officer . rJ w =ro >-E ~ :, IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia , Pennsylvania , on the day and year first above written . ~ a. c~ ag _Q ~ COMMONWEALTH OF PENNSYLVANIA ~ ~ Q) • 0 Notarial Seal ~ d ._ "'C Teresa Pastella , Notary Public (I/ 1 ~ _ ~ . \ I/ -I-~ / 0 C Q ,S Upper Merion Twp ., Montgomery County By: ~ ~ <i) CU C ro ~ # My Commission Expires March 28 , 2021 l p t II N ta p bl ' 3: E . ~ 1'...~~~ ~ eresa as e a, o ry u 1c O ro a, U) -:_~F(y ~ Member. Pennsylvania Assoc1ahon of Notanes a_ 0 ~Q) .~~ .g> 2 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company , Liberty Mutual £ ~ o .!: Insurance Company , and West American Insurance Company which resolutions are now in full force and effect reading as follows : o QJ E . >-Q) ~ Q) ARTICLE IV -OFFICERS: Section 12 . Power of Attorney . ~ ~ .E "§ Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the ~ i ;g ~ President may prescribe , shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make , execute , seal , acknowledge and deliver as surety > o ro c any and all undertakings , bonds , recognizances and other surety obligations . Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney , shall ~ ~ > ~ have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation . When so executed , such -°il -0~ EN 2 i3 instruments shall be as binding as if signed by the President and attested to by the Secretary . Any power or authority granted to any representative or attorney-in-fact under the ~ M provisions of this article may be revoked at any time by the Board , the Chairman , the President or by the officer or officers granting such power or authority . § 6 ARTICLE XIII -Execution of Contracts : Section 5. Surety Bonds and Undertakings . u co Any officer of the Company authorized for that purpose in writing by the chairman or the president , and subject to such limitations as the chairman or the president may prescribe , ~ .,.!_ shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney , shall have full power to bind the Company by their signature and execution of any such ins truments and to attach thereto the seal of the Company . When so executed such instruments shall be as binding as if signed by the president and attested by the secretary . Certificate of Designation -The President of the Company , acting pursuant to the Bylaws of the Company , authorizes David M. Carey , Assistant Secretary to appoint such attorneys-in- tact as may be necessary to act on behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . Authorization -By unanimous consent of the Company's Board of Directors , the Company consents that facsimile or mechanically reproduced signature of any ass istant secretary of the Company , wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds , shall be valid and binding upon the Company with the same force and effect as though manually affixed . I, Renee C. Llewellyn , the undersigned , Assistant Secretary , The Oh io Casualty Insurance Company , Liberty Mutual Insurance Company , and_ yYest American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full , true and correct copy of the Power of Attorney-executed by said Companies , is in full force and effect and has not been revoked. , IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies this 30th day of -~~ By . . -., Renee C. Llewellyn ;A~i§_ta.!)t Secretary LMS-12873 LMIC OCIC WAIC Multi Co_062018 ~Liber1:J. \P Mutual. S URETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information or to make a complaint at 1-877-751-2640 You may also write to : 2200 Renaissance Blvd ., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-lA) P. 0. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web : http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi. texas. gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premmm or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. NP 70 68 09 01 LMS-15292 10/15 TEXAS A VISO IMPORT ANTE Para obtener informacion o para someter una queJa: Usted puede Hamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd ., Ste . 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas , derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-lA) P. 0. Box 149091 Austin, TX 78714-9091 FAX# (512) 490-1007 Web: http://www.tdi .texas .gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo , debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE A VISO A SU PO LIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. SECTION 00 61 19 MAINTENANCE BOND BOND NO. 022225004 0061 19-1 MAINTENANCE BOND Page I of3 THE STATE OF TEXAS COUNTY OF TARRANT § § & KNOW ALL BY THESE PRESENTS: That we CITELUM US , INC . , known as "Principal" herein and LIBERTY MUTUAL INSURANCE COMPANY , a corporate surety (sureties, if more than one) duly authorized to 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, . Nine Hundred Eighty Nine Thousand m the sum of Ei ht Hundred Sevent Five and 00/1 oo Dollars ($.9.89.,~~~-----), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 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, jointly and severally, finnly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the~ day of June , 20~, which Contract is hereby referred to and a made part hereof for all purposes as iffully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Project management and assessment for LED Street Light Conversion -# 19-0080 ; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans , specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period . C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS Revise d July l, 2011 006119-2 MAINT ENANCE BOND Page 2 of3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and s uccessive recoveries may be had hereon for successive breaches. CrTY OF FORT WORTH STAN DARD CONSTRUCTCON SPEClFlCA TION DOCUMENT S Rev ised Jul y l, 20 11 0061 19 -3 MAINTENANCE B ON D Page 3 of3 lN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the __ 3_0_th __ day of _J_ul_y ____ _ _______ _, 20~. ATTEST : (Principal) Secretary Witness as to Principal ATTEST: ~ ~fy • PRINCIPAL : EJ.......c'-'-"'>-L.-1J.:tl.!~------ BY ~1 -~ Signature Name and Title Address : __________ _ SURETY: LIBERTY MUTUAL INSURANCE COMPANY Melissa L . Fortier, Attorne In Fact Name and T itle Address : 175 Berkele Street Boston , MA 02116 Telephone Number: 713-744-1754 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-l aws showing that this person has authority to sign such obligation . If Surety 's physical address is different from it s mailing address , both must be provided . The date of the bond shall not be prior to the date the Contract is awarded . C ITY O F FORT WORT H STANDA RD CONSTRUCTION SPECIF ICATION DOC UMENTS Revised July I, 20 11 ·- vi (I) 2 C ~Liber1):: \P Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No : 8200654-022011 KNOWN ALL PERSONS BY THESE PRESENTS : That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire , that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts , and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth , does hereby name , constitute and appoint , Deena Bridges ; Vanessa Dominguez; Melissa L. Fortier ; Michael J. Herrod; Terri L. Morrison ; Lupe Ty ler ; Lisa A. Ward; Donna L. Williams ; Misty Wright all of the city of Houston state of TX each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute , seal , acknowledge and deliver , for and on its behalf as surety and as its act and deed , any and all undertakings , bonds , recognizances and other surety obligations , in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons . IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of Feb ru ary , __1Q.!.2._ Liberty Mutual Insurance Company The Ohio Casualty Insurance Company ByW;z;~- David M. Carey , Assistant Secretary ro "C ~ ~ Q) C "iii ::::J ..c ..;-~ State of PENNSYLVANIA -ro 55 C ~ ::, County of MONTGOMERY ro ~rn C u (I) On this 28th day of February , 2019 before me personally appeared David M. Carey , who acknowledged himse~ to be the Assistant Secretary of liberty Mutual Insurance o o ..2 Company , The Oh io Casualty Company , and West American Insurance Company , and that he , as such , being authorized so to do , execute the foregoing instrument for the purposes = t, a> ~ there in conta ined by signing on behalf of the corporations by himself as a duly authorized officer. ~ w =ro >-E 2 :::i IN WITNESS WHEREOF . I have hereunto subscribed my name and affixed my notarial seal at King of Prussia , Pennsylvania , on the day and year first above written . ~ a. c~ o0 ro ~ COMMONWEALTH OF PENNSYLVANIA :t: ~ ~~ ~v (I)-c5 Notarial Seal ~ ~ 0 -g Teresa Pastella , Notary Public O (I) Upper Merion Twp .. Montgomery County By : cii ro c_ T§ My Commission Expires March 28 , 2021 f eresa Pastella , Notary Public ~ ~ a, ...., Member, Pennsylvania Assoc1alton of Notanes a_ 0 ~~ ~o .g' 2 Th is Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company , Liberty Mutual £ cri o .!: Insurance Company , and West American Insurance Company which resolutions are now in full force and effect reading as follows : o ~ E ->-Q) ~ 2 ARTICLE IV-OFFICERS : Section 12 . Power of Attorney . :!: ~ .E ~ Any officer or other official of the Corporation authori zed for that purpose in writing by the Chairman or the Pres ident, and subject to such limitation as the Chairman or the ;g _8 ;g i:j' President may prescribe , shall appoint such attorneys-i n-fact , as may be necessary to act in behalf of the Corporation to make , execute , seal , acknowledge and del iver as surety ~ o ro c any and all undertakings , bonds , recognizances and other surety obligations . Such attorneys-in-fact , subject to the limitations set forth in their respective powers of attorney , shall 1 ~ ~o ~ have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation . When so executed , such -Cl? z i3 instruments shall be as binding as if signed by the Pres ident and attested to by the Secretary . Any power or authority granted to any representative or attorney-in -fact under the ~ ~ provisions of this artic le may be revoked at any time by the Board , the Chairman , the President or by the officer or officers granting such power or authority . 'E Cl? oo ARTICLE XIII -Execution of Contracts : Section 5. Surety Bonds and Undertakings . u co Any officer of the Company authorized for that purpose in writing by the chairman or the president , and subject to such limitations as the cha irman or the president may prescribe , (=. .,.!_ shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney , shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be as binding as if signed by the president and attested by the secretary . Certificate of Designation -The Pres ident of the Company , acting pursuant to the Bylaws of the Company , authorizes David M. Carey , Assistant Secretary to appoint such attorneys-in - tact as may be necessary to act on behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . Authorization -By unanimous consent of the Company 's Board of Directors , the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company , wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds , shall be valid and binding upon the Company with the same force and effect as though manually affixed . I, Renee C. Llewellyn , the undersigned , Assistant Secretary , The Ohio Casualty Insurance Company , Liberty Mutual Insurance Company , and West Ame ocan Insurance Company do hereby certify that the original power of attorney of wh ich the foregoing is a full , true and correct copy of the Power of Attorney executed1ly said Compan ies: is in _full force and effect and has not been revoked . - IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies this 30 th day of : -Jul y , 2019 . - By: u~- Renee C. Llewellyn , Assi stant Secretary L MS-12873 LMIC OC IC WAIC Multi Co_062018 ~Libert_x ~Mutuat SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-lA) P. 0. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: httl)://www .tdi .texas.gov E-mail: ConsumerProtection@ tdi .texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concemmg your premmm or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved , you may contact the Texas Department of Insurance . ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. NP 70 68 09 01 LMS-1 5292 10/15 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queJa: U sted puede Hamar al numero de telefono gratis para informacion o para someter una queja al 1-877 -751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-lA) P. 0. Box 149091 Austin, TX 78714-9091 FAX# (512) 490-1007 Web: httl)://www.tdi.texas.gov E-mail: ConsumerProtection@ tdi. texas. gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concemiente a su prima o a un reclamo , debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE A VISO A SU PO LIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto . M &C Review CITY COUNCIL AGENDA DATE: CODE: 111512019 REFERENCE NO.: p TYPE: **M&C 19- 0286 CONSENT Page 1 of 3 Official site of the City of Fort Worth, Texas FORT WORTH ~ 13PPROJECT MANAGEMENT LOG NAME: ASSESSMENT FOR LED CONVERSION TPW SB PUBLIC HEARING: NO SUBJECT: Autho r ize an Agreement with Bean Electrical Inc., in an Amount Up to $727 ,346 .00 for an Initial Two-Year Term and Three One-Year Renewals in an Amount up to $363 ,673 Annually and Authorize an Agreement with Citelum US , Inc ., in an Amount Up To $989 ,875 .07 for an Initial Two-Year Term and Three One-Year Renewals in an Amount up to $494 ,937 .54 Annually for Project Management and Assessments for Street Light Installation Services and LED Conversion (COUNCIL DISTRICTS 2 , 4, 5 , 8 and 9) RECOMMENDATION: 1. Authorize execution of an Agreement with Bean Electrical , Inc ., in an amount not to exceed $727 ,346 .00 for an initial two year term for Project Management and Assessments and task order construction services for Street Light Installation and LED Conversions (Area 3) with three , one-year options to renew in the amount up to $363 ,673 .00 annually ; 2 . Authorize execution of an Agreement with Citelum US , Inc., in an amount not to exceed $989 ,875.07 for an initial two year term for Project Management and Assessments and task order construction services for Street Light Installation and LED Conversions (Area 2) with three , one- year options to renew in the amount up to $494 ,937 .54 annually. DISCUSSION: As the City lighting system ages the need for lighting system infrastructure improvement becomes more urgent. The City currently mainta ins over 67 ,000 street lights for community convenience,. safety and to assist emergency responders. Approval of this M&C will authorize the award of two contracts to facil itate street lighting upgrades in selected neighborhoods. On August 29 , 2017 , the City authorized M&C P-12092 fo r the Street Light Energy Sav ings Pi lot Program in Southeast Fort Worth bounded by IH-30 (North), East Loop 820 (East), IH-20 (South), and IH -35 (West). Southeast Fort Worth was selected for the pilot project after Staff worked with the State Energy Conservation Office and ident ified locations of highest energy consum ing street lights in the City . The pilot project improved the lighting conditions and converted over 3,400 street lights to LED fixtures. In a continuation of the work begun in the pilot project , Staff issued a Request For Proposals (RFP) for the Project Management and Assessments for Street Light Installation Services and LED Conversions based on an analysis completed in Fall 2018 of neighborhood lighting systems . The analysis included an evaluation of energy consumption , lighting conditions , and lighting uniformity . BID ADVERTISEMENT -A Request for Proposals (RFP) was advertised in the Fort Worth Star- Telegram on Wednesday February 13, 2019, February 20 , 2019, February 27 , 2019, March 6 ,2019, March 13 , 2019 , March 20, 2019, and March 27 , 2019 . The evaluation factors included company qualifications and experience , references , quality of proposer's equipment and materials , project schedule , including team availability and cost. One hundred forty-one vendors were solicited from the purchasing vendor's database system and sixteen non-registered vendors were solicited via email. Six responses were received and one response was deemed non-responsive. The proposals received were reviewed by an evaluat ion committee consisting of staff from the Transportation and Public Works Department and Economic Development Department. The evaluation committee http://app s .cfwnet.org/co uncil _packet/mc_review .as p ?I D=2 7433 &councildate=l l /5/201 9 12/1 3/2 019 M&C Review Page 2 of} recommends awarding contracts to Bean Electrical, Inc., and Citelum US, Inc. RFP 19-0080 !Bidders !!Amount !Ameresco, Inc !!$7,638,584 .65 !Citelum US, Inc 11$3,496,662.36 !Environmental Lighting Services 11$4, 141,559.04 !Highway Intelligent Traffic Solutions, Inc !!$4,217,263.20 !Bean Electrical, Inc 11$2,876,606.32 !Bean Electrical, Inc (Alternate Bid) 11$2,603,620.32 !Engie !!Not Qualified The purpose of the Project Management and Assessments for Street Light Installation Services and LED Conversions project is to install new poles, arms , wires , and LED lights in residential neighborhoods. The project will also update City asset management and geospatial records with assessment and installation documentation for new street light ass ets . The Project Management and Assessments for Street Light Installation Services and LED Conversions project divides the City into 4 distinct areas as follows : Area Description # of Lights # of Lights in 75 \% MMA 1 Loop 820, RR Tracks/Deen/lH-35W, Northside Drive, 1,038 964 .Jacksboro Highway/City Limit Line 2 Loop 820, Beach Street/City Limit/lH-30, Henderson, 1,018 786 Northside Drive 3 City Limit Line, Randol Mill Road, Trinity Blvd, Precinct Li ne 931 188 Road, Beach Street 4 IH-30 , City Limit Line , E. Rosedale Street , Loop 820 702 297 Total# of Lights 3 ,689 2,235 Initially Areas 2 and 3 are being awarded with this M&C as an outco me of proposal evaluations by an eva luation committee . After completion of Areas 2 and 3 the rema ining Areas 1 and 4 are to be awarded by future Council Action to the successful bidders based on evaluated company performance of light assessments and installations. M/WBE OFFICE -Citelum US, Inc is in compliance with the City's BOE Ordinance by committing to 7\ % MBE participation on this project. The City's MBE goal on this project is 7\%. Bean Electrical is in compliance with the City's BOE Ordinance by committing to 7\% MBE participation on this project. The City's MBE goal on this project is 7\%. AGREEMENT TERMS -Upon City Council!s approval , these Agreements shall begin upon execution and expire two years from the date of execution . RENEWAL OPTIONS -These Agreements may be renewed for thre e additional one-year terms at the City's option . This action does not require specific City Council app roval provided that City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal terms . The 2018 Bond Program authorizes issuance of bonds for street lighting improvements for $10,000 ,000 .00 . Funds for this project are included in the 2018 Bond Program. Avai lable resources within the General Fund will be used to provide interim financing until debt is issued . Once debt associated with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of t he ordinance canvassing the bond election (Ordinance No . 23209-05-2018). http://apps.cfwnet.org/council_packet/mc_review.asp?ID=27433&c uncildate=l 1/5/2019 12/13 /2019 • M&CReview Page 3 of 3 -- FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, in the 2018 Bond Program Fund Street Lights programmable project. Prior to an expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account Project ID ID FROM Fund Department Account Project ID ID Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Program Activity Budget Year Program Activity Budget Year Kevin Gunn (2015) Reginald Zeno (8517) Cynthia Garcia (8525) Monty Hall (8662) Reference# Amount Chartfield 2 Reference# Amount Chartfield 2 ATTACHMENTS A1 .pdf A2.pdf A3.pdf A4.pdf LEDPilot Full.pdf http://apps.cfwnet.org/council_packet/mc _review.asp?ID=27433&councildate=l l/5 /2019 12 /13 /2019