Loading...
HomeMy WebLinkAboutContract 31350 CITY SECRETARY CONTRACT NO, l StSD THIS COPY FOR: SPECIFICATIONS COW"CtOR AND COWACMR'S BOWNG CO. CONTRACT DOCUMENTS %-.CITYSECRMRY MY MANAGER'S O"ICE FOR ENGINEERING DiV. T/PW-RE COPY NEW SIGNAL INSTALLATIONS o AT THE INTERSECTIONS OF: Everman Parkway / Sycamore School Road Marine Creek Pkwy / T.C.C. Main Entrance Bus.287 (Mansfield Hwy) / Shackleford Street PROJECT No. TPW-TE-2004-00017 IN THE CITY OF FORT WORTH, TEXAS October 2004 MIKE MONCRIEF CHARLES BOSWELL MAYOR INTERIM CITY MANAGER ROBERT D. GOODE, P. E. - DIRECTOR JOE S. TERNUS, P.E. -ASSISTANT DIRECTOR *=-.."""" "-' ' -" . . rR©HNIE R. VARHELL ....................... . ..� dV•u-' r Cti i�� Q 17h��C�S V Gr' RONNIE R. VARNELL, P.E.-PROJECT MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ORIGINAL t City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/21/2004 DATE: Tuesday, December 21, 2004 LOG NAME: 2000N SIGNAL 17 REFERENCE NO.: **C-20448 SUBJECT: Authorize Execution of Contract with Stanfield Enterprises, Inc. for Three New Traffic Signal Installations RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Stanfield Enterprises, Inc. in the amount of $158,603.75 for the construction of three new traffic signals at the intersections of Everman Parkway/Sycamore School Road; Marine Creek Parkway/TCC Main Entrance; Bus. 287 (Mansfield Highway)/Shackleford Street. DISCUSSION: The 2004 Capital Improvement Program includes funds for traffic signal improvements. This project includes construction of traffic signals at Everman Parkway/Sycamore School Rd.; Marine Creek Parkway/ TCC Main Entrance; Bus. 287 (Mansfield Hwy.)/Shackleford St. A traffic signal study concluded that these intersections meet the warrant requirements for a traffic signal based on the Texas Manual on Uniform Traffic Control Devices. The Transportation and Public Works Department proposes to install fully actuated traffic signals. The expected installation cost for this project is $338,400.00, which includes the contract cost of $158,603.75, inspection, equipment costs for poles, arms, controller and cabinet assemblies, signs, marking supplies and installation. The expected annual maintenance cost ,for each signal is $1,704.00 or$5,112.00 for all three fully actuated signals. The project was advertised for bid on October 21 and October 28, 2004. The following bids were received: Bidder Amount Stanfield Enterprises, Inc. $158,603.75 Durable Specialties, Inc. $165,200.00 Sharrock Electric, Inc. $183,199.30 Roadway Solutions, Inc. $188,550.00 Staff considers the low bid to be fair and reasonable and recommends approval. Stanfield Enterprises, Inc. is in compliance with the City's M/WBE Ordinance by committing to 17% M/WBE participation. The City's goal on this project is 17%. Traffic Signals are included in Council District Nos. 6, 7 and 8. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C201 541200 206710010380 $52,537.00 C201 541200 207710015680 $56,751.25 C201 541200 208710011380 $49,315.50 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: Robert Goode (7804) Additional Information Contact: Marisa Conlin (8779) THE CITY OF FORT WORTH , TEXAS PROJECT NO. TPW-TE-2004-00017 TRAFFIC SIGNAL IMPROVEMENT CONSTRUCTION AT THE INTERSECTIONS OF ACCOUNT No. EVERMAN PARKWAY & SYCAMORE SCHOOL RD. C201-20 6 71 00103 80 MARINE CREEK PKWY. & T.C.C. MAIN ENTRANCE -_- -_ - C201-20 7 71 00156 80 BUS. 287 (MANSFIELD HWY) & SHACKLEFORD ST. - - C201-20 8 71 00113 80 287 BASS 000 WEST N CENTER WATAUGA N FOSSIL CREEK E pOQ MARINE GREEK EEK > L8 OP 0 - N - EAC AM SCALE: N.T.S. 9yc lF p 29th 28TH Q 21st �P pmt F >- P�Re RANOOL MILL IST WHI E O H SETTL ENT FPpO r w TH 1H 30 TER z L/ IH 30 R Y H Q x w Lu w w B RRY > w w s� a 2E BUS w ?Bf x SEMINARY _ r- x m FELIX 1-20 m < �9G �ANSF/Fl0 N 1-20 H� ALTA f SA ~ wn U AL AMESA w 3 zQ m 0 w r x S CAMORES HOOL — w ac5 x 0 oF9 EVERMAN PKWY �9 RISI ER y CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TRAFFIC ENGINEERING DIVISION TABLE OF CONTENTS Part A Notice to Bidders Special Instructions to Bidders Part B Proposal Vendor Compliance to State Law Minority and Women Business Enterprise Specifications Part C General Conditions (See City of Fort Worth Standard Specifications For Street And Storm Drain Construction, Part I. General Provisions) Part D Special Provisions Part E Specifications Installation of Traffic Signals Silicone Joint Sealing for Concrete Pavement Part F Certificate of Insurance and Bonds Certificate of Insurance Contractor Compliance With Worker's Compensation Law Experience Record Equipment Schedule Performance Bond Payment Bond Part G Contract 1 - PART A NOTICE TO BIDDERS AND SPECIAL INSTRUCTIONS TO BIDDERS NOTICE TO BIDDERS Sealed proposals for the following: FOR: NEW SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: Everman Parkway/Sycamore School Road; Marine Creek/TCC Main Entrance; Bus-287 (Mansfield Hwy)/Shackleford Street. PROJECT No. TPW-TE-2004-00017 The project consists of the complete installation of traffic signals with poles,mastarms,pole foundations, wood poles, conduits,loop detectors, and a video detection system at the locations listed above. Addressed to Mr. Charles Boswell, Interim City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 PM,Thursday,November 11,2004 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained beginning Tuesday, October 26, 2004 from the Transportation and Public Works Department's Street Management Office located at 311 West Tenth Street, Fort Worth, Texas. One set of documents will be provided to prospective bidders for a deposit of$20.00; such deposit will be refunded if the documents are returned in good condition within (10) days after bids are opened. Additional sets may be purchased on a nonrefundable basis for twenty dollars ($20.00) per set. These documents contain additional information for prospective bidders. A non-mandatory Pre-Bid Conference will be held at 10:00AM, on Thursday, November 4, 2004 in Room G14-B of the Public Safety Building, 1000 Throckmorton Street, Fort Worth, Texas. All bidders are encouraged to attend. Bid security is required in accordance with the Special Instruction to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within forty-nine (49) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by contacting the Transportation and Public Works Department at(817)392-6594. In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contract. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the SUB CONTRACTORS / SUPPLIERS UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, the GOOD FAITH EFFORT FORM ("Documentation") and/or the JOINT VENTURE FORM, as appropriate. The documentation must be received no later than 5:00 PM, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid nonresponsive. For additional information, contact Marisa Conlin,at(817)392-8779. Advertising Dates: October 21,2004 and October 28,2004 SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than S percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. n opened and read aloud, the proposals will be 2. PROPOSAL: After proposals have bee tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities,to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided,without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Transportation Traffic Service at(817) 392- 8983. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS I 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsible bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT,PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. OggRA Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph;? of the Special Provisions: To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS L C 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Ergmeemg D;necto for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1000,000 per occurrence, $2,000,Q00. aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders - Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty, days notice of cancellation, non-renewal, and/or material change in policy terms- SPECIAL erms SPECIAL INSTRUCTIONS TO BIDDERS �� ' or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4- "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Fonri, as applicable, must be submitted no later than 5:00 p. In. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2"d floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Naive of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "0" or "no participation" in the spaces provided, and provide a brief explanation. SPECIAL INSTRUCTIONS TO BIDDERS -5- • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission-of-fraud will result on the Contractor being determined to be irresponsible anbarred; ;from- _ participating in City work for a period of time of not less than three years. N 1I II j' s o,��44•I(,i, ;,•;,; SPECIAL INSTRUCTIONS TO BIDDERS YL -6- U 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PAYMENT FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: The contractor will receive full payment (less retainage) from the city for each pay period. Payment of the retainage will be made with the final payment upon acceptance of the project as being complete. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. The warranty period shall begin as of the date that the final punch list has been completed. If the contract amount is less than $400,000, retainage will be 10%; in excess of$400,000, retainage will be 5%. 15. OZONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area nets from May through September, with 6:00 a.m. - 10:00 a.m. being critical ozone forining periods each day. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Ozone Alert by 3:00 p.m. on the afternoon prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10:00 a.m. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Ozone Alert Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken SPECIAL INSTRUCTIONS TO BIDDERS -7- to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor nrust, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: . 'r?�°���:-:l is?"�-; ;�'['' I VV SPECIAL INSTRUCTIONS TO BIDDERS L'vlillJl' UE,.� (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. SPECIAL INSTRUCTIONS TO BIDDERS -9- f Yi!t:°ij�i G II If1� i "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless SPECIAL INSTRUCTIONS TO BIDDERS - 10- U �Lg1r�IL-.1 a against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS ' !��'i°' �1lI' U L uN c CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATES FOR 2000 CLASSIFICATION RATE CLASSIFICATION RATE AIR TOOL OPERATOR $9.00 FRONT END LOADER(2 Yi cy& $9.94 LESS) FRONT END LOADER(>2%cy) $9.32 MILLING AMCHINE OPERATOR $8.00 ASPHALT RAKER $10.32 MIXER(OVER-16 CF) - $11.00 ASPHALT SHOVELER $9.75 MOTOR GRADER OPERATOR(FINE $12.31 GRADE) BATCHING PLANT WEIGHER $9.65 MOTOR GRADE OPERATOR $13.75 CARPENTER $13.64 PAVEMENT MARKING MACHINE $11.00 CONCRETE FINISHER(PAVING) $10.16 ROLLER,STEEL WHEEL $9,88 CONCRETE FINISHER HELPER $9.70 (PLANT-MIX PAVEMENTS) (PAVING) CONCRETE FINISHER(STRUCTURES) , $13.44 ROLLER,STEEL WHEEL(OTHER $12.12 (FLATWHEEL OR TAMPING) CONCRETE RUBBER $8.84 ROLLER,PNEUMATIC SELF- $8.02 PROPELLED SCRAPER ELECTRICIAN $15.37 SCRAPER $9.63 FLAGGER $7.00 TRACTOR-CRAWLER TYPE $10.58 FORM BUILDER(STRUCTURES) $13.44 TRACTOR-PNEUMATIC $9.15 FORM LINER(PAVING&CURB) $10.23 TRAVELING MIXER $10.00 FORM SETTER(PAVING&CURB) $9.24 WAGON-DRILL,BORING MACHINE $12.00 FORM SETTER(STRUCTURES) $9.73 REINFORCING STEEL SETTER $9.75 (PAVING) LABORER,COMMON $7.64 REINFORCING STEEL SETTER $13.31 (STRUCTURAL) LABORER,UTILITY $8.64 STEEL WORKER-STRUCTURAL $14.80 MECHANIC $13.25 SPREADER BOX OPERATOR $10.00 OILER $10.17 WORK ZONE BARRICADE $7.32 SERVICER $10.13 TRUCK DRIVER-SINGLE AXLE $8.00 (LIGHT) PAINTER(STRUCTURES) $11.00 TRUCK DRIVER-SINGLE AXLE $9.02 (HEAVY) PIPELAYER $7.35 TRUCK DRIVER-TANDEM AXLE $10.22 PIPELAYER HELPER $6.75 (SEMI-TRAILER) BLASTER $11.50 TRUCK DRIVER-LOWBOY/FLOAT $10.54 ASPHALT DISTRIBUTOR OPERATOR $11.45 TRUCK DRIVER-TRANSIT MIX $10.63 ASPHALT PAVING MACHINE $11.09 TRUCK DRIVER-WINCH $9.80 BROOM OR SWEEPER OPERATOR $8.72 VIBRATOR OPERATOR(HAND $7.32 TYPE) BULLDOZER $10.74 WELDER $11.57 CONCRETE CURING MACHINE $9.25 CONCRETE FINISHING MACHINE •$11.13 CONCRETE PAVING JOINT MACHINE $10.42 CONCRETE PAVING JOINT SEALER $9.00 CONCRETE PAVING SAW $10.53 CONCRETE PAVING SPREADER $10.50 SLIPFORM MACHINE OPERATOR $9.92 CRANE,CLAMSHELL,BACKHOE, $10.00 DERRICK,DRAGLINE,SHOVEL(<t V. cy) CRANE,CLAMSHELL,BACKHOE, $11.52 DERRICK,DRAGLINE,SHOVEL(>1 V. Cy) FOUNDATION DRILL OPERATOR $10.00 (CRAWLER MOUNTED) FOUNDATION DRILL OPERATOR $11.83 (TRUCKMOUNTED) Special Instructions to Bidders 7 PART B PROPOSAL VENDOR COMPLIANCE TO STATE LAW M/WBE FORMS PROPOSAL TO: Charles Boswell Interim City Manager Fort Worth, Texas FOR: NEW SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: Everman Parkway/Sycamore School Road; Marine Creek/TCC Main Entrance; Bus-287 (Mansfield Hwy)/Shackleford Street. PROJECT No. TPW-TE-2004-00017 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract sums, to-wit:and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated and for the following Proposal B- 1 NEW SIGNAL INSTALLATIONS SC: Everman Parkway/Sycamore School Road; Marine Creek/TCC Main Entrance; Bus-287 (Mansfield Hwy)/Shackleford Street PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY COST COST 1 3 EA Mobilization 2 20 EA Furnish and Install Signal Head 3 Section 12" �`— RYG(Type A)with L.E.D.inserts in all displays 3 2 EA Furnish and Install Signal Head 3 Section 12" RYG(Type B)with L.E.D.inserts in all $-L/9 $ ' ,oO displays 4 0 EA Furnish and Install Signal Head 4 Section 12" RRYG(Type C)with L.E.D.inserts in all $ NA $_NA_ displays 5 2 EA Furnish and Install Signal Head 4 Section 12" RYGG(Type D)with L.E.D inserts in all $ displays 6 3 EA Furnish and Install Signal Head 5 Section 12" RYGYG-Househead(Type E)with L.E.D. $ ecox oo inserts in all displays 7 0 EA Furnish and Install Signal Head 5 Section 12" RYGYG-Vertical(Type F)with L.E.D.inserts $ NA $ NA_ in all displays 8 20 EA Furnish and Install International Pedestrian Signal(Type P)with L.E.D.inserts in all $ 0 $ displays 9 20 EA Furnish and Install Pedestrian Pushbutton& Sign Assembly $ $�cca,C.', 10 3,007 LF Loop Detector Saw Cut and Installation 11 0 EA Furnish and Install Micro Loop Probes $ NA $_NA_ 12 3 EA Furnish and Install Ground Box- — Large with Lid $ $ a cd [ 13 26 EA Furnish and Install Ground Box- Small with Lid $ ���'�� $ 4L2L&0 14 320 LF Furnish and Install Conduit PVC 3" (Open Cut) $ �" u� $ 15 0 LF Furnish and Install Conduit $ NA $ NA PVC 2" (Open Cut) — — — — 16 2,185 LF Furnish and Install Conduit 41 PVC 1-1/4"(Open Cut) $ Z UC1 $ 17 0 LF Furnish and Install Conduit Rigid Metal 3" $ NA— $ NA_ 18 75 LF Furnish and Install Conduit $ $ 119 -7. � Rigid Metal 1-1/4" 19 1,105 LF Furnish and Install Conduit PVC 3"Bore 20 0 LF Furnish and Install Conduit $ NA $ NA PVC 2"Bore — — — — 21 120 LF Furnish and Install Conduit PVC 1-1/4"Bore $ � Proposal B-2 22 1,570 LF Furnish and Install 20 Conductor#14 Stranded $ a 0 $ Do Cable(Electrical Wire) �—�— 23 170 LF Furnish and Install 8 Conductor#14 Stranded Cable(Electrical Wire) $ 1 '�� $ 5� Da 24 0 LF Furnish and Install 4 Conductor#14 Stranded (Electrical Wire) $ NA_ $_NA 25 5,750 LF Furnish and Install 4 Conductor#18 $ 0 Q• $ Shielded Cable(Electrical Wire) 26 390 LF Furnish and Install #6 XHHW Black $ . (30 $ 39CL60 (Electrical Wire) 27 390 LF Furnish and Install #6 XHHW White $ 1.0 69 n oz> (Electrical Wire) 28 1,410 LF Furnish and Install #8 XHHW Black 1A0.Do D (Electrical Wire) $�� $-�t'L-'� 29 1,410 LF Furnish and Install #8 XHHW White $ i uU $*�o (Electrical Wire) 30 3,260 LF Furnish and Install #8 Solid Bare Grounding $ U $4200 3 ��0c,(Electrical Wire) 31 575 LF Furnish and Install #10 Neutral $ G.-7 $ �� (Electrical Wire) 32 185 LF Furnish and Install Overhead#6 Triplex ? (Electrical Wire) $ `� U $ Sh� ' G 33 0 LF Furnish and Install Overhead#8 Triplex (Electrical Wire) $ NA_ $ NA_ 34 1 EA Furnish and Install Concrete Foundation $ ,��D.0o $ Type 1 35 0 EA Furnish and Install Concrete Foundation $_NA_ $_NA_ Type 2 36 6 EA Furnish and Install Concrete Foundation $� ' �� $ 1�2c�0�©� Type 37 5 EA Furnish and Install Concrete Foundation $ 10 3,00,DO $ Type 4 38 0 EA Furnish and Install Concrete Foundation $_NA_ $_NA_ Type 5 39 1 EA Install Base for 10'or 14'Pedestal Pole,Anchor $ fly l)0 $�u�� Bolts,Ground Rod 40 3 EA Furnish and Install Cabinet Concrete $ Foundation Ut $ p(Jt OU 41 3 EA Furnish and Install Electrical Service (Coord.w/TU Electric) $ �'' $30 a 42 0 EA Furnish and Install Pedestal Service (Coord.w/TU Electric) $_NA_ $ NA_ 43 1 EA Install 10'Pedestal Pole $ 44 0 EA Install 14'Pedestal Pole $ NA $ NA 45 0 EA Install 16'Mast Arm $ NA $_NA_ 46 0 EA Install 20'Mast Arm $_NA_ $ NA 47 4 EA Install 24'Mast Aim $qmoo $1 1000 00 48 0 EA Install 28'Mast Arm $ NA $ NA 49 1 EA Install 32'Mast Arm $ q $ q 1)0. 0 50 1 EA Install 36'Mast Arm $ *� . 00 $ NbD-D 0 51 0 EA Install 40'Mast Arm $ NA $ NA 52 2 EA Install 44'Mast Arm $ 44(m. 0 $13019,O 0 53 3 EA Install 48'Mast Arm $ yoD,Q D $ 1,;k()O DD 54 0 EA Install 52'Mast Arm $ NA $ N Proposal 55 0 EA Install 56'Mast Arm $ NA $ NA 56 0 EA Install 60'Mast Arm $ NA $ NA 57 0 EA Install Type 8 Signal Pole $_NA $ NA_ 58 4 EA Install Type 41 Signal Pole $. 1()().00 $ qo 1 DO 59 2 EA Install Type 42 Signal Pole $ C0,©0 $300 -0o y 60 2 EA Install Type 43 Signal Pole $ !on-00 $aDD..Qty 61 3 EA Install Type 44 Signal Pole $1.Z $. lro•t"JO 62 0 EA Install Type 45 Signal Pole $ NA $ NA 63 0 EA Install Type 46 Signal Pole $ NA $ NA 64 6 EA Install 8'Street Light Arm and Luminaire $100. $ (f1 o.co 65 0 EA Install Type 170E Controller/332 Cabinet, Conflict Monitor&Modem $_NA_ $ NA_ 66 3 EA Install Type 170E Controlle/332 Aux.Cabinet, $ � L�C� $ Conflict Monitor&Modem 67 0 EA Install Type 170E Controller/336 Cabinet, Conflict Monitor&Modem $_NA_ $_NA_ 68 4 LS Install Opticom Cable and Detectors $ $�� �0 69 2 LS Install Coax Cable RG-11 $ 5D.00 $CIZI & O 70 4 EA Furnish and Install Mast Arm Stabilizer $ C) $f)yo. 71 0 EA Furnish and Install 35'Wood Pole $ NA— $_NA_ 72 0 LS Furnish and Install Span Wire 5/16" $ NA $_NA_ I 73 0 LS Furnish and Install Tether Cable 3/16" $_NA_ $ NA_ 74 0 EA Furnish and Install Video Detection Camera, Cabinet Card,Mounting Hardware,&Video $_NA $_NA_ Cable 1 75 18 EA Furnish and Install Sidewalk Ramp $ 76 2 LS Remove and Salvage Existing Equipment $�"L` . (Street Light) oa I 77 2 LS Removal of Islands,Medians,Ramps,etc. $ Q $ ! 78 0 SF Removal of Existing Concrete $ NA_ $ NA 79 3 LS Installation of Traffic Signal Miscellaneous $75D,QO $a,aC)o I (Testing, etc.) 80 211 LF Install Concrete Curb and Gutter $ 4A,00 $4jP.00 81 196 SF Install Concrete Sidewalk(4") $ 30. 00 $ Q.UU I 82 145 LF Removal of Existing Curb and Gutter $ /U• u O $-4q�U.Ufa TOTAL BID: NEW SIGNALS I I] _ 1 I Proposal B-4 CONTRACTOR WILL BE SELECTED ON BASIS OF TOTAL BID This contract is issued by an organization which qualifies for exemption pursuant to the provision of Article 20.04(F)of the Texas Limited Sales,Excise and Use Tax Act, The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within Ninety (90) Working Days from and after the date for coniniencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction"as established by the City of Fort Worth,Texas. Within ten(10)calendar days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver an approved Surety Bond and other bonds required by the Contract Documents for the faithful performance of this Contract. The attached bid security in the amount of 5% in the sum of Dollars ($ ) is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Bidder agrees to begin construction within 10 working days after issue of the work order, and to complete the contract within Ninety (90) Worldna Days after beginning construction as set forth in the written work order to be furnished by the Owner. (I/we), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No.2(Initials) Addendum No.4(Initials) Respectfully Submitted: Title:!D<7N e2 Address: P c) (mak l ZI S/f AZT Ge>o u..t A , 1`7(01 Z I Telephone: gl`1— Seo— c)c,00 (SEAL) Date Proposal B-5 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-State contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. BIDDER: IL By: 14 (Please print) l �o ,mX l ZI Sl Signature: GCU--t-4 o T U)o-9+14 17X W-L Title: city State Zip (Please print) i 1, THIS FORM MUST BE RETURNED WITH YOUR QUOTATION i �' 1av�Ja'J ,U �y FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS 0 The City's MBE/WBE goal on this project is 7 °16 %of[lie base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date_. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817) 871-6101. Rev.5/30/03 i ATTACHMENT 1A Page 1 of 4 FORT 'WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: I // Check applicable block to describe prime MNWDBE NON-M/w/DBE PROJECT NAME: r BID DATE X 0U I( / Zv o4 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER w -Tt-ZooV—000/ 1 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1s` tier, a payment by a subcontractor to its supplier is considered 2 d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the MNVBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MNVBE may lease trucks from another MNVBE firm, including M/WBE owner-operators, and receive full MNVBE credit. The MNVBE may lease trucks from non-MNVBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 i ATTACHMENT 1A FORT WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) o SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D W E E R O B C T E A ATI�,,►', �L-/�ur�n�y D l vOX / 4, 2_37-7 X ote_ -7- � `' �7,S-V So 072 /P 7) J P-8" Z04 z04 v L"oyL, T,x PO zle 7(oo 7 To•K�ii--f rc-� F/-7- 3- 1,30 Govxylll 7X7/o/ Fz 'D d2-) � s Rev.5/30/03 i ATTACHMENT IA FORTWORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification (check one) SUBCONTRACTOR/SUPPLIER T r Company Name i N T Detail Detail Address e M W C X P Subcontracting Work Supplies Purchased Dollar Amount r E E Tele hone/Fax T D Telephone/Fax R O E C T E A 17 )Y4,6)0-7 5 7 D!J Rev.5/30/03 i ATTACHMENT IA FORT WORTH Page 4 of 4 Ir— Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ —Z SDC TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ / U D The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Ce Authorized Signature '` Printed Signature Title / Contact Name/Title(if different) 5 er e �/� STo6- n ��l -7Seo- oS /' Company Name Telephone and/or Fax Address E-mail Address -:i—;p f 14 %X 74 /Z_l l/_ /)- City/State/Zip Date Rev.5/30/03 ATTACHMENT 113 FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe I n JQT rime to SEL 254/X& Zi'S� SNL' 01 Q J M/W/DBE NON-M/W/DBE PROJECT NAME: BID DATE u MAF /C_ 9 y co Al-5 /-/l-v LI City's M/WBE Project Goal: PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. 'rte( ' �, Authorized Signature wed Signature -V�2�S.Z l l eContact Name(if different) 57A SEG r,D �k��x� s , et- s J �I�TIzi�_ 74)04Z/X7 Zo- Compan Name Phone Number Fax Number Address Email Address L2f &)�,4- �Z_ 7, City/State/Zip Date Rev.5/30/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe �in C )Zl S prime C T �' � M!W/DBE NON-M!W/DBE PROJECT NAME: BID DATE / f27 I City's M/WBE Project Goal: PROJECT NUMBER % -r PW-7:�--ZooC— If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether it is to be provided by a MIWBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities ;cT� ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing I I No 3.) Did you solicit bids from MIWBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? —LYes (If yes,attach MIwBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Ix Yes (If yes,attach list to include name of M/WBE firm, ep rson contacted, phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, ifnecessary, and attach.) Compa y Name Telephone Contact Person Scope of Work Reason for Rejection ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. Pr The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MfWBE Office. Authorized Signature Printed Signature Ti e dim Contact Name and Title if different) —So-60no S)/7---W 09 Company Name Phone Number Fax Number p Address Email Address �J/ `710 ity/State/Zip Date lig PART C GENERAL CONDITIONS See City of Fort Worth Standard Specifications For Street and Storm Drain Construction PART D SPECIAL PROVISIONS SPECIAL PROVISIONS NEW SIGNAL INSTALLATIONS AT THE INTERSECTIONS OF: Everman Parkway / Sycamore School Road; Marine Creek/ TCC Main Entrance; Bus-287 (Mansfield Hwy) / Shackleford Street. PROJECT No. TPW-TE-2004-00017 TABLE OF CONTENTS 1. Scope of Work 2. Easements 3. Contract Award 4. Project Completion 5. Increase or Decrease in Quantities 6. Termination 7. Reference Specifications 8. Bid Submittal 9. Warranty 10. Construction Staking 11. Permits 12. Traffic Control 13. Payment 14. Delays 15. Detours and Barricades 16. Parkways 17. Disposal of Spoil/Fill 18. Zoning Compliance 19. Clearing and Grubbing 20. Final Cleanup 21. Quality Control Testing 22. Property Access 23. Construction Schedule 24. Safety Restrictions-Work Near High Voltage Lines 25. Water Department Pre-Qualification Requirements 26. Right To Audit 27. Trench Safety 28. Subsidiary Work 29. Substitutions 30. Temporary Soil Erosion, Sediment and Water Pollution Control 31. City Furnished Items 32. Existing Utilities 33. Constriction 34. Pay Items 1 SPECIAL PROVISIONS SCOPE OF WORK: The work covered by these plans and specifications consists of installation of new traffic signals and all other miscellaneous items of construction to be performed as outlined in AWARDING OF CONTRACT AND WORKING DAYS: 1. the Plans and Specifications which are necessary to satisfactorily complete the work. (a) Contract may not necessarily be awarded to the lowest bidder. The City Engineer shall evaluate and recommend to the City Council the best bid which is considered to be in the best interest of the City. The contract will be awarded to the lowest responsive and responsible bidder. (b) The number of working days shall be 90 2. EASEMENTS: Location of all utilities and right-of-way easements are estimated. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 3. CONTRACT AWARD: Contract will be awarded to the lowest responsive and responsible bidder. 4. PROJECT COMPLETION: The Contractor agrees to complete the Contract within the allotted number of working days. If the Contractor fails to complete the work within the number of working days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6 of the "General Provisions" of the Standard Specification for Construction of the City of Fort Worth, Texas. 5. INCREASE OR DECREASE IN QUANTITIES: It is the Contractor's sole responsibility to verify all pay item quantities prior to submitting a bid. When the quantity of work to be done or materials to be furnished under any major pay item of the Contract is more than 125% of the quantity stated in the Contract, whether stated by Owner or by Contractor, then either party to the Contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work above 125% of the quantity stated in the Contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the Contract is less than 75% of the quantity stated in the Contract, whether stated by Owner or by Contractor, then either party to the Contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work below 75% of the quantity stated in the Contract. This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this Contract. A major pay item is defined as any individual bid item included in the Proposal that has a total cost equal to or greater than 5 percent of the original Contract. A minor pay item is defined as any individual bid item included in the Proposal that has a total cost less than 5 percent of the original Contract. In the event Owner and Contractor are unable to agree on a negotiated price, Owner and Contractor agree that the consideration will be the actual field cost of the work plus 15% as described herein below, agreed upon in writing by the Contractor and Department of Transportation and Public Works and approved by the City Council after said work is completed, subject to all other conditions of the 2 Contract. As used herein, field cost of the work will include the cost of all workmen, foremen, time keepers, mechanics and laborers; all materials, supplies, trucks, equipment rental for such time as actually used on such work only, plus all power, fuel, lubricants, water and similar operating expenses; and a ratable portion of premiums on performance and payment bonds, public liability, Workers Compensation and all other insurance required by law or by ordinance. The Director of the Transportation and Public Works Department will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used but such work will be performed by the Contractor as an independent Contractor and not as an agent or employee of the City. The 15% of the actual field cost to be paid to the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense and all other elements of cost and expense not embraced with the actual field cost as herein specified upon request, the Contractor shall provide the Director of Transportation and Public Works access to all accounts,bills and vouchers relating thereto. 6. TERMINATION: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 7. REFERENCE SPECIFICATIONS: This Contract and project are governed by the following published specifications (latest edition), except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH A copy of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2"d Floor, Municipal Building, Fort Worth, Texas 76102. The applicable specifications are indicated on the plans and in the Contract Documents. General Provisions shall be those of the City of Fort Worth document rather than Division 1 of the North Central Texas document. STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS AND BRIDGES. TEXAS DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS 8. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the Contract Documents at any time. Failure to bid or fully execute Contract without retaining Contract Documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding Contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. WARRANTY: The Contractor shall be responsible for defects in this project due to Contractor's faulty materials and workmanship, or both, for a period of two (2) year from date of final acceptance of this project by the City Council of the City of Fort Worth. The Contractor will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 10. CONSTRUCTION STAKING: Construction stakes for line and grade will be provided by the City (if required) as outlined on page 17, Standard Specifeations for Street and Storni Drailt Construction, City of Fort Worth. 3 11. PERMITS: The Contractor shall be required to take out a Street Use Permit with the Street Management Section of Traffic Engineering Division, located at 311 W. 10`h Street. The Contractor shall provide a tentative work schedule and a copy of the Traffic Control Plan sheets. 12. TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "1980 Texas Manual on Uniforin TrafFc Control Devices for Streets and HiQhfvays"issued under the authority of the"State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statues,pertinent sections being Section Nos. 27,29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Traffic Services Division (phone number 871-8100), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled the Contractor shall again contact the Traffic Services Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Contractor is responsible for means, methods, and safety during construction. Work requiring street barricading will only be allowed during daylight hours (9:00 A.M.— 4:00 P.M.) in the Central Business District(CBD), arterial streets, and near schools. Contractor shall not to park vehicles in such a manner as to obstruct the vision of the traveling public. The participation of City of Fort Worth personnel in the barricade inspections does not relieve the Contractor of responsibility for the safety of the traveling public. Traffic control will not be paid for directly, but shall be considered subsidiary to the various bid items of the contract. 13. PAYMENT: The Contractor will receive full payment from the City for all work. 14. DELAYS: 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. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the Contract. 4 15. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall be responsible for installing all construction signs, signals, and markings necessary to provide adequate traffic controls for purposes of construction. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. The furnishing, placing, and maintaining of barriers and warning and/or detour signs by the Contractor will not be paid for directly,but shall be considered subsidiary to the various bid items of the contract. Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Vol. No. 1." The Contractor shall be responsible for providing the name and telephone number of the Barricade/Traffic Control Company he is using, and a 24-hour emergency number of the Contractor's responsible representative for maintenance of the traffic control plan. The Contractor shall provide a letter certifying all traffic control devices conform to the current issue of the TMUTCD. The Contractor shall be responsible for providing a general Traffic Control Plan(TCP) at the Pre-Construction Conference and provide specific location Traffic Control Plans on request. The Contractor shall be required to comply with all street closure restrictions,make advanced arrangements with schools and businesses, and provide proof of an acceptable plan to the City. 16. PARKWAYS: During the construction of this project, it is required that all parkways be excavated and shaped as required at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. Any parkway shaping is subsidiary to the unit prices bid for signal construction. 17. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 11998). All disposal sites must be approved by the Administrator to ensure the filing is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 18. ZONING COMPLIANCE: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 5 19. CLEARING AND GRUBBING: All objectionable matter required to be removed within the right- of-way and not particularly described under these specifications shall be covered by Item No. 102, "Clearing and Grubbing" and shall be subsidiary to the other items of the Contract. 20. FINAL CLEANUP: Final cleanup work shall be done for this project as soon as the construction has been completed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 21. QUALITY CONTROL TESTING: The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (a) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar that are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (b) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the Contract. (c) The Contractor shall provide not less than 48 hours notice to the City for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (d) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 22. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 23. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Engineer, prior to construction, a schedule outlining the anticipated time each phase of construction will begin and be completed,including sufficient time being allowed for cleanup. 24. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this Contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: 6 "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN TEN FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within ten feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within ten feet of a high voltage line without protection having been taken as outlined in Paragraph(c). 25. WATER DEPARTMENT PRE-QUALIFICATION REQUIREMENTS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures and specifications described in the current Fort Worth Water Department General Specifications. 26. RIGHT TO AUDIT: 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 normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (a) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, 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 normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. (b) 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 copies as follows: 1. 50 copies and under $0.10 per page. 2. More than 50 copies $0.85 for first page plus $0.15 for each page thereafter (c) "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 any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits." 27. TRENCH SAFETY: The Contractor must comply with the following basic requirements in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules,regulations and ordinances. The Contractor shall provide all methods used for trench excavation safety protection including furnishing, designing, providing all materials, tools, labor, equipment and incidentals necessary, including removal of the system. 28. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration and cleanup are general items of work, which fall in the category of subsidiary work. 29. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material,product, or piece of equipment bearing the name so used is furnished, it will be approved, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the proposed substitute is procured by the Contractor. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "Substitutions"shall be applicable to all sections of these specifications. 30. TEMPORARY SOIL EROSION, SEDIMENT AND WATER POLLUTION CONTROL: The Contractor shall provide all temporary soil erosion, sediment and water pollution control measures for the duration of the Contract in compliance with Federal (EPA), State of Texas, and City of Fort Worth regulations. The temporary measures shall include silt fences, temporary construction 8 entrances, dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains, and other devices. Such prevention measures shall be in accordance with the North Central Texas Council of Governments Storm Water Quality Best Management Practices for Construction Activities. All work, materials, and equipment necessary to provide temporary erosion control shall be considered subsidiary to the Contract and no extra pay will be given for this work. 31. CITY FURNISHED ITEMS: The City shall furnish the following items for the project: poles, mast arms, cabinets, and controllers as shown on the plans. The Contractor shall contact Ken Brock the Traffic Signals Construction Inspector at(817) 392-8775 for these items at least 2 days in advance of the Contractor's proposed installation date. The Contractor shall pick up these items at the.City's warehouse located at 3409 Harley Ave. or 2500 Brennan Street, transport, and install them at the project location. The Contractor will install the cabinet and terminate the field wiring. The City will install and turn on the controller. The Contractor shall furnish all other labor, equipment, and materials for construction of the project. All inspection shall be by the City of Fort Worth. 32. EXISTING UTILITIES: It shall be the responsibility of the Contractor to determine the existence of, to verify locations, elevations, and dimensions of adjacent and/or conflicting utilities in order that adjustments can be made to provide adequate clearances. The Contractor shall preserve and protect public utilities at all times during construction. Any damage to utilities resulting from the Contractor's work shall be restored at the Contractor's expense. Public utilities shall be notified when proposed facilities conflict with existing utilities. Contractor shall contact the following utility companies 48 hours prior to doing work at any location: Lone Star Gas Metro (214)263-3444 Southwestern Bell 1-800-344-8377 AT&T 1-800-878-8711 Marcus Cable (817)246-5538 Western Union Cable (214) 939-1930 TU Electric 1-800-233-2133 City of Fort Worth Water Department (817) 871-8275 City of Fort Worth Transportation and Public Works Department (817) 871-7738 Fiberoptic companies per stakings. If any City of Fort Worth water utility is in the vicinity of a proposed pole foundation (within 3.0 feet), then the Contractor will hand dig to uncover the water line and verify that the proposed pole foundation location is satisfactory. The Contractor shall be liable for all damages done to utilities as a result of his/her operations. 33. CONSTRUCTION: NON-PAY ITEM No. 1 -CLEARING AND GRUBBING: 9 All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this Contract. NON-PAY ITEM No. 2 - SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this Contract. NON-PAY ITEM No. 3 -PROTECTION OF FENCES,TREES,PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including fences, lawns,yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance,the Contractor must obtain a permit from the City Forester before any work(trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street right-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class 1I Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society .of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM No. 4-CONCRETE COLORED SURFACE: All concrete sidewalk ramp surface shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturer's instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non- Pay Item. No direct payment will be made for this item and it shall be considered incidental to this Contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. NON-PAY ITEM No. 5 —EXISTING UTILITIES: The location and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of the construction process to provide adequate clearances. The Contractor shall take all necessary precautions to protect all services encountered. No payment will be made for utility adjustments. Should the Contractor damage service lines due to his negligence,the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. 10 34. PAY ITEMS: PART 1: NEW SIGNAL INSTALLATIONS: These bid items consist of New Signal Installations at the Intersections of Everman Parkway / Sycamore School Road; Marine Creek / TCC Main Entrance; Bus-287 (Mansfield Hwy) / Shackleford Street. In accordance with the plans and specifications. Measurement and payment shall be on the basis of the unit prices bid and shall be total compensation for furnishing all materials,tools, equipment, labor, and any incidentals necessary to complete the work. Traffic signal installation shall be performed with new equipment; some of the major equipment shall be furnished by the City of Fort Worth. The Contractor shall receive this equipment at the City's warehouse located at 3409 Harley Ave, or 2500 Brennan Street and transport and install it at the project site. Any salvaged or unused equipment shall be delivered to the City's warehouse. 11 PART E SPECIFICATIONS The City of Fort Worth's "Standard Specifications for Street and Storm Drain Construction" will govern this project, except as modified by the Contract Documents and the plans. A copy of these Standard Specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2"d Floor, Municipal Building,Fort Worth,TX 76102. "Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges latest edition,are also referenced by the plans and Contract Documents for signal installations. "Standard Speciccations for Public Works Construction", latest edition, as published by the North Central Texas Council of Governments (NCTCOG) shall cover any remaining items not included by the Fort Worth or TxDOT Standard Specifications or modified specifically by the plans or Contract Documents. 1 TRAFFIC SIGNAL SPECIFICATION 1 TABLE OF CONTENTS SECTION DESCRIPTION PAGE NUMBER NUMBER 1.0 GENERAL SPECIFICATIONS FOR 3 CONSTRUCTION OF TRAFFIC SIGNALS 2.0 MATERIALS 5 2.1 General Notes 5 2.2 Traffic Signal Heads 6 2.3 LED Traffic Signal Lamp Units 7 2.4 Traffic Signal Head Louvers 8 2.5 Traffic Signal Head Mounting Hardware 9 2.6 Pedestrian Signal Head 9 2.7 LED Pedestrian Signal Lamp Unit 10 2.8 Pedestrian Signal Head Mounting Hardware 11 2.9 Pedestrian Pushbutton Assemblies 12 2.10 Luminaires 12 2.11 Conduits and Related Hardware 12 2.12 Microwave Vehicle Detectors 13 2.13 Video Vehicle Detection Units 16 2.14 Detector Cable 19 2.15 Multi-Conductor Cable 19 2.16 Power Lead-In Cable 19 2.17 Ground Boxes 20 2.18 Traffic Signal Structures 20 2.19 Foundations 21 2.20 Hardware Paint(Non Streetscape Structures) 22 2.21 Grounding Conductor and Grounding Rod 22 3.0 INSTALLATION OF TRAFFIC SIGNAL 22 COMPONENTS 3.1 Installation of Electrical Service 22 3.2 Installation of Conduit 22 3.3 Installation of Cable 25 3.4 Grounding 29 3.5 Vehicle Detector Loop Installation 29 3.6 Concrete Foundations for Signal Structures 30 3.7 Installation of Traffic Signal Structures 31 3.8 Installation of Signal Heads,Pedestrian Heads and Push 33 Buttons 3.9 Controller Cabinet Preparation 33 Traffic Signal Specifications-Part E August 2003 City of Fort Worth Page 1 TRAFFIC SIGNAL SPECIFICATION TABLE OF CONTENTS SECTION DESCRIPTION PAGE NUMBER NUMBER 3.10 Installation of Microwave Detector Units 34 3.11 Installation of Video Detection Units 34 3.12 Installation of Emergency Vehicle Detector Units 34 4.0 INSTALLATION AND RELOCATION OF TRAFFIC 34 SIGNS AND DAMPERS 5.0 PRESERVATION OF LANDSCAPING, SPRINKLER 35 SYSTEMS,AND PRIVATE PROPERTY 6.0 REMOVAL OF MISCELLANEOUS ITEMS 35 6.1 Removal of Traffic Signal Equipment 35 6.2 Removal and Replacement of Curbs and Walks 35 6.3 Removal of Foundations 36 6.4 Removal of Ground Boxes 36 6.5 Removal of Signs 36 7.0 SAMPLING AND TESTING 36 7.1 General Notes 36 7.2 Concrete 37 7.3 Vehicle Detector Loops 37 7.4 Signal Cables 37 7.5 Controller Cabinets 37 8.0 WARRANTIES/GUARANTEES 38 9.0 TRAFFIC SIGNAL MAINTENANCE DURING 38 CONSTRUCTION 10.0 BARRICADES 38 11.0 PAYMENT FOR FURNISHING AND INSTALLING 40 CONTRACT ITEMS 12.0 EXPERIENCE AND QUALIFICATIONS 40 Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 2 TRAFFIC SIGNAL SPECIFICATIONS 1.0 GENERAL SPECIFICATIONS FOR CONSTRUCTION OF TRAFFIC SIGNALS 1.1 This specification, the General Conditions and the Special Provisions for construction in the City of Fort Worth (the City), where applicable, shall govern the materials and installation of traffic control signals, including illumination, at the intersections. In the event of a conflict, the plan set and detail sheets shall control. 1.2 This project shall consist of installing materials and equipment necessary to complete the traffic signal at locations as set out in the construction plan set. The Contractor shall furnish all required materials and equipment not provided by the City, and shall install and shall activate completed signals and/or signal systems in the sequence specified by the City Traffic Engineer. The City will issue the anticipated sequence of work locations at the time the Notice to Proceed is issued. 1.3 All installation work shall be in accordance with the applicable sections of the Fort Worth Electrical Code, National Electrical Code (NEC), local ordinances and regulations, these specifications, the standard detail sheets accompanying the plans, and those applicable sections of the City's Standard Specifications for Street. and Storm Train Constniction. In the event that these specifications,the Fort Worth Electrical Code, local ordinances orregulations should be less restrictive than the NEC, the NEC shall prevail. Any deviation from these specifications or standard detail sheets shall be considered unacceptable unless authorized in writing by the City Traffic Engineer, or designee. All workmanship shall be of the highest quality. Finished work shall be neat and uncluttered in appearance. The City will have the authority to bar from this project any Contractor's employee whose work is judged substandard and unacceptable by the project City Inspector with approval of the City Traffic Engineer. The Contractor shall schedule his work so as to cause the minimum interference with traffic and the operation of the existing signal system. Existing signals may be shut down for modification and/or equipment installation only with the approval of the City Traffic Engineer or his designee with a minimum of 48 hour notice. The Contractor's responsibility in regard to Traffic Signal installation work shall consist of the following items: (A) Furnishing and installing signal equipment including: signal structures, conduits, ground boxes, signal head assemblies, detector units, AC service, conductors, concrete, "reinforcing steel, forms for structure foundations, grouting materials, painting materials, detector loop saw cut and sealing materials, signs, miscellaneous nuts, bolts, and washers, and all other miscellaneous equipment as required to complete the project, including all necessary barricades or devices required to maintain proper traffic control in accordance with the Texas Manual on Uniform Traffic Control Devices(TMUTCD). Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 3 (B) Installing and connecting equipment supplied by the City. (C) Maintaining existing traffic signal operations including providing all materials and labor. (D) Removing and salvaging existing traffic signal equipment as designated in the plans. (E) It shall be the responsibility of the contractor to perform the following at no additional compensation: 1. Prevent any property damage to property owner's poles, fences, landscaping, mailboxes, etc., and repair any damages. 2. Provide access to all driveways during construction. 3. Protect all underground and overhead utilities, including sprinkler systems, and repair any damages 1.4 The Contractor's responsibility for correcting any substandard workmanship and/or materials shall extend for a period of twenty four (24) months from the date the signal is accepted by the City. This workmanship and materials shall include, but not be limited to, signal pole construction, signal head assembly, vehicle detector loops, ground box and conduit installation, signal head and cable installation. 1.5 The Contractor shall coordinate with the Inspector to have a qualified technician on the project site when the traffic signal is placed into operation. During the thirty(30)day test period, the City shall be the first respond to any trouble calls. If the City Troubleshooter determines that the repairs are the result of poor workmanship, the Contractor shall complete the repairs. The Contractor shall provide a local telephone number (not subject to frequent changes) where trouble calls are to be received on a 24-hour basis. The Contractor's response time to reported calls shall be within a reasonable travel time, but not more than two (2) hours maximum. Appropriate repairs shall be made within 24 hours. If, after further diagnosing the problem, the qualified technician determines the problem is in the equipment supplied by others,the Contractor shall notify the Inspector. NO EXTRA COMPENSATION WILL BE ALLOWED FOR FULFILLING THE REQUIREMENTS STATED ABOVE. 1.6 The City of Fort Worth, Traffic Services Division will furnish the traffic signal controller and cabinet. The Contractor shall connect all field wiring to the controller assembly. The City will assist in determining how the detector loop lead-in cables are to be connected in the cabinet. The City will program the controller, the conflict monitor, detector units, and other equipment in the controller cabinet and turn on the traffic signals. The contractor shall obtain the signal cabinet from the City of Fort Worth, Traffic Services Division, 3409 Harley Ave. The Contractor shall notify the Inspector at least 3-working days prior to picking up the controller cabinet. - 1.7 The locations of traffic signal foundations,bases, conduit, detectors, etc., shown on the plans are approximate. The Contractor shall give the Inspector 48 hours notice of his intention to establish the final location of any foundations, bases, conduit, detectors, etc., and have the Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 4 locations approved on the ground by the Project Engineer or his duly authorized representative. 1.8 The location and depth of all utilities shown on the plans are approximate and there may be other unknown utilities existing not shown on the plans that should be field verified and protected by the contractor prior to the start of construction. The contractor shall contact the following utility companies 48 hours prior to doing any work in the area: a. Dig Tess 1-800-344-8377 b. City Utility Mains(Water, Sewer) 817-871-8275 C. City Traffic Signals, Street Lights and Storm Drains 817-871-8100 d. Charter Cable 817-246-5538 e. Southwestern Bell Telephone Enterprise 9800 f. AT&T 1-800-878-8711 g. Western Union Cable 214-939-1930 h. TXU Electric 1-800-233-2133 i. TXU Gas 214-263-3444. 1.9 Whenever the work provided for and contemplated under the contract has been found by the Inspector to be completed to his/her satisfaction on any individual signalized intersection,or interconnected system of signalized intersections, as shown in the plans, final cleaning up of said signalized intersection has been performed and the traffic signal equipment supplied by the contractor has operated continuously for a minimum of thirty (30) days in a satisfactory manner, the Contractor will be released from further maintenance on that particular intersection. Such partial acceptance will be made in writing and shall in no way void or alter any terns of the contract. 2.0 MATERIALS 2.1 General Notes 2.1.1 It is the Contractor's responsibility to furnish all materials necessary to complete each traffic signal installation, whether the item is specifically mentioned or not. All unspecified materials (i.e., electrical tape,bolts, and nuts, etc.) shall meet the requirements of the National Electrical Code. All materials supplied by the Contractor shall be new un-depreciated stock. 2.1.2 Certain sections of these specifications list examples of acceptable brands and model numbers of the items described. Items of equal durability, performance, and design may be substituted upon City acceptance. Bidders may be required to submit to the Traffic Engineering Division information on materials they desire to furnish and install. A two year warranshall be required on all other equipment furnished. A list of cities, towns, etc., where the equipment being bid has been in field service for at least two (2) years may be required by the City of Fort Worth for reference. The list shall contain names and phone numbers of persons who can be contacted for such reference. If the guidelines listed above are not met, the bid and the equipment shall not be accepted. 2.1.3 If more than one unit of a given bid item is required, then the Contractor shall ensure that all units are the product of one manufacturer, unless otherwise directed by the City Traffic Engineer or designee. Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 5 2.1.4 All materials furnished by the Contractor shall become the property of the City of Fort Worth, effective upon successful completion of a 30 day test period. Except for materials supplied by the City, the Contractor shall have full responsibility for materials until the date of acceptance with respect to damage, theft,or loss. 2.1.5 Prior to final acceptance by the City, the Contractor is responsible for removal, replacement and reinstallation of any damaged material at the Contractor's expense. 2.2 Traffic Signal Heads Each traffic signal head supplied shall meet the following requirements: 2.2.1 The housing and doors of the signal head shall be made of die cast aluminum alloy in accordance with A.S.T.M. Specification B85-57T. Sandcast aluminum alloy shall be used for other parts of the signal head if in accordance with A.S.T.M. Specification B26-57T. The visors shall be fabricated from aluminum sheet conforming to the A.S.T.M. Specification B-209-57T. All miscellaneous parts such as hinge pins, lens clips, locking devices, etc. shall be made of a non-corrosive material. 2.2.2 The housing of the signal heads shall be constructed of interchangeable sections. All exterior mating surfaces shall be flat to assure waterproof and dust-proof assembly of sections. The top and bottom of the sections will have an opening approximately two (2) inches in diameter to permit the entrance of one and a half(1-%2) inch pipe nipples. Each section shall have serrated openings or equivalent, for providing a positive and locked positioning of signal sections when used with serrated mast arm or span wire mounting brackets. 2.2.3 The door and lens housing shall be equipped with a watertight and dust-tight molded neoprene gasket. The door of each signal section shall be attached to the housing in a watertight and dust-proof manner. Non-corrosive hinge pins and two (2) wing screws will be furnished on each door for opening and closing without the use of special tools. These hinges and screws shall be of such design as to allow even gasket pressure. 2.2.4 Each signal head section shall be furnished with a detachable tunnel type visor unless otherwise specified. Visors shall be a minimum of ten (10) inches in length (depth) for twelve (12) inch signals, or a minimum of seven (7) inches in length (depth) for eight (8) inch signal heads where specifically call for in the construction plans. Visors shall be attached to the door assemblies in a manner that facilitates field removal and installation. Visors shall be fabricated from aluminum and shall not form a complete circle and shall have the bottom open, unless louvers are required. 2.2.5 Traffic signal refractors or lenses shall be furnished in the standard Red, Amber and Green configuration as specified by the TMUTCD. All lenses shall be designed and constructed to meet or exceed the color and light distribution specifications established by the Institute Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 6 of Traffic Engineers (ITE Report #1) and the American Standards Association (No. 10.1- 1958 UDC 656.057). 2.2.6 Lenses shall be constructed of glass and capable of withstanding continuous illumination with a 150-watt lamp in twelve (12) inch signals and a 90 watt lamp in eight (8) inch signals. A clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation(top or bottom). 2.2.7 Traffic signal reflectors shall be a one piece, spun aluminum, assembly treated with an ALZAK process. Reflectors shall be mounted either on the door or housing of the signal section in a manner that will facilitate lamp replacement. The reflector shall conform to the requirements of the Institute of Traffic Engineers Report#1. 2.2.8 The lamp sockets shall be insulated and shall be adjustable for positioning the lamp filament without using tools. The receptacle shall pre-focused by securely holding the lamp center at the focal point of the reflector. Pigtail leads shall be provided from the socket to the terminal block provided within the signal head. 2.2.9 A terminal block shall be provided with each signal head for facilitating field wiring. The pigtail leads from the lamp receptacles shall be connected to a common terminal block within the head assembly. Each terminal block will be at least a six (6) position, twelve (12)terminal strip securely fastened at both ends to the signal housing. 2.2.10 All traffic signal heads shall conform to the requirements of the Texas Manual On I Iniform Control Devices, 2000 in color and arrangement. The housing and outside surface of the visors shall be "Federal Yellow" in color. The inside surface of visors shall be a "Dull" or "Flat-black" color. The outside surface shall have a minimum of two (2) coats of baked chrome yellow enamel (TT-C-595E1310), Munsell notation O.YP 47/15/3, per FAA Specification L-802-B and ASTM D 1535. 2.3 LED Traffic Signal Lamp Unit 2.3.1 This specification describes the minimum acceptable design and performance requirements for a 12 in. (300mm) or 8 in (200 mm) LED (light emitting diode) traffic signal lamp unit. The equipment furnished shall conform to these Specifications. Further, the equipment shall conform to the applicable requirements of. the Underwriter's Laboratory Incorporate (UL); the American Society for Testing and Materials (ASTM); the American Standards Institute (ANSI); the National Electrical Manufacturer's Association (NEMA); and other applicable standards and specifications. (A) The LED traffic signal lamp unit shall be designed to retrofit existing traffic signal housings without the use of any special tools. (B) Installation of a retrofit replacement LED traffic signal lamp unit into an existing signal housing shall only require removal of the existing lens, reflector, and incandescent lamp, fitting of the new unit securely in the housing door, and connecting to existing electrical wiring or terminal block by means of simple connectors. Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 7 (C) If proper orientation of the LED unit is required for optimum performance, a clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation(top or bottom). (D) The manufacturer's name, serial number and other necessary identification shall be permanently marked on the backside of the LED traffic signal lamp unit. A label shall be placed on the unit certifying compliance to ITE standards. 2.3.2. Physical and Mechanical Requirements (A) The LED traffic signal lamp unit shall fully conform to Institute of Transportation Engineers (ITE)Equipment and Materials Standards, Vehicle Traffic Control Signal Heads (VTCSH) part 2: LED vehicle Signal Modules and Texas Department of Transportation(TxDOT)latest specification. 2.3.3 Documentation Requirements (A) Each LED traffic signal lamp unit shall be provided with the following documentation: (1) Complete and accurate installation guide. (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. (B) A copy of a test report certified by an independent laboratory that the LED traffic signal lamp model submitted meets all the requirements of these specifications in accordance with ITE VTSCH Part 2. 2.4 Signal Head Louvers 2.4.1 Louvers shall be provided for those signal sections indicated in the plans. All louvers shall be of such design as to provide visibility of the lens for the intended lane of traffic as indicated by the plans and block visibility to all other lanes. 2.4.2 The internal arrangement of each louver shall consist of 5 vanes or 7 baffles with 7 degree cut-off right of center, or unless specifically call for in the plan set. All louvers or baffles shall have a flat black finish. Each louver or baffle shall be of suitable weight and size to fit inside the full circle visor furnished for the intended signal section. 2.4.3 Louvers shall be secured by rivets to the visor. Baffles shall be secured by sponge O-rings. 2.5 Traffic Signal Head Mounting Hardware Each mounting hardware assembly shall be a universally adjustable signal bracket, meeting the following requirements listed below: 2.5.1 The bracket shall allow for traffic signal head rotation about the bracket axis, rotation about Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 8 the supporting member axis, rotation on the vertical plane, and sliding of the support tube against the bracket connection point on the supporting member. 2.5.2 The bracket shall be attached to the supporting structure with a stainless steel band or cable capable of withstanding 100 KSI tensile stress. 2.5.3 The bracket attachment to the signal head shall assume rigid connection through the ends of the signal head and fit the brand of signal head supplied by the Contractor on this project. 2.5.4 The bracket shall be of the type to accept the number of signal sections specified in the plans for each signal head. 2.5.5 Both arms of the bracket shall be cast from aluminum alloy and be secured about their rotational axis by set screws. The arm on one side of the tube shall be internally threaded to accommodate the threaded support tube. 2.5.6 The entire assembly shall be capable of securely supporting a signal head under 80 mph wind loading conditions on the attached member. 2.5.7 All parts used in this assembly shall be made of corrosion resistant material or be coated with a corrosion resistant finish. 2.5.8 A wiring channel or path shall be provided that allows the wiring from the supporting member (signal arm or pole) to the signal head to be completely concealed within the mounting assembly. 2.5.9 Each bracket shall be furnished complete with the necessary hardware for installation on the signal supporting member. 2.6 Pedestrian Signal Head Each pedestrian signal head must meet the following requirements: 2.6.1 The maximum dimensions of the signal head shall be: 18 1/2 in. (470 mm)wide 18 3/4 in. (473 mm)high 9 in. (230 mm)deep. Smaller sized pedestrian heads may be specifically called for in the construction plan set. 2.6.2 The housing and doors of the pedestrian head shall be made of die cast aluminum alloy in accordance with A.S.T.M. Specification B85-57T. Sandcast aluminum alloy shall be used for other parts of the signal head if in accordance with A.S.T.M. Specification B26-57T. The casing of the head shall be a one piece with four (4) integrally cast hinges to provide for operation of a swing open door and thumb-screw locking devices. The casing shall be yellow in color. 2.6.3 Each pedestrian signal door shall be designed with adequate hinges and latch slots to provide Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 9 swing open door operation and thumb-screw locking devices. 2.6.4 All associated pins, screws, bolts, and nuts shall be made of stainless steel material to resist corrosion. 2.6.5 The entire signal head assembly shall form a dust and weatherproof unit after installation. 2.6.6 Each signal head shall be compatible with the mounting hardware as stated in these specifications. 2.6.7 The optical unit shall include polycarbonate lens designed to display a uniform, bright alternate symbol message hand for "Don't Walk" in portland orange and the symbol man walking for "Walk" in lunar white. 2.6.8 Each pedestrian head shall include a 1-1/2in. (40 mm) deep polycarbonate egg crate visor with impregnated flat black color, designed to eliminate the interference of sunlight and to allow clear visibility of the messages. 2.7 LED Pedestrian Signal Lamp Unit LED pedestrian indications must meet the following requirements: The equipment furnished shall conform to these Specifications. Further, equipment supplied shall conform to the applicable requirements of: the Underwriter's Laboratory Incorporate (UL); the American Society for Testing and Materials (ASTM); the American Standards Institute (ANSI); the National Electrical Manufacturer's Association (NEMA); and other applicable standards and specifications. 2.7.1 General The single combination WALK (man) and DON'T WALK (hand) LED unit shall be designed to retrofit existing pedestrian signal housings without the use of any special tools. (A) Installation of a retrofit replacement LED traffic signal lamp unit into an existing signal housing shall only require removal of the existing lens, reflectors, and incandescent lamps, fitting of the new unit securely in the housing door, and connecting to existing electrical wiring or terminal block by means of simple connectors. (B) If proper orientation of the LED unit is required for optimum performance, a clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation (top or bottom). (C) The manufacturer's name, serial number and other necessary identification shall be permanently marked on the backside of the LED traffic signal lamp unit. A label shall be placed on the unit certifying compliance to ITE standards. .0 Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 10 2.3.2. Physical and Mechanical Requirements (A) The LED traffic signal lamp unit shall fully conform to Institute of Transportation Engineers (ITE)Equipment and Materials Standards,Vehcicle Traffic Control Signal Heads (VTCSH) part 2: LED vehicle Signal Modules and Texas Department of Transportation(TxDOT)latest specification. 2.3.3 Documentation Requirements (A) Each LED traffic signal lamp unit shall be provided with the following documentation: (1) Complete and*accurate installation guide. (2) Contact name, address, and telephone number for the representative manufacturer, or distributor for warranty repair. (B) A copy of a test report certified by an independent laboratory that the LED traffic signal lamp model submitted meets all the requirements of these specifications in accordance with ITE VTSCH Part 2. 2.8 Pedestrian Signal Head Mounting Hardware Each pedestrian signal head mounting hardware must meet the following requirements: 2.8.1 The pedestrian signal head mounting hardware shall be the clamshell mount type. 2.8.2 The subject mounting hardware shall be a two piece, cast aluminum alloy assembly. The two separate castings shall be joined in the final assembly by the use of stainless steel spring pins. 2.8.3 The pole half of the assembly shall be designed to adapt to a wide range of pole configurations (4 inch minimum diameter). 2.8.4 Unit construction shall allow band-it type mounting. Band-it type mounting shall be permitted by two recessed slots near the top and bottom of the pole half of the assembly. 2.8.5 The pedestrian assembly shall be capable of being mounted on the pole by lining up the mounting pins of the pole half with the mounting ears of the pedestrian assembly and lowering it into position. 2.8.6 Three sets of screw terminal pairs shall be located on a terminal block in the upper third of the head half of the clamshell assembly. 2.8.7 A closed cell neoprene sponge gasket shall be provided on the mating surfaces of the two halves of the assembly to compete the rain-tight construction. Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 1 I 2.9 Pedestrian Push Button Assemblies 2.9.1 Pedestrian push buttons shall be constructed of one piece cast aluminum, and include a push button switch, sign frame, and sign. The push button shall be activated by a minimum of 2 in. (50 mm) convex, ADA compliant plunger. The plunger shall be designed to deter vandalism. The push button housing and sign frame shall have a federal yellow, corrosion resistant finish. A 3/16 in. (5mm) drain hole shall be provided on the bottom of the housing assembly. 2.9.2 The housing of the push button switch shall be completely dust and moisture resistant. 2.9.3 The sign frame for each assembly shall accept a minimum 5 in. x lin. (130 mm x 180 mm) sign. 2.9.4 The sign shall have a white reflective background with black lettering and border meeting the graphical and textural requirements as specified on the plans. 2.9.5 Curved back assemblies shall be provided for mounting on round poles of 4 in. to 15 in. (100 mm to 380 mm)in diameter. 2.9.6 All signs shall have black two-way directional arrows. 2.10 Luminaires 2.10.1 When luminaires are to be installed on steel mast arm poles, a separate fusetron link shall be provided in the signal pole access compartment. The conductors from the pole base to the luminaire shall be#8 XHHW wire. Luminaires shall have a multi-tap (120/240 volt)ballast. 2.10.2 The luminaire head shall be a `cobra' type with drop lens. Each unit shall come with a photo cell switch mounted on the top. Each luminaire shall contain a 200 watt high pressure sodium bulb. 2.11 Conduits and Related Hardware 2.11.1 Conduit: All polyvinyl chloride conduits, including elbows and couplings shall be schedule 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' Laboratories,Inc. Standard UL-651. All conduit sizes shall be as indicated on the plans. 2.11.2 Rigid metal: Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. 2.11.3 Weather heads shall be made of aluminum and may be the threaded or the clamp on type. 2.12 Microwave Overhead/Side-mounted Vehicle Detector 2.12.1 General (A) This item shall govern for the minimum acceptable design and installation requirements for an overhead or side-mounted microwave vehicle presence Traffic Signal Specifications—Part E August 2003 Page 12 City of Fort Worth : detector. All equipment required to interface with a traffic signal controller will be subsidiary to this pay item. (B) The unit shall detect the continuous presence of every type of vehicle. (C) The horizontal range for detection shall be from a minimum of 1 ft. (300 mm) to a maximum of 80 ft. (24,400 mm) at a mounting height of 20 feet. (D) The sensor shall be able to hold the detection until the zone is cleared. Additionally, the sensor shall be able to tune-out stationary targets that remain within the detection zone for a minimum programmable time with one(1)minute resolution from one (1)to thirty(30)minutes. (E) The sensor shall self-tune to its detection zone with no external adjustments other than physical alignment after the initial set-up. There will be no tuning controls of any kind which will require an operator once the unit has been properly installed with the set-up software. (F) The detector output must be directly compatible with the controller cabinet detector input. (G) The detector shall be capable of continuous operation over a temperature range of- 35 F to+ 165 F(-31 C to 78 Q. 2.12.2 Functional Requirements (A)The microwave unit must have Federal Communications Commission(F.C.C.) certification. The FCC-ID number must be displayed on an external label. The detector will operate at a frequency, as allowed under the F.C.C. Rules, Part 15. (B)Cabinet power utilized by a detector power supply will range from 90 to 135 VAC. The detector will be self-contained. The power supply shall be an integral part of the unit. External power supplies shall not be allowed. (C)The unit will have an electro-mechanical SPDT relay to send a signal to the controller. (D) No component shall be of such design, fabrication, nomenclature or other identification as to preclude the purchase of said component from any wholesale electronic distributor. (E) The unit must employ a circuit for power failure to put the relay to a fail-safe position(recall) during a power failure. (F) The detector must have a monitoring circuit for the transceiver that will change the output relay to the fail-safe position in the event of a component failure. Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 13 (G) The detector shall work either as a side of the pole mounted detector or as an overhead mounted detector at a height range of 12 ft. to 24 ft. (3650 mm to 7300 mm). (H) All set-up and diagnostic software shall be provided to run on a Windows 95, Windows 98, or Windows NT based operating system. 2.12.3 Mechanical Requirements (A) Each sensor shall be enclosed in a finished fabricated plastic and aluminum chassis with a minimum 4 in. (100 mm)wide by 5 in. (130 mm) high front plastic panel. The front plastic panel shall be constructed of a high impact plastic that covers the opening in front of the antenna. (B) Each detector chassis will be water resistant without the use of silicone gels or any other material that will deteriorate under prolonged exposure to ultraviolet rays. (C) The printed circuit board shall be coated with a solder mask material that resists moisture and fungus. The solder mask shall have a silk screen to provide a label for each component on the printed circuit board. (D) The sensor shall be furnished with a bracket designed to mount directly to a pole or overhead mast-arm structure. (E) The sensor shall interface with the set-up software via a RS-232 port with a baud rate of 1200. (F) The maximum size of the detector shall be: Height: 8.00 in. (200 mm) w/mounting bracket Width : 4.25 in. (108 mm) Depth : 10.50 in. (270 mm) 2.12.4 Functional Tests: (A) The manufacturer will test all microwave units to insure compliance to all F.C.C. and department specifications. 2.12.5 Software (A) The set-up software shall be menu driven and shall utilize a Windows 95, Windows 98, or Windows NT type format for operating the software. (B) An on-line help shall be provided as an integral part of the system software. (C) The operator shall be able to perform the following functions through the set-up software: Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 14 1. View a detection output from the unit. 2. View a low microwave signal from the unit. 3. Program the average intersection cycle time in the set-up software. 4. Program the presence time-out in one (1) minute intervals from one (1) to thirty(30)minutes. 5. Program a delay time from zero (0)to twenty-five(25) seconds in one(1) second intervals. 0=off. 6. Program a delay inhibit time from zero (0)to twenty-five(25) seconds in one (1) second intervals. 0=off. 7. Provide a quick re-tune feature for re-tuning in an expedited fashion under ideal background conditions. (D) The operator shall be able to perform the following advanced program functions through the set-up software: 1. Select and program a new sensor I.D. for each sensor. 2. Program a response time for the sensor. 3. Program a hysteresis value from a selection of Low, Medium, or High 4. Program a profile value for each sensor. (C) The operator shall be able to view the signature of the microwave and the deviation parameters of the microwave for each sensor through the set-up software. 2.12.6 Documents The Manufacturer shall supply an hardware installation guide and a software set up and user manual. 2.13 Video Detection System 2.13.1 This specification describes the minimum acceptable design and performance requirements for a video detection system to be furnished and installed in the City of Fort Worth, Texas for the Transportation and Public Works Department. The Contractor shall furnish all labor, materials, equipment and incidentals necessary to provide a video Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 15 detection system. 2.13.2 The equipment furnished shall conform to these Specifications and conform to the applicable requirements of. the Underwriter's Laboratory Incorporate (UL); the American Society for Testing and Materials (ASTM); the American National Standards Institute (ANSI); the National Electrical Manufacturer's Association (NEMA); The Institute of Transportation Engineers (ITE), and other applicable standards and specifications. 2.13.3 The Contractor shall furnish and install a functional Video Detection System. The system shall detect the presence of vehicles on all approaches of the intersection and be operationally compatible with controllers and conflict monitors currently used by the City of Fort Worth. 2.13.4 The Video Detection System shall be equal or equivalent to the items listed in item 2.13.7 below. Any video detection system proposed by the Contractor must meet all functions provided by the system components listed. 2.13.5 The video detection component of this system is generally composed of 4 camera/processor combination units and associated hardware. 2.13.6 The Video Detection System must be Autoscope Solo Pro or equivalent and capable of performing the following functions: — The Video Processor System(VPS)shall be capable of providing up to sixteen(16)detector outputs to a Type 170 traffic controller from up to eight(8)camera/video processor units(CNPU). Each CNPU field of view shall provide a minimum of thirty-two(32)virtual detection zones for vehicle detection. The specific number of C/VPUs to be provided is shown on the plan sheets for each intersection. — The Video Processor Unit(VPU)shall reside in each camera housing. The video output from the CNPU shall be in color with active detection zones overlayed on full motion video. — Connection from the controller cabinet to the camera/processor must be twisted wire pairs only. No coaxial cable shall be used from the controller cabinet to the cameras. — The C/VPU shall be able to simultaneously perform vehicle presence detection while computing and storing traffic data parameters for user selected intervals of 10,20, or 30 seconds or 1,5, 10, 15,30,or 60 minutes. These parameters must include vehicle counts,flow rate,classification,occupancy,and speeds. The CNPU shall be capable of operating in an IP-addressable multi-drop communications network that allows the traffic data parameters to be polled down to ten(10)second intervals. It shall be possible to verify and download the stored data at any time without disturbing the data currently stored in memory. The CNPU shall be provided with occlusion compensation software on a per detection zone per lane basis in order to minimize overcounting due to large vehicles. — Phase Red and Green load switch outputs from up to sixteen(16)phases of a Type 170 traffic controller shall be provided as inputs to the CNPU for inhibiting detector Extend/Delay timing functions. — The C/VPU software shall provide Boolean logic gates(AND,OR,NAND,and N of M)that allow the detector outputs to be daisy chained/linked together for customized operation. In addition,the CNPU shall be able to condition the detector outputs based on the state of the associated phase number and color. The following detector types shall be available: Detector Ou ut Type Function Phase State 0 Send a call for every Not applicable vehicle presence detected 1 Extend a call Green Delay a call Not Green 2 Delay a call Green Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 16 Extend a call Not Green 3 Lock a call Not Green 4 Extend and/or lock a call Not Green 5 Extend and/or lock a call Not Green (with an automatic reset timer 6 Lock a call Red 7 Reserved for future output type(Defaults to Type 0 ou ut 8 Calculate dilemma zone Green and automatically extend a call Not Green Send a call for every vehicle presence detected 9 Delay and/or lock a call Red Send a call for moving Not Red vehicles onl — The serial communication port on the VPS shall be a DB-9 RS-232 connector. The Contractor shall supply a software package that will operate with Windows 3.1,95,98,and NT. In the direct connect mode,the software resident in the VPS and in the personal computer shall be capable of transmitting and receiving all information needed for detection zone set-up,monitoring vehicle detection by viewing flashing detection zone overlays,and uploading/downloading and interrogating all stored data within the VPS. Future remote communications with the VPS shall be possible with the addition of external communication devices(modem, codec,etc.)using the RS-232 and video output ports on the VPS. — The VPS shall be provided with front panel switches and LED indicators that allow an operator to manually select and verify the VPS operating mode,monitor camera Sync and Data operation,and monitor a minimum of 16 outputs and 8 inputs of the VPS wi hon the use of an external device such as a personal computer. — The CNPU shall be capable of detecting vehicles for a minimum of eight(8)lanes plus two(2)shoulders on a per camera basis. The C/VPU shall also be able to simultaneously detect both approaching and departing vehicles for each camera field of view. — The C/VPU operational software shall be stored internally in Flash Memory and be capable of being updated without the removal and replacement of memory devices. — The CNPU shall be provided with count,presence,directional presence,speed,stopped vehicles,and queue types of detection zones. An adjustable cycle timer shall be available for dealing with stopped vehicles. The Windows software shall be able to display the traffic parameters on the screen of an SVGA monitor on a per vehicle basis for each detection station by lane. It shall also be possible to view and sort the stored data for selected time intervals. — A Clock/Calendar shall be resident in the CNPU software for turning on/off certain parameters used to enhance detection performance,and shall include Daylight Savings compensation. — The Contractor shall provide a.125 inch thick aluminum Camera Interface Panel mounted to the wall of the traffic controller cabinet for protecting the CNPU video,data,and power. The panel shall contain as a minimum;one(1)Edco CX06 coax protector per camera(if video is output on coaxial cable),an Edco ACP- 340 for protecting the CNPU power,a 10 amp circuit breaker,and a terminal strip with a minimum of six(6) 8-32 binder head screws for input/output power. — The VPS shall be ISO9002 registered prior to bid opening. The VPS shall also be a UL recognized component that complies with the requirements of EN6095D. — The VPS at each intersection shall be able to be networked using a 2-TWP interconnect back to the Master Cabinet for future communication to the Traffic Management Center. This communication must be full- duplex RS-485 and be capable of being daisy-chained at each VPS location. — A minimum two-year warranty shall be provided commencing with the payment for materials on hand. Traffic Signal Specifications—Pant E August 2003 City of Fort Worth Page 17 2.13.7 Video Detection System Components Item Description 1 Camera/Processor Combination 2 5 %Pair 18-Gauge Cable 3 Communications Interface Panel (4-Camera) Mini-Hub Detector Card 4 Camera Mounting Bracket, Pelco Model AB-0166-5-84 5 Interface Cable Assemblies 6 Users Guide 7 Field Setup Monitor 8 Installation Assistance and/or User Training(Days) 2.13.8 Warranty and Documentation Requirements The Video Detection System shall be warranted against failure due to workmanship or material defects within the first 2 years of field operation. 2.13.9 If any one component fails, it should be easily identifiable by visual inspection And replaced or repaired per the warranty. 2.13.10Each component shall be provided with the following documentation: A. Complete and accurate installation, set-up and users guide. B. Contact name, address, and telephone number for the representative, manufacturer, and/or distributor for warranty repair. 2.13.11 Measurement and Payment The Video Detection System Installation will be measured as a completed installation and payment will be made at the lump sum price listed on Proposal. The lump sum price shall be full compensation for furnishing, placing, and testing all materials and equipment and for all tools, labor, equipment, and incidentals necessary to complete the work. Portions of the work that have not been approved by the Inspector will not be considered complete, and payment shall be withheld until the Contractor has corrected the work to the satisfaction of the City Traffic Engineer or designee. 2.14 Detector Cable 2.14.1 Detector Loop Wire: All detector loop wire shall be #14 AWG, or better if required on the traffic signal layout sheet, stranded, type XHHW one(1) conductor cable. 2.14.2 Detector Lead-In Cable: Loop detector lead-in cable shall be a single four (4) conductor No. 18 AWQ shielded cable. One (1) cable shall service each loop where practical. Traffic Signal Specifications—Part E August 20L18 City of Fort Worth Pag 2.15 Multi-Conductor Cable 2.15.1 All cable for intersection signalization shall be multi-conductor capable of operating at 600 volts maximum, and suitable for use at conductor temperatures not exceeding 75 degrees C (167 degrees F). 2.15.2 Multi-conductor cable shall be either stranded IMSA 20-1, #14 AWG, stranded copper wire, IMSA 7-1, #16 AWG, stranded copper, or IMSA 5-1, #16 AWG, stranded copper. The copper wire(before insulating) shall meet the requirements of the latest American Society for Testing and Materials(ASTM) standards for uncoated wire. 2.16 Power Lead-In Cable 2.16.1 Power lead-in cable shall be stranded RHW copper wire and suitable for A/C electric service. 2.16.2 The cable shall be capable of operating at 600 volts maximum and suitable for use at conductor temperatures not exceeding 167 F (75 Q. Material and construction shall be in accordance with the applicable requirements of IMSA and NEC standards. 2.16.3 Conductors shall be stranded, anneal coated copper. Copper wire before insulating or stranding, shall meet the requirements of the latest edition of ASTM B-033 (for coated wire). Stranding shall be class B,in accordance with the latest edition of ASTM B-8. 2.16.4 Insulation shall consist of cross-linked thermosetting polyethylene, meeting the requirements of IMSA and listed by UL as type USE RHW-75C. 2.17 Ground Boxes 2.17.1 General Requirements All ground boxes specified for use at signalized intersections shall satisfy the following general requirements: A.. The top surface of the ground box cover shall have a minimum co-efficient of friction of 0.5. B. Boxes shall be stackable for extra height. C. Boxes shall be manufactured from Reinforced Polymer Concrete(RPM)composed of borosilicate glass fiber, a catalyzed polyester resin and an aggregate. Side walls may be reinforced polymer. Traffic Signal Specifications—Part E August 2003 City of Fort Worth Page 19